Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 63082
CSC No. 63082 2RTWORT CONTRACT FOR THE CONSTRUCTION OF NORTHSIDE III - PHASE II 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) Mattie Parker Mayor City Project No. 104940-2 Chris Harder Director, Water Department Prepared for The City of Fort Worth Water Department November 2024 Jesus "Jay" Chapa City Manager Kirnley))) Horn Texas Registered Engineering Firm F-928 KHA No. 061018460 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX FORT WORTH. "I'll City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 02/08/2024 0021 13 Instructions to Bidders 01/17/2024 0035 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequalifications 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 0045 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 06/07/2024 00 52 43 Agreement 3/08/2024 0061 13 Performance Bond 12/08/2023 0061 14 Payment Bond 12/08/2023 0061 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01 - General Requirements Last Revised 01 1100 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 3216 Construction Schedule 10/06/2023 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 36 00 Pipe Laying Prove Out — NON-STANDARD 10/04/2024 01 45 23 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 6000 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 7123 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised June 7, 2024 CITY PROJECT NO. 104940-2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 33 - Utilities 33 01 33 Closed Circuit Television (CCTV) Inspection of Water 10/04/2024 Transmission Mains — NON-STANDARD 33 04 10 Joint Bonding and Electrical Isolation — MODIFIED 10/04/2024 33 04 11 Corrosion Control Test Stations — MODIFIED 10/04/2024 33 04 12 Magnesium Anode Cathodic Protection System — MODIFIED 10/04/2024 33 04 40 Cleaning and Acceptance Testing of Water Mains — MODIFIED 10/04/2024 33 05 21 Tunnel Liner Plate — MODIFIED 10/04/2024 33 05 22 Steel Casing Pipe — MODIFIED 10/04/2024 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate — 10/04/2024 MODIFIED 33 05 27 Open -Face Pipejacking — NON-STANDARD 10/04/2024 33 05 28 Open -Face Tunneling — NON-STANDARD 10/04/2024 33 05 41 Shaft Excavation and Support — NON-STANDARD 10/04/2024 33 05 42 Water Control for Shaft and Tunnel Construction — NON- 10/04/2024 STANDARD 33 05 44 Settlement Monitoring — NON-STANDARD 10/04/2024 33 05 45 Contact Grouting — NON-STANDARD 10/04/2024 33 11 10 Ductile Iron Pipe — MODIFIED 10/04/2024 33 11 11 Ductile Iron Fittings — MODIFIED 10/04/2024 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type — 10/04/2024 MODIFIED 33 11 14 Buried Steel Pipe and Fittings — MODIFIED 10/04/2024 33 1230 Combination Air Valve Assemblies for Potable Water Systems 10/04/2024 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: htty://fortworthtexas.2ov/tvw/contractors/ or httvs://apps.fortworthtexas.eov/Proi ectResources/ Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Last Revised 03/11/2022 12/20/2012 02/02/2016 03/11/2022 12/20/2012 12/20/2012 12/20/2012 07/01/2011 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised June 7, 2024 CITY PROJECT NO. 104940-2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 Division 31 - Earthwork 31 0000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 3700 Riprap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 1123 Flexible Base Courses 32 1129 Lime Treated Base Courses 32 1216 Asphalt Paving 32 1273 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 1613 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 32 13 Cast -in -Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 32 92 13 Sodding 32 92 14 Non -Native Seeding 32 93 43 Trees and Shrubs Division 33 - Utilities 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 13 Frame, Cover and Grade Rings 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 16 Concrete Water Vaults 3305 17 Concrete Collars 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 1105 Bolts, Nuts, and Gaskets 33 1210 Water Services 1-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1221 AWWA Rubber -Seated Butterfly Valves 33 1225 Connection to Existing Water Mains 33 1260 Standard Blow -off Valve Assembly 3339 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 60 Liners for Sanitary Sewer Structures 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 49 10 Cast -in -Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls 03/22/2021 01/28/2013 01/28/2013 01/28/2013 04/29/2021 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 12/20/2012 6/07/2024 12/20/2012 06/10/2022 12/09/2022 12/20/2012 12/09/2022 06/10/2022 06/05/2018 03/11/2022 05/ 13/2021 05/ 13/2021 12/20/2012 04/02/2021 09/09/2022 03/11/2022 12/20/2012 03/11/2022 12/20/2012 12/20/2012 12/20/2012 02/ 14/2017 05/06/2015 04/23/2019 02/06/2013 06/ 19/2013 12/20/2012 12/20/2012 04/29/2021 07/01/2011 12/20/2012 03/11/2022 07/01/2011 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised June 7, 2024 CITY PROJECT NO. 104940-2 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Division 34 - Transportation 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 30 Aluminum Signs 3471 13 Traffic Control 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 END OF SECTION Page 4 of 5 12/20/2012 06/ 15/2015 11/12/2013 03/22/2021 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised June 7, 2024 CITY PROJECT NO. 104940-2 NORTHSIDE III — PHASE II — 54—INCH WATER TRANSMISSION MAIN CITY PROJECT NO.: 104940-2 November 2024 Shelby Warchesik, P.E. Kimley-Horn and Associates, Inc. TBPE Reg # F-298 801 Cherry Street, Unit 11 Suite 1300 Fort Worth, TX 76102 11 /8/2023 �} OFF J ,. � *.I Md �a o-r o-o- o-.. o-raao-r.o- o-°ao-o-ao-.•}� $HE WARCKSIK Aw '-Pa G" NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN CITY PROJECT NO.: 104940-2 s' SQQTF k%11/5/24 . . .........................:° CRAIG B. MEIER . 22603W • •1....... BPE FIRM #20656 Craig B. Meier, P.E. November 2024 11 /5/24 ®`�®�� PR �aA,'°ate E1' 1 A04 I J. EAN ti A5 op928 Dean Flessas Black Mesa Engineering & Consulting, PLLC DKC Integrity, LLC TBPE Reg # F-20656 NACE CP4 #5928 1410 N Craft Rd 7 Switchbud Place Stillwater, OK 74075 The Woodlands, TX 33780 For Design of Cathodic Sections: 33 04 10 — Joint Bonding and Electrical 33 04 12 — Magnesium Anode Cathodic Isolation Protection System 33 04 11 — Corrosion Control Test Stations City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, February 25, 2025 REFERENCE NO.: **M&C 25-0150 LOG NAME: 60NS11154INWTMPH2FRR-THALLE SUBJECT: (CD 7 and ETJ) Authorize Execution of a Contract with Thalle Construction Company, Inc in the Amount of $32,316,280.74 for Northside III, Phase 2, 54-inch, Part 1 and Chapel Hill West Addition, Phase 1 and 2, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance in the Cumulative Amount of $34,108,381.30 to Provide Additional Funding for the Northside III 48-inch Water Transmission Main Study & Land Project And Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program and Amend The Transportation & Public Works 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Thalle Construction Company, Inc. in the amount of $32,316,280.74 for the Northside III, Phase 2, 54-inch, Part 1 and Chapel Hill West Addition, Phase 1 and 2; 2. Adopt the attached Resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Northside III 48-inch Water Transmission Main Study & Land project; 3. Adopt the attached Appropriation Ordinance adjusting appropriations in the Water and Sewer Commercial Paper by increasing appropriations in Northside III 48-inch Water Transmission Main Study & Land project (City Project No. 104940) in the amount of $30,479,731.00 and decreasing appropriations in the W&S Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program; 4. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Transportation Impact Fee Capital Fund in the amount of $324,702.15 from available transportation impact fees within the Revenue Service Area E Transportation Impact Fees project (City Project No. UN9915) for the purpose of funding the Fleming Ranch Road construction within the City Limits as part of the Northside III 48-inch Water Transmission Main Study & Land project (City Project No. 104940); 5. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Developer Contribution Fund in the amount of $3,303,948.15 from available contributions from others for the purpose of funding the Fleming Ranch Road construction within the City Limits as part of the Northside III 48-inch Water Transmission Main Study & Land project (City Project No. 104940); 6. Amend the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: As part of Water Department's efforts to provide increased water supply and reliability to the fast-growing northern sector of the city, it is necessary to install a 54-inch water main from the Eagle Mountain Water Treatment Plant to the existing 36-inch Northside III water main at the Willow Springs Road/Blue Mound Road West intersection. A segment of this proposed water main will be constructed in the right-of-way of future Fleming Ranch Road. Construction of the project was advertised for bid on November 13 and November 20, 2024 in the Fort Worth Star -Telegram. On December 19, 2024 the following bids were received: (Bidder Thalle Construction Company, Inc. (Total Bid $32,316,280.74 IlContract Time 450 Calendar Days S.J. Louis Construction of Texas, LLC $32,407,007.14 Belt Construction of Texas, LLC I1$33,727,601.11 I Mountain Cascade of Texas, LLC 1$43,094,301.28�1 In addition to the contract amount $1,218,347.00 (Water) is required for project management, material testing, and inspection and $573,753.00 (Water) is provided for contingencies. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. 60NS111541NWTFMPH2FRR-THALLE Capital project FY2025 CIP Fund Name Appropriations Authority Name 56022 — 104940- W&S Rev WTM 48 M&C Bonds $0.00 60NS111481NWTMASA1- Series Align KHA 2024 Study & Land 104940- 56023- NS11148 W&S WTM $0.00 This M&C Commercial Align Paper Fund Study & Land Budget Change (Increase/Decrease) Revised FY2025 Budget $1,274,037.00 $1,274,037.00 $30,479,731.00 $30,479,731.00 Funding is budgeted in the Commercial Paper Project within the W&S Commercial Paper Fund for the purpose of the NSI II WTM Align Study and Land after the sale of Water and Sewer Bonds. Staff proposes using $324,702.15 of Transportation Impact Fee funding and $3,303,948.15 of Future Improvement Agreement funding to construct new capacity roadway lanes for Fleming Ranch Road within the City Limits as part of this project. This project is located in Transportation Impact Fee Service Area E and was identified as transportation impact fee eligible in the 2022 Transportation Impact Fee Study. Revenues from Service Area E (City Project No. UN9915) of the Transportation Impact Fee Capital Fund will be used to fund the construction of these improvements. Any transportation impact fee funds left after project completion and acceptance will be returned to Service Area E revenues. Fleming Ranch Road was identified for developer contribution funding via Future Improvements Agreement executed on January 10, 2025 (CSCO 62603). This additional funding will enable the construction of Fleming Ranch Road as part of NSIII 48 WTM Align Study and Land project to proceed as planned and is included in the table below: Fund W&S Rev Bonds Series 2024- Fund 56022 W&S Commercial Paper Fund 56023 Existing Additional project Total* Appropriations Appropriations $3,349,770.00 $0.00 $3,349,770.00 $0.00 $30,479,731.00 $30,479,731.00 Service Area E — Transportation Impact Fees — $0.00 $324,702.15 $324,702.15 Fund 30108 Developer Contribution — $0.00 $3,303,948.15 $3,303,948.15 Fund 30104 Project Total 1 $3,349,770.0011 $34,108,381.30I1$37,458,151.30 *Numbers rounded for presentation purposes. Funding for this project was not included in the Fiscal Years 2025-2029 Capital Improvement Program (CIP) because the project and funding sources were unknown at the time of its development. This action in this M&C will amend the Fiscal Years 2025-2029 Capital Improvement Program as approved in connection with Ordinance 27107-09-2024. Business Equity: The Business Equity Division placed a 14.72 percent business equity goal on this solicitation/contract. Thalle Construction Company, Inc., will be exceeding the goal at 15.46 percent, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. The project is located in COUNCIL DISTRICT 7 and Extra Territorial Jurisdiction. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds will be available in the Commercial Paper project within the W&S Commercial Paper Fund and are currently available within the Transportation Impact Fee Cap Fund and the Developer Contribution Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Commercial Paper Fund and in the Transportation Impact Fee Cap Fund and the Developer Contribution Fund for the NS11148 WTM Align Study &Land project to support the above recommendations and execution of the construction contract. Prior to any expenditure being incurred, the Water Department and Transportation and Public Works Department have the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ William Johnson (5806) Originating Department Head: Chris Harder (5020) Additional Information Contact: Preeti KC (5467) ATTACHMENTS 1. 25-0035004940 North -Side III Phase II 54-Inch Water Transmission Main)CM-NS.pdf (CFW Internal) 2. 60NS111541NWTMPH2FRR-THALLE FID Table (WCF 01.09.25).xlsx (CFW Internal) 3. 60NS111541NWTMPH2FRR-THALLE funds avail.docx (CFW Internal) 4.60NS111541NWTMPH2FRR-THALLE.pdf (Public) 5. Commercial Paper Balances as of 01.09.25.xlsx (CFW Internal) 6. Form 1295 Certificate - Northside III - Phase Il.pdf (CFW Internal) 7. ORD.APP 60NS11154INWTMPH2FRR-THALLE 30104 Ao25(r5).docx (Public) 8. ORD.APP_60NS111541NWTMPH2FRR-THALLE 30108 AO25(r4).docx (Public) 9. ORD.APP 60NS11154INWTMPH2FRR-THALLE 56023 AO25(r3).docx (Public) 10. PBS CPN 104940.pdf (CFW Internal) 11. Res.60NS111541NWTMPH2FRR-THALLE 01.15.25.docx (Public) 12. SAM.gov search Thalle.pdf (CFW Internal) 60NSIII54INWTMPH2FRR-THALLE FID Table 3 56023 0600430 UCMLPR 2025 $ (30,479,731.00) 3 56023 0600430 104940 2025 I $ 30,479,731.00 4 30108 0200431 4413001 104940 2025 I $ 324,702.15 PJR_REV 4 30108 0200431 104940 2025 I $ 324,702.15 PJR_CHD 5 30104 0200431 4640001 104940 2025 I $ 3,303,948.15 PJR_REV 5 30104 0200431 104940 2025 $ 3,303,948.15 PJR_CHD 4 30108 0060419 4413001 UN9915 $ 324,702.15 4 30108 0200431 4413001 104940 $ (324,702.15) 5 30104 0200431 2055000 UNSPEC $ 3,303,948.15 5 30104 0200431 4640001 104940 $ (3,303,948.15) 3 56023 0600430 5110101 104940 001780 9999 $ 175,568.56 Water Staff Costs 3 56023 0600430 5550102 104940 001780 9999 $ 4,000.00 Public Outreach 1 56023 0600430 5740010 104940 001780 9999 $ 28,687,630.44 Pay to Contractor 3 56023 0600430 5740010 104940 001780 9999 $ 573,753.00 Contract Contingency 3 56023 0600430 5330500 104940 001784 9999 $ 234,091.00 Soil Lab Consultant 3 56023 0600430 5310350 104940 001784 9999 $ 73,153.00 Soil Lab TPW Staff Cost 3 56023 0600430 5110101 104940 001785 9999 $ 731,535.00 Water Inspection Staff 1 30108 0200431 5740010 104940 002380 9999 $ 324,702.15 Pay to Contractor 1 30104 0200431 5740010 104940 002380 9999 $ 3,303,948.15 Pay to Contractor 0005 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 1 SECTION 00 0510 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&C for the award of the project. M&C insert shall be on blue paper.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION 25 26 27 28 29 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 ADDENDUM NO. 1 Addenda N o .1 CITY OF FORT WORTH 12/02/2024 WATER DEPARTMENT THALLE CONSTRUCTION CO INC NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN City Project No. 104940-2 and CHAPEL HILL WEST — PHASES I AND II City Project No. 104387 and 105382 Addendum No. 1. Issue Date: November 27, 2024 Bid Opening Date: December 12, 2024 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. INFORMATION 1. An updated Plan Holders List has been uploaded to the Project's Bonfire Folder. 2. An updated bid workbook excel file will be available in the Project's Bonfire Folder. SPECIFICATIONS 1. Specification 00 1113 — Invitation to Bidders o Time for the pre -bid conference is set for 10 A.M. 2. Specification 00 4100 — Bid Form o Section 3. Prequalification. DELETE Section "a. Water Transmission, Development, All Sizes" in its entirety. o Section 3. Prequalification. MODIFY Section "b. Water Transmission, Urban/Renewal, 54-inch diameter and smaller". 3. Specification 00 42 43 — Proposal Form is replaced in its entirety by the attached. o Modifications to quantities for horizontal alignment modifications along Bonds Ranch Road. o Differentiated linear footage between "Deep Trench Backfill" and "CSS Backfill". 4. Specification 00 45 12 — Prequalification Statement o DELETE Major Work Types "Water Transmission, Development, All Sizes" in its entirety. o MODIFY Major Work Types "Water Transmission, Urban/Renewal, 54-inch diameter and smaller". 5. Specification 33 1114 — Buried Steel Pipe and Fittings o Part 2.2.C.4.a MODIFY as follows: a. The minimum pipe wall steel thickness shall be as designed, but not less than 0.282 inches , for 54-inch pipe and 0.188 inches for 24-inch pipe, or pipe D1240, 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 ADDENDUM NO. 1 ADDENDUM NO. 1 vacuum conditions in all locations and shall accommodate all areas of cut and fill for future grades. CONSTRUCTION PLANS 1. Cover - DELETE Cover and REPLACE with revised Cover as attached. City approval signatures have been added. 2. Sheet 2 - DELETE Sheet 2 and REPLACE with Sheet 2A as attached. IPRC project numbers have been added to Chapel Hill West, Phase 1 and 2 Improvements 3. Sheet 4 - DELETE Sheet 4 and REPLACE with Sheet 4A as attached. Added erosion control notes. 4. Sheets 5 and 6 - DELETE Sheets 5 and 6 and REPLACE with Sheets 5A and 6A as attached. Added general grading restoration note so as not to change existing flow patterns. 5. Sheet 11- DELETE Sheet 11 and REPLACE with Sheet 11A as attached. Slight station revisions to appurtenances along Bonds Ranch Road. 6. Sheet 15 - DELETE Sheet 15 and REPLACE with Sheet 15A as attached. Butterfly valve and air release valve have been shifted north to avoid future pavement limits. 7. Sheets 31, 32, 33, 34, 35, 36, and 37 - DELETE Sheets 31, 32, 33, 34, 35, 36, and 37 and REPLACE with Sheets 31A, 32A, 33A, 34A, 35A, 36A, and 37A as attached. Shifted horizontal alignment north to avoid future storm, lighting, and franchise improvements. 8. Sheet 45 - DELETE Sheet 45 and REPLACE with Sheet 45A as attached. Replaced Detail D008 with D219 for current City's standard for manhole frame, cover, and grade rings. Added Detail D003, D103, D520 for asphalt pavement trench repair, CSS backfill, and embedment for water lines 30-inch and larger. 9. Sheet 51-DELETE Sheet 51 and REPLACE with Sheet 51A as attached. Removed casing test station at Station 150+31. Slight station revisions along Bonds Ranch Road. TS22 through TS 29 modified to offset flush mount. 10. Sheet 54 - DELETE Sheet 54 and REPLACE with Sheet 54A as attached. Shifted horizontal alignment north to avoid future storm, lighting, and franchise improvements. 11. Sheets 55, 56, 57, 58, 59, 60, and 61 - DELETE Sheets 55, 56, 57, 58, 59, 60, and 61 and REPLACE with Sheets 55A, 56A, 57A, 58A, 59A, 60A, and 6 1 A as attached. Added reference to general erosion control notes on Sheet 4. Added total disturbed area acreage. 12. Sheets 64 and 65 - DELETE Sheets 64 and 65 and REPLACE with Sheets 64A and 65A as attached. Revised traffic control plan to account for shift in horizontal alignment of water main north to avoid future storm, lighting, and franchise improvements. Revised temporary paving requirements. ADDENDUM NO. 1 ADDENDUM NO. 1 13. Chapel Hill West, Phase 1, Sheets 115, 116, and 117 — DELETE Chapel Hill West, Phase 1, Sheets 115, 116, and 117 and REPLACE with Sheets I I5A, I I6A, and I I7A as attached. Updated to show the western (southbound) lanes of Fleming Ranch Road to be existing. 14. Chapel Hill West, Phase 2, Sheet 55 — DELETE Chapel Hill West, Phase 2, Sheet 55 and REPLACE with Sheets 55A as attached. Updated to show the western (southbound) lanes of Fleming Ranch Road to be existing. CONTRACTOR OUESTIONS Is an estimate available? • The Engineer's Opinion of Probable Construction Cost ranges from $36 Million to $38 Million. 2. Is there any AIS (American Iron and Steel) requirements on this project? • There are no AIS requirements on this project. Please, clarify minimum wall thickness requirement for the 24" C200 option. (open cut and tunnel pipe) • Minimum wall thickness for C200 Steel, 24-inch pipe is 0.188 inches, as modified in Specification 33 11 14 via this addendum. 4. I understand the link for the Pre -Bid will be published at a later time, I'm just curious if it is Mandatory or Non -Mandatory? • The pre -bid meeting will be non -mandatory. The pre -bid will be held on December 3r 2024 at 10: 00 AM. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression oflnterest. Will there be a published plan holders list for this project? • Plan holders list has been uploaded to the Project's Bonfire Folder. Bid item 2A and 2B are for CSS Backfill. Is this what is called out as Deep Trench Backfill on the plans? • Bid items 5 and 6 have been added to clarify linear footage for Deep Trench Backfill and Deep Trench Backfill (Restrained Joints). See the attached revised Section 00 42 43 — Proposal Form. The detail for Deep Trench Backfill calls for either CSS or Select Backfill. The bid item only calls for CSS. Can Select Backfill be used, or does it have to be CSS? • CSS is to be used for depths greater than 15' for deep trench backfill. Is the depth for the Deep Trench Backfill based off of Existing Ground or Future Ground elevations? • Deep Trench Backfill shall be based off of whichever condition is deeper. If there will be future cut in the area, then the existing ground elevation shall be used to determine limits of deep trench backfill. If fill is proposed in the area, then future ground shall be used to determine limits of deep trench backfill. On the plan and profile sheet 34, the crossing of Colonial Heights Lane is to be done by other than open cut, but on plan sheet 54 it calls for 137 SY of Concrete Trench Repair. Will this crossing be done by open cut or by tunnel? ADDENDUM NO. 1 ADDENDUM NO. 1 • The horizontal alignment along Bonds Ranch Road has been modified. See revised Sheets 34A and 54A. Both the tunnel and concrete trench repair have been removed. 10. Bid Items 6A and 6b have a bid quantity of 205 LF, but there is a total of 236 LF shown on the plans (205 LF on plan sheet 20 and 31 LF on plan sheet 31). Can you clarify which quantity is correct? • There should be 236 linear feet of steel casing or tunnel liner plate by open cut. This has been updated in the attached proposal form. 11. Bid Item #18 is to connect to existing 54" water main with a quantity of 2 each. The plans show to install a 54" blind flange on both ends of the pipeline. Will we be connecting to an existing 54" line on both ends or installing blind flanges? • A blind flange with isolation flange assembly is to be installed on either end of the proposed 54-inch water main. This has been updated in the attached proposal form. 12. On plan sheet 31 station 129+00 to station 129+60 it calls for CSS Backfill per detail D003, D103/41. What bid item does this go under? • CSS Backjill per Detail D003, D103/41 will be under Bid Items 2 and 4 in the attached proposal form. 13. On plan sheet 33 station 148+80 to station 149+00 it calls for CLSM Backfill per detail D003, D103, D520/41. There is no detail matching this description on plan sheet 41. Also, what bid item does this go under? • The surface repair at this location has been modified to show CSS Backfill per Detail D003, D103, D520 on Sheet 34A. This detail has been added to Sheet 45A as part of this addendum. This will be under Bid Item 4 on the attached proposal form. All other terms and conditions remain unchanged. 0 TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ................................................................................ By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: Thalle Construction Co.. Inc. SIGNATURE: C—�� , mils _ NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUM NO. 1 ADDENDUM NO.2 Addenda N o . 2 CITY OF FORT WORTH 12/09/2024 WATER DEPARTMENT THALLE CONSTRUCTION CO INC NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN City Project No. 104940-2 and CHAPEL HILL WEST — PHASES I AND II City Project No. 104387 and 105382 Addendum No. 2. Issue Date: December 09, 2024 Addendum No. 1. Issue Date: November 27, 2024 Bid Opening Date: December 12, 2024 Revised Bid Opening Date: December 19, 2024 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. INFORMATION 1. An updated bid workbook excel file will be available in the Project's Bonfire Folder. 2. A .kmz file has been uploaded to the Project's Bonfire Folder for the final drilled locations of the soil borings. SPECIFICATIONS 1. Specification 00 1113 — Invitation to Bidders o Modify bid opening location as follows: • Bids will then be opened publicly and read aloud beginning at 2:00 PM at New City Hall, 100 Fort Worth Trail, Fort Worth, Texas, on the Mezzanine of New City Hall (NCH): Room MZ10 12. 2. Specification 00 42 43 — Proposal Form is replaced in its entirety by the attached. o Modifications to quantities for linear footage of casing or tunnel liner plate at STA 169+07 (Sheet 36B). o Addition of bid item for Post -CCTV Inspections. 3. Specification 33 11 10 — Ductile Iron Pipe o Part 2.2.B.6.b.6 MODIFY as follows: 6) Surge Allowance = 100 psi, minimum 4. Specification 33 1113 — Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type o Part 2.2.C.1.e.9 MODIFY as follows: 6. Surge Allowance = 100 psi, minimum a) Where Total Pressure (including surge) = 150 psi + 100 psi = 250 psi 5. Specification 33 1114 — Buried Steel Pipe and Fittings ADDENDUM NO.2 ADDENDUM NO.2 o Part 2.2.C.1.e.9 MODIFY as follows: 6. Surge Allowance = 100 psi, minimum a) Where Total Pressure (including surge) = 150 psi + 100 psi = 250 psi o Part 2.2.C.4.a MODIFY as follows: a. The minimum pipe wall steel thickness shall be as designed, but not less than 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 and shall accommodate all areas of cut and fill for future grades. CONSTRUCTION PLANS 1. Sheets 34A, 35A, and 37A - DELETE Sheets 34A, 35A, and 37A and REPLACE with Sheets 3413, 35B, and 37B as attached. Removed labels for geotechnical bore holes BH#21 through BH#23. 2. Sheet 36A — DELETE Sheet 36A and REPLACE with Sheet 36B as attached. Extended 78" casing or tunnel liner plate from 169+07 to 171+33. 3. Sheet 51A —DELETE Sheet 51A and REPLACE with Sheet 51B as attached. Removed casing test station TS26 at Station 170+42. CONTRACTOR OUESTIONS 1. Please confirm the surge allowance of 170 psi was correct? For a total surge of 320 psi. • Surge allowance shall be 100 psi minimum. Total pressure including surge is 250 psi. Specifications 33 11 10, 3311 13, and 33 11 14 have been modified as noted above. 2. Metalized joints rings have been used for over 70 years without mortar pointing the interior recess of joints. They are approved by AWWA. You can find them referenced in their M9 manual (chapter 14, page 230, section Interior Joint Protection). We request approval for the elimination of interior mortar pointing joints with the use of metalized joint rings. • Metalized joint rings are acceptable. However, the pipe interior joint grouting methods shall remain unchanged per the City's specifications. Can you please provide the thickness of the steel casing? • Per Specification 33 05 22, the Contractor is 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. Per Section 2.2.A.3 of the Specification, minimum steel casing pipe wall thickness shall be 0.75 ". Between STA. 32+16 to 33+21, minimum thickness of 1.0" shall be used. 4. Will the contractor be excavating the 54" water line starting at existing ground or future grade? The site conditions look to be evolving as other construction is taking place along the ROW. • The contractor will be excavating the 54 " line as follows: i. STA. 0+00 to —6+70: Contractor to excavate from existing ground. ii. STA. —6+70 to—44+75: Contractor to complete mass grading per Sheets 55-57 then complete excavation for the 54-inch water main. ADDENDUM NO.2 ADDENDUM NO.2 iii. STA. —44+75 to —108+00: Contractor to excavate from existing ground. Future grade is approximate and will not be occurring during construction of the water main. iv. STA. —108+00 to —133+00: Contractor to excavate from 'proposed ground". The proposed ground is being completed as part of the adjacent development, which they anticipate being completed by Mid -March. v. STA. —133+00 to end: Contractor to excavate from existing ground. 5. Can you please provide an excel copy of the bid form? • The excel copy of the bid form is on the Project's Bonfire folder. 6. In the specs it calls to CCTV the water line and to be paid by the LF, but there is no bid item for this. Can a bid item be added for this? • A bid item has been added to the revised Proposal Form for Post -CCTV Inspection. 7. Since the sequence calls for the mass grading to be done first, does that mean that all the material needed for this will need to be import? • The Contractor could elect to start construction of the 54-inch Water Main B at the end (STA. 182+18) and utilize spoils to complete the required mass grading. The 54-inch water main should not be installed from STA. —6+70 to —44+75 until mass grading is completed. There are some soil borings that the ground elevation in the geotech report is different than the elevation shown on the plans. B-35 shows 742 on the report and plans show 707. B-34 shows 741 on the report and plans show 731. B-33 shows 754 on the report and plans show 763. B-31 shows 724 on the report and plans show 719. Can you clarify which is correct? • Some soil borings are offset of the final proposed alignment and with the variability in terrain in the area, could create variations in the elevations depending on where the final soil boring was drilled. In addition, the elevations shown in the bore logs are approximate. The bore hole locations provided in the plans were the original locations Kimley-Horn provided to the geotechnical engineer, however some boring locations were moved during drilling, resulting in different final drilling locations. The final locations of the soil borings that were drilled have been provided in a .kmz file in the Project's Bonfire folder as part of this addendum. 9. On plan sheets 34 to 37 it shows bore logs B-23, B-22, and B-21 but they are not included in the geotech report. Can these bore logs be provided? • We do not have geotechnical bore logs for what is referenced as B-21 through B-23 on the sheets. These labels have been removed from the plans. 10. Would the owner consider delaying the bid date one week due to several other projects bidding on the same day? • The bid opening date has been revised to December 19`h at 2: 00 PM. 11. Bid item 30 is "Topsoil", is this the managing of topsoil created during construction or is this importing more topsoil? • Per Specification 32 91 19, this item is for furnishing and placing topsoil to a minimum of 3-inch depth, unless otherwise shown on the Drawing. This will be placed prior to surface repair. 12. Will the South Bound portion of Fleming Ranch Road from station 6+00 to station 45+00 be in place prior to construction of the 54-inch waterline? ADDENDUM NO.2 ADDENDUM NO.2 • The exact timeline for the completion of construction of the southbound portion of Fleming Ranch Road isn't set at this point. The pre -construction meeting with the road contractor was just completed, so the contractor should be mobilizing soon. 13. What is the purpose of bid item 41 - Mass Grading? Can an area or quantity be given? • Mass grading is anticipated at various locations between STA. 6+70 to 44+75. The adjacent development added fill and completed mass grading for the southbound lanes of Fleming Ranch Road, then daylighted the slope back to existing ground. The proposed water main alignment is located along the existing sloped area, so there were concerns with protection of the pipe and pipe stability, especially if there was any sloughing of the slope after the water main is installed. The mass grading will add fill material on the existing sloped area over the proposed water main and ensure there is proper protection of the pipeline, then daylight back to existing ground. There is anticipated to be approximately 2,750 CY of fill material. 14. Can you confirm acceptance of FRP pipe as an alternate material selection for under ASTM D3517, as listed in the City of Fort Worth Standard Product list for bid items 1 to 4, 7 to 11, and 17 and 18? • FRP will not be allowed for this project. All other terms and conditions remain unchanged. TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ................................................................ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0■ By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: Thalle Construction Co.. Inc. SIGNATURE: NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUM NO.2 ADDENDUM NO.3 Addenda N o . 3 CITY OF FORT WORTH 12/10/2024 WATER DEPARTMENT THALLE CONSTRUCTION CO INC NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN City Project No. 104940-2 and CHAPEL HILL WEST — PHASES I AND II City Project No. 104387 and 105382 Addendum No. 3 Issue Date: December 10, 2024 Addendum No. 2. Issue Date: December 9, 2024 Addendum No. 1. Issue Date — November 27, 2024 Bid Opening Date: December 19, 2024 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. SPECIFICATIONS 1. Specification 33 1114 — Buried Steel Pipe and Fittings o Part 2.2.C.4.a MODIFY as follows: a. The minimum pipe wall steel thickness shall be as designed, but not less than 0.25 inches for 54-inch pipe and 0.188 inches for 24-inch pipe, or pipe D1240, 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 and shall accommodate all areas of cut and fill for future grades. All other terms and conditions remain unchanged. 17 C�/(ti W C� TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ................................................................................ By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: Thalle Construction Co., Inc. SIGNATURE: c� NOTE: Company name and signature must be the same as on the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ADDENDUM NO.3 000515-1 ADDENDA Page 1 of 1 1 SECTION 00 0515 2 ADDENDA 3 4 5 6 [Assembler• For Contract Document execution, remove this page and replace with any addenda 7 issued during bidding.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 0011 13 INVITATION TO BIDDERS Paget of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD THROUGH BONDS RANCH ROAD) ("Project") will be received for the City of Fort Worth via the Procurement Portal httl)s://fortworthtexas.bonfirehub.com/aortal/?tab=onen0nnortunities, under the respective Project until 2:00 P.M. CST, Thursday, December 12, 2024 as further described below: Bids will then be opened publicly and read aloud beginning at 2:00 PM at New City Hall, 7t" floor room 745. Bidders shall also e-mail the completed Business Equity forms and all applicable letters of intent to the City Project Manager no later than 1:30 PM on the third City Business day after bid opening date, exclusive of the bid opening date. Your submissions must be uploaded, finalized and submitted prior to the Project's posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: httDs://fortworthtexas.bonfirehub. com/Dortal/?tab=ODenODDortunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised 1/17/24 CITY PROJECT NO. 104940-2 0011 13 INVITATION TO BIDDERS Page 2 of 3 If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire's help forum at httDs://vendorsuDDort.2obonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission fVIDEOI — Bonfire Vendor Support (2obonfire.com) Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: • —16,513 LF of 54" Water Line by Open Cut • --1,441 LF of 78" Steel Casing Pipe or Tunnel Liner Plate with 54" Carrier Pipe by other than Open Cut • —205 LF of 78" Steel Casing Pipe or Tunnel Liner Plate with 54" Carrier Pipe Open Cut • --1,375 LF of 24" Water Line by Open Cut • �11,037 SY of 10" Concrete Pavement (Fleming Ranch Road) • Drainage Improvements • Street Lighting Improvements 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 via the Procurement Portal httDs:Hfortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDortunities. under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes" under the Intent to Bid section. All Addenda will be posted in the Procurement Portal httDs://fortworthtexas.bonfirehub.com/D_ ortal/?tab=ODenODDortunities, under the respective Project. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised 1/17/24 CITY PROJECT NO. 104940-2 0011 13 INVITATION TO BIDDERS Page 3 of 3 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: December 3, 2024 TIME: TBD Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. 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. FAV1,11AX9 P City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES November 13, 2024 November 20, 2024 END OF SECTION CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised 1/17/24 CITY PROJECT NO. 104940-2 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page 1 of 9 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 electronic 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: httns://anns.fortworthtexas. og v/ProiectResources/ CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised/Updated 1/17/24 CITY PROJECT NO. 104940-2 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: httl)s://abbs. fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2OPavina %20Contractor%2OPrecivalification%2OPro2ram/PREOUALIFICATION%20REO UIREMENTS%20FOR%20PAVING%2000NTRACTORS.i)df 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httDs://aDDS. fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2ORoadwa v%20and%2OPedestrian%2OLi2htin2%2OPreaualification%2OPro2ram/STREET% 20LIGHT%20PREOUAL%20REOMNTS.Ddf 3.1.3. Water and Sanitary Sewer — Requirements document located at: httDs://aDDs. fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPreaualification/Water%20and%2 OSanitarv%2OSewer%2OContractor%2OPreaualification%2OPro2_ ram/WSS%20_ure aual%20recluirements. Ddf 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised/Updated 1/17/24 CITY PROJECT NO. 104940-2 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised/Updated 1/17/24 CITY PROJECT NO. 104940-2 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 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. 4.1.9.Indicate their intent to bid by selecting "yes" in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised/Updated 1/17/24 CITY PROJECT NO. 104940-2 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in 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 electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=oi)en0pportunities 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. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal httDs://fortworthtexas.bonfirehub. com/Dortal/?tab=ODenODDortunities 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 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised/Updated 1/17/24 CITY PROJECT NO. 104940-2 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 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 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non -responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: httDs://codelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 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. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised/Updated 1/17/24 CITY PROJECT NO. 104940-2 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. 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. 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. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub. com/portal/?tab=onen0nnortunities. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised/Updated 1/17/24 CITY PROJECT NO. 104940-2 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised/Updated 1/17/24 CITY PROJECT NO. 104940-2 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 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 htti)s://www.ethics.state.tx.us/data/forms/1295/1295.Ddf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised/Updated 1/17/24 CITY PROJECT NO. 104940-2 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 41 42 43 44 45 0035 13- 1 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 3513 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 exercises discretion in planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Office 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. httDs://www.ethics.state.tx.us/data/fonns/conflict/CIO.Ddf httDs://www.ethics.state.tx.us/data/fonns/conflict/CIS.Ddf 0 CIQ Form is on file with City Secretary XO CIQ Form is being provided to the City Secretary XD CIS Form does not apply 0 CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary BIDDER: Thalle Construction Co.. Inc. By: Stephen E. Kohler Company Please Print) 900 NC 86 North Signature: _, _ Address Hillsborouah. NC 27278 Title: President and COO City/State/Zip (Please Print) 46 END OF SECTION CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised February 24, 2020 CITY PROJECT NO. 104940-2 0041 00 BID FORM Page 1 of 8 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: NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) City Project No.: 104940-2 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISS19ON MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised 09/30/2021 CITY PROJECT NO. 104940-2 0041 00 BID FORM Page 2 of 8 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Transmission, Development, All Sizes Modified per Addendum 1 b. Water Transmission, Urban/Renewal, All Sizes 54-Inch diameter and smaller Modified per Addendum 1 c. Tunneling — 66" and greater, 350 LF and greater d. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) e. Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)" f. Roadway and Pedestrian Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 450 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 "If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISS19ON MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised 09/30/2021 CITY PROJECT NO. 104940-2 0041 00 BID FORM Page 3 of 8 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. Total Bid 7. Bid Submittal This Bid is submitted on RespectfulLy submitted, By: �>�1' -,,A _ •_ (Signature) December 19, 2024 Stephen E. Kohler (Printed Name) Title: President and COO Company: Thalle Construction Co., Inc. Address: 900 NC 86 North Hillsborough, NC 27278 State of Incorporation: New York Email: SKohler@Thalle.com Phone: 919-245-1490 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 "0 Q 1 a 280-�3 -- $32,316,280.74 by the entity named below. Receipt is acknowledged of the Initial following Addenda: lAddendum No. 1: 11/27/2024 SK JAddendum No. 2: 12/09/2024 SK lAddendum No. 3: 12/10/2024 SK JAddendum No. 4: Corporate Seal: NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISS19ON MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Part 1 - Water Improvements (Northside III 54-inch Transmission Main) Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value IA* 3311.1161 54" Steel AW WA C200 Water Pipe 33 11 14 LF 4,302 $550.06 $2,366,100.00 1B* 3311.1171 54" Concrete AWWA C303 Water Pipe 33 11 13 LF 4,302 $0.00 2A* 3311.1164 54" Steel AW WA C200 Water Pipe, CSS Backfill 33 11 14 LF 40 $1,500.06 $60,000.00 2B* 3311.1174 54" Concrete AW WA C303 Water Pipe, CSS Backfill 33 11 13 LF 40 $0.00 3A* 3311.1164 54" Steel AW WA C200 Water Pipe (Restrained Joints) 33 11 14 LF 4,215 $610.06 $2,571,150.00 3B* 3311.1174 54" Concrete AW WA C303 Water Pipe (Restrained Joints) 33 11 13 LF 4,215 $0.00 4A* 3311.1164 54" Steel AW WA C200 Water Pipe, CSS Backfill (Restrained Joints) 33 11 14 LF 100 $1,600.06 $160,000.00 4B* 3311.1174 54" Concrete AW WA C303 Water Pipe, CSS Backfill (Restrained Joints) 33 11 13 LF 100 $0.00 5A* 9999.0007 54" Steel AW WA C200 Water Pipe, Deep Trench Backfill 33 11 14 LF 3,833 $930.06 $3,564,690.00 5B* 9999.0008 54" Concrete AW WA C303 Water Pipe, Deep Trench Backfill 33 11 13 LF 3,833 $0.00 6A* 9999.0009 54" Steel AW WA C200 Water Pipe, Deep Trench Backfill (Restrained Joints) 33 11 14 LF 4,162 $980.06 54,078,760.00 6B* 9999.0010 54" Concrete AW WA C303 Water Pipe, Deep Trench Backfill (Restrained Joints) 33 11 13 LF 4,162 $0.00 7A* 9999.0001 78" Casing By Other Than Open Cut 33 05 22 LF 1,330 $0.00 7B* 9999.0001 78" Tunnel Liner Plate By Other Than Open Cut 33 05 22 LF 1,330 $3,250.00 $4,322,500.00 8A* 9999.0002 78" Casing By Open Cut 33 05 22 LF 236 $1,500.06 $354,000.00 8B* 9999.0002 78" Tunnel Liner Plate By Open Cut 33 05 22 LF 236 $0.00 9A* 3311.0651 24" DIP Water 33 11 10 LF 570 $280.06 $159,600.00 9B* 3311.0681 24" Concrete AW WA C303 Water Pipe 33 11 13 LF 570 $0.00 9C* 3311.0671 24" Steel AW WA C200 Water Pipe 33 11 14 LF 570 $0.00 l0A* 3311.0654 24" DIP Water (Restrained Joints) 33 11 10 LF 804 $360.00 $289,440.00 1 OB* 3311.0674 24" Steel AW WA C200 Water Pipe (Restrained Joints) 33 11 13 LF 804 $0.00 1 OC* 3311.0684 24" Concrete AW WA C303 Water Pipe (Restrained Joints) 33 11 14 LF 804 $0.00 11A* 3311.0011 Steel Fittings (For 54" Pipe) 33 11 14 LS 1 $1,000,000.06 $1,000,000.00 11B* 3311.0021 C303 Fittings (For 54" Pipe) 33 11 13 LS 1 $0.00 12A* 3311.0001 Ductile Iron Water Fittings w/ Restraint (For 24" Pipe) 33 11 11 TON 6 $10,700.06 $64,200.00 12B* 3311.0011 Steel Fittings (For 24" Pipe) 33 11 14 LS 1 $0.00 12C* 3311.0021 C303 Fittings (For 24" Pipe) 33 11 13 IS 1 $0.00 *Contractor to provide Unit Price / Bid Value for only on : of the alternatives for Items 1 through 2 13 3305.2012 54" Water Carrier Pipe 33 05 24 LF 1,566 $670.00 $1,049,220.00 14 3311.0441 12" Water Pipe 33 11 10,33 11 12 LF 25 $260.06 $6,500.00 15 3312.5003 54" AW WA Butterfly Valve, w/ vault 33 1221 EA 9 $380,000.00 $3,420,000.00 16 3312.3008 24" Gate Valve w/ Vault 33 1220 EA 3 $1 OQ000.06 $300,000.00 17 3312.3005 12" Gate Valve 33 1220 EA 1 $6,280.00 $6,280.00 18 3312.0117 Connection to Existing 4"-12" Water Main 33 1225 EA 1 $4,650.06 54,650.00 19 3312.0108 Connection to Existing 24" Water Main 33 1225 EA 1 $8,000.00 $8,000.00 20 9999.0003 12" Duplicate Combination An Valve Assembly for Water 3471 13 EA 6 $158,000.06 $948,000.00 21 9999.0004 12" Duplicate Combination Air Valve Assembly for Water w/ Protective Frame 3471 13 EA 4 $160,000.00 $640,000.00 22 3312.1004 4" Combination Air Valve Assembly for Water 33 1230 EA 1 $50,000.06 $50,000.00 23 3312.6003 8" Blow Off Valve 33 1260 EA 5 $35,000.00 $175,000.00 24 3305.0113 Trench Water Stops 3305 15 EA 11 $2,000.06 $22,000.00 25 3305.0109 Trench Safety 3305 10 LF 18,051 $1.00 $18,051.00 26 3231.0305 12' Gate, Steel 3231 26 EA 3 $3,720.06 $11,160.00 27 3231.0113 6' Chain Link, Steel 3231 13 LF 225 $110.00 $24,750.00 28 3137.0102 Large Stone Riprap, dry 31 37 00 SY 1,845 $98.06 $180,810.00 29 3292.0400 Seeding, Hydromulch 3292 13 SY 107,683 $1.00 $107,683.33 30 3291.0100 Topsoil 3291 19 CY 8,974 $46.06 5412,786.11 31 3201.0114 T Wide Asphalt P-t Repair, Residential 3201 17 LF 4,718 $99.00 $467,082.00 32 3211.0112 6" Flexible Base, Type A, GR-1 32 11 23 SY 83 $39.06 $3,250.00 33 9999.0011 6" Asphalt Type B on 6" Flex Base (Temporary) 32 12 16 SY 4,825 $110.00 $530,750.00 34 3305.0107 Manhole Adjustment, Minor 3305 14 EA 4 $1,500.06 $6,000.00 35 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 5 $2,000.00 $10,000.00 36 3304.0002 Cathodic Protection 33 04 12 LS 1 $23o,000.06 $230,000.00 37 3125.0101 SWPPP > 1 acre 31 25 00 LS 1 $65,000.00 $65,000.00 38 0171.0101 Construction Staking 017000 EA 1 $60,000.06 $60,000.00 39 0171.0102 As -Built Survey Ol 7000 EA 1 $40,000.00 $40,000.00 40 3305.0110 Utility Markers 33 05 26 LS 1 $9,000.06 $9,000.00 41 9999.0005 Mass Grating 3471 13 LS 1 $50,000.00 $50,000.00 42 3471.0001 Traffic Control 3471 13 MO 7 $80,000.06 $560,000.00 43 3110.0103 12"48"Tree Removal 311000 EA 42 $1,500.00 $63,000.00 44 3301.0002 Post -CCTV Inspection 3301 31 LF 18,218 $1.06 $18,218.00 45 9999.0006 Construction Allowance 3471 13 LS 1 $200,000.00 $200,000.00 Total Part 1: $28,687,630.44 Part 2: Fleming Ranch Road Improvements Phase 1 Part 2: Drainage Improvements (Unit I) 1 3305.0109 Trench Safety 3305 10 LF 407 $1.00 5407.00 2 3341.0201 21"RCP, Class EI 334110 LF 119 $150.00 $17,850.00 3 3341.0402 42" RCP, Class EI 3341 10 LF 125 $280.00 $35,000.00 4 9999.00044 2 - 4'x3' MBC 00 00 00 LF 80 $830.00 $66,400.00 5 3341.1304 6x5 Box Culvert 3341 10 LF 83 $680.00 $56,440.00 6 3349.6001 1O' Recessed Inlet 33 49 20 EA 2 $9,900.00 $19,800.00 7 9999.0045 18" Large Stone Type "A" Dry Rip Rap 00 00 00 SY 194 $89.00 $17,266.00 8 9999.0046 42" 4:1-CH-FW-0 Headwall 00 00 00 EA 1 $9,200.00 $9,200.00 9 9999.0047 6'x5' 4:1-CH-FW-O Headwall 00 00 00 EA 1 $25,500.00 $25,500.00 10 9999.0048 2-4'x3'4:1-CH-FW-0 Headwall 000000 EA 1 $19,000.00 $19,000.00 11 9999.0049 Remove Dual-4'x3' Headwall 00 00 00 EA 1 $4,000.06 54,000.00 12 9999.0050 Remove 42" Headwall 33 49 20 EA 1 $2,000.00 $2,000.00 13 9999.0051 Remove 6'x5' Headwall 34 49 20 EA 1 $2,500.06 $2,500.00 14 9999.0032 Ornamental Fence 00 00 00 LF 171 $230.00 $39,330.00 15 9999.0033 Inlet Protection 00 00 00 EA 2 $160.06 $320.00 CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104940-2 REVISED 9/30/2021 Addendum No. 1 16 19999.0006 Construction Allowance 3471 13 LS 1 $30,000.00 'Sub $30,000.00 -Total Part 2, Unit I: Drainage Improvements $345,013.00 Part 2: Paving Improvements nit ID 1 3211.0400 Hy rated Lane (42 Ibs/sy) 32 1129 TN 147.40 $490.00 $72,226.00 2 3211.0504 12" Lime Treatment 32 11 29 SY 7,019 $9.00 $63,171.00 3 3213.0105 10" Conc Pvmt 3213 13 SY 6,666 $155.0� $1,033,230.00 4 3213.0302 4" Conc Sidewalk 32 13 20 SF 13,708 $10.00 $137,080.00 6 3213.0510 Barrier Free Ramp, Type C-3 32 1320 EA 1 $3,000.0 $3,000.00 7 3213.0501 Barrier Free Ramp, Type R-1 32 1320 EA 1 $4,100.00 S4,100.00 8 3213.0506 Barrier Free Ramp, Type P-1 32 1320 EA 2 $3,000.0 $6,000.00 9 3213.0502 Barrier Free Ramp, Type U-1 32 1320 EA 1 $5,600.00 $5,600.00 10 3291.0100 Topsoil 3291 19 CY 250 $35.0� $8,750.00 11 3292.0100 Block Sod Placement 3292 13 SY 1,500 $6.00 $9,000.00 12 9999.0037 Constrct Std. Pavement Header 00 00 00 LF 47 $30.0 $1,410.00 13 9999.0052 Saw -Cut Concrete Pavement & Connect to Existing Pavement Header 00 00 00 LF 60 $660.00 $39,600.00 14 9999.0054 4" HMAC Type B (TxDot SPEC 340) Over 6" Compacted Subgmde 00 00 00 SY 998 $80.0� $79,840.00 15 9999.0056 Remove REEL PAV MRK TY I(Y)(6")(DBL)(SLD) 00 00 00 LF 1,870 $1.50 $2,805.00 16 9999.0057 TYPE B-CR 4" RAISED PAVEMENT MARKER 00 00 00 EA 54 $5.5 $297.00 17 9999.0058 I(W)(24")(SNG)(SLD) w/ I(B)(6")(DBL)(SLD) Crosswalk 00 00 00 EA 15 $220.00 $3,300.00 18 9999.0059 I(W)(24")(SNG)(SLD) Stop Bar 00 00 00 LF 47 $11.0 $517.00 19 9999.0060 REEL PAV MRK TY I(W)(6")(SNG)(SLD) 00 00 00 LF 1,246 $1.50 $1,869.00 20 9999.0061 REFL PAV MRK TY I(W)(6")(SNG)(BRK) 00 00 00 LF 540 $2.0� $1,080.00 21 9999.0062 REEL PAV MRK TY I(W)(8")(SNG)(SLD) 00 00 00 LF 150 $3.00 S450.00 22 9999.0063 REFL PAV MRK TY I(W)(18")(SNG)(SLD) 00 00 00 LF 911 $7.0 $6,377.00 23 9999.0064 REEL PAV MRK TY I(Y)(6")(DBU (SLD) 00 00 00 LF 245 $3.00 $735.00 24 9999.0065 REFL PAV MRK TY I(Y)(6")(SNG)(SLD) 00 00 00 LF 634 $1.5� $951.00 25 9999.0066 REEL PAV MRK TY I(Y)(18")(SNG)(SLD) 00 00 00 LF 248 $7.00 $1,736.00 26 9999.0067 Remove REFL PAV MRK TY I(W)(4")(SNG)(SLD) 00 00 00 LF 94 $0.7 $65.80 27 9999.0068 Remove REEL PAV MRK TY I(W)(8")(SNG)(SLD) 00 00 00 LF 43 $1.50 $64.50 28 9999.0069 Lane Legend Arrows 00 00 00 EA 16 $220.0� $3,520.00 29 9999.0070 Remove Lane Legend Arrows 00 00 00 EA 5 $80.00 S400.00 30 9999.0071 S7-1T School Flasher Sign 00 00 00 EA 1 $15,000.0 $15,000.00 31 9999.0038 Stop Signs 00 00 00 EA 1 $530.00 $530.00 32 9999.0039 Street Name Blade Pair 00 00 00 EA 1 $5311A $530.00 33 9999.0040 Street Sign Pole 00 00 00 EA 2 $270.00 $540.00 34 9999.0006 Construction Allowance 3471 13 LS I $80,000.0d $80,000.00 Sub -Total Part'-, Unit II: Pay mg Improvements $1,583,774.30 Part 2: Street Lighting Improvements (Unit III) 1 2605.3015 2" CONDT PVC SCH 80 IT) 26 05 33 LF 1,655 $40.00 $66,200.00 2 3441.3003 Rdwy Ilium Assembly TY 18,18A,19, and D-40 344120 EA 7 $5,000.01 $35,000.00 3 3441.3201 LED Lighting Fixture(138W) 344120 EA 7 $900.00 $6,300.00 4 3441.1632 Install Type 33A Army 3441 20 EA 7 $800.01 $5,600.00 5 3441.3302 Rdwy Ilium Foundation TY 3,5,6, and 8 34 41 20 EA 7 $3,500.00 $24,500.00 6 9999.0041 Ground Box 00 00 00 EA 3 $1,600.0 $4,800.00 7 9999.0043 3 - #2 Copper Wire 00 00 00 LF 1655 $8.00 $13,240.00 8 9999.0006 Construction Allowance 3471 13 LS 1 $15,000.011 $15,000.00 Sub -Total Part 2, Unit III: Street Lighting Improvements $170,640.00 Part 3: Fleming Ranch Road Improvements Phase 2 i Part 3: Drainaj�Improvements (unit I) 1 305.0109 Trenc atety 3305 10 LF 398 $1.00 $398.00 2 3341.0201 21 " RCP, Class lH 334110 LF 125 $150.00 $19,750.00 3 3341.0302 30" RCP, Class BI 3341 10 LF 192 $210.00 $38,220.00 4 3341.0309 36" RCP, Class BI 3341 10 LF 91 $240.00 $21,840.00 5 3349.6001 10' Recessed Inlet 33 49 20 EA 3 $9,900.00 $29,700.00 6 9999.0001 12" Medium Stone Riprap, dry 31 37 00 SY 150 $63.00 $9,450.00 7 9999.0002 18" Medium Stone Riprap, dry 31 37 00 SY 13 $110.00 $1,430.00 8 9999.0003 Inlet Protection 00 00 00 EA 3 $160.00 S480.00 9 9999.0004 3 Pipes - CH-PW-S- 15 Skew Headwall 33 49 40 EA 1 $15,000.00 $15,000.00 10 9999.0005 3 Pipes - CH-PW-0 Headwall To be Flushed W/ Concrete Retaining Wall 33 49 40 EA 1 $17,000.00 $17,000.00 11 9999.000621"CH-FW-0 Headwall 334940 EA 1 $3,5ooA $3,500.00 12 9999.0007 PRl Pedestrian Rail 00 00 00 LF 217 $230.00 S49,910.00 13 9999.0006 Construction Allowance 3471 13 LS 1 $15,000.00 $15,000.00 'Sub -Total Part 3, Unit I: Drainage Improvements $220,678.00 Part 3 - Paving Improvements (Unit II) 1 3211.0400 Hydrated Lime (42 Ibs/sy) 32 11 29 TN 97.9 $490.00 S47,971.00 2 3211.0504 8" Lime Treatment 32 1129 SY 4,661 $9.0 S41,949.00 3 3213.0105 10" Conc Pvmt 32 13 13 SY 4,371 $155.00 $677,505.00 4 3213.0301 4" Conc Sidewalk 32 1320 SF 12,959 $10.01 $129,590.00 5 3291.0100 Topsoil 3291 19 CY 809 $46.00 $37,214.00 6 3292.0100 Block Sod Placement 3292 13 SY 4,854 $6.01 $29,124.00 7 9999.0050 Remove 2" HMAC Type D (TxDOT Spec 340) 00 00 00 SY 998 $15.00 $14,970.00 8 9999.0051 Remove 4" HMAC Type B (TxDOT Spec 340) 00 00 00 SY 998 $17.0 $16,966.00 9 9999.0049 Remove REEL PAV MRK TY I(Y)(6")(DBL)(SLD) 00 00 00 LF 355 $1.50 $532.50 10 9999.0047 Remove REFL PAV MRK TY I(Y)(6")(SNG)(SLD) 00 00 00 EA 635 $031 S444.50 11 9999.0048 Remove REEL PAV MRK TY I(Y)(18'9(SNG)(SLD) 00 00 00 EA 70 $3.50 $245.00 12 9999.0042 Remove & Relocate Pole & Sign 00 00 00 EA 2 $1,060.0 $2,120.00 13 9999.0025 Connect to Existing Pavement 00 00 00 EA 1 $3,400.00 $3,400.00 14 9999.0026 Construct Barricade 00 00 00 EA 1 $1,700.0 $1,700.00 15 9999.0027 Constrct Std. Pavement Header 00 00 00 LF 34 $40.00 $1,360.00 16 9999.0028 Stop Sign (RI-5B) 00 00 00 EA 4 $850.0 $3,400.00 17 9999.0041 Stop Sign (R10-15A) 00 00 00 EA 1 $850.00 $850.00 18 9999.0043 Street Sign (S5-2) 00 00 00 EA 1 $530.011 $530.00 19 9999.0044 Street Sign (S7-IT) 00 00 00 EA I $530.00 $530.00 20 9999.0029 Street Sign (WI1-2w/ RRFB Double sided) 00 00 00 EA 3 $14,000.001 S42,000.00 21 9999.0030 Street Sign Pole 00 00 00 EA 10 $270.00 $2,700.00 22 9999.0031 Lane Legend Arrows 00 00 00 EA 7 $220.0 $1,540.00 23 9999.0032 TYPE B-CR 4" RPM 00 00 00 EA 52 $5.50 $286.00 CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104940-2 REVISED 9/30/2021 Addendum No. 1 24 9999.0033 REFL PAV MRK TY I(W)(6')(SNG)(SLD) 00 00 00 LF 430 $1.50 $645.00 25 9999.0034 REFL PAV MIRK TY I(W)(6")(SNG)(BRK) 00 00 00 LF 520 $2.00 $1,040.00 26 9999.0034 REFL PAV MRK TY I(W)(8")(SNG)(SLD) 00 00 00 LF 150 $3.0 S450.00 27 9999.0034 REFL PAV MIRK TY I(W)(18")(SNG)(SLD) 00 00 00 LF 150 $7.00 $1,050.00 28 9999.0035 REFL PAV MRK TY I(W)(24")(SNG)(SLD) With I(B)(6')(DBL)(SLD) 00 00 00 EA 20 $220.00 S4,400.00 Crosswalk 29 9999.0036 REFL PAV MRK TY I(W)(24"(SNG)(SLD) Stop Bar 00 00 00 LF 115 $1 OK $1,265.00 30 3305.0106 Manhole Adjustment, Major 33 OS 14 EA 3 $4,000.00 $12,000.00 31 3305.0107 Manhole Adjustment, Minor 3305 14 EA 2 $1,500.0 J $3,000.00 32 9999.0006 Construction Allowance 3471 13 LS 1 $65,000.0(f $65,000.00 Sub -Total Part 3, Unit II: Paving Improvements $1, 145,777.00 Part 3: Street L'Flat n Improvements (Unit III) 1 2605.3015 2" CONDT PVC SCH 80 (T) 26 05 33 LF 1,345 $40.00 $53,800.00 2 3441.3003 Rdwy Ilium Assembly TY 18,18A,19, and D-40 344120 EA 8 $5,000.00 $40,000.00 3 3441.3201 LED Lighting Fixture (138W) 3441 20 EA 8 $90031 $7,200.00 4 Am 3441.1632 Install Type 33A A 34 41 20 EA 8 $800.00 $6,400.00 5 3441.3302 Rdwy Ilium Foundation TY 3,5,6, and 8 34 41 20 EA 8 $3,500.0 $28,000.00 6 9999.0038 Ground Box 00 00 00 EA 1 $1,600.00 $1,600.00 7 9999.0040 3 - #2 Copper Wire 00 00 00 LF 1,346 $8.0 J $10,768.00 8 9999.0006 Construction Allowance 3471 13 LS 1 $15,000.06 $15,000.00 Sub -Total Part 3, Unit III: Street Lighting Improvements $162,768.00 Bid Summary Part 1 - Water Improvements Total Bid - Part1: $ l $28,687,630.44 Part 2 - Fleming Ranch Road Improvements (Phase I part 2 -Subtotal Unit I -Drainage Improvements: $ $345,013.00 Part 2 - Subtotal Unit II - Paving Improvements: $ $1,583,774.30 Part 2 - Subtotal Unit III - Street Lighting Improvements: $ $170,640.00 Total Bid - Part 2: $ $2,099,427.30 Part 3 - Fleming Ranch Road Improvements (Phase 2l pYart 3 -Subtotal Unit I -Drainage Improvements: $ $220,678.00 Part 3 - Subtotal Unit II - Paving Improvements: $ $1,145,777.00 Part 3 - Subtotal Unit III - Street Lighting Improvements: $ $162,768.00 Total Bid -Part 3: $ $1,529,223.00 ( Part 2 + Part 3) Total Bid: $1 $3,628,650.30 'Total Bid (Grand Total (Part 1 + Part 2 + Part 3)): $1 $32,316,280.74 END OF SECTION CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 104940-2 REVISED 9/30/2021 Addendum No. 1 BID TABULATION cnemwee By: suA'T 1&1 4 ShNb7 Y/a'tlest� P.E, pmty.rbm aMAssoya'ei, Yre Ownor Namm/Pm Ocl: CM of Fat WO . HoMalde III -Phase ll-51-nhh lYater Trensrtissimn Ifa'n CityProlacl NO.: D4940-2 city Protect Mannar; P-0 KC. P.E. Advertlsed: 11/13246112024 Blde R-Ned: 12TI924 C-Uniction Days: 4W KH PrmJeel llo.: 061016460 MAYBEGOal. 14.72% of Total Wd Value Item Nm. I Item M-1pllon 1 1B' 331I.1f]166'Cm,ne:e A\WIACio3 War3P 1 M. 3311.11 M W 5'r0 AVAIA Caw Water PFFS1qq�BaWi 14302 I I 40 I lF IF 21' I3311.f 17454'Cmrie's AVAYA C30l WaFdV CSS BaWJ 3A• J31f.118464'Steel Al'N/A C_Wffia Psp sVaneOJWB 40 1 14.215 1 LF lF 3B• 3311.1f7/ 54' Carrt+ AW WACN3 W,-7�I(��aa fResVaMtl U)) 1 4216 I lF I /A• 13311.i164 54'6IeN AWWA C200 WaferRce. CSS BatldA (Resnanmtl Joels) I too 1 V 1 I413' I3311.417454'ConerOte AWWAC303 Water Pipe, CBS Backfi(RestmwOd JoWs) I fw I IF 5A' IB999.000764'SleeI AVAVA C200 Water Pea. Dj�eeecUTeerenrh Backfi I J.933 I LF I IOOWater 1 GA' 19998.000954'SCIeeIA1WWA PJr%Dee(�Trer�tll Radii jResbalned Jonlsi 4, 16I LF 1 r Pipe, Deep Tmn h Barkfi9 (Restrained 7A' I1l9999. CanaNB I ' 7 ]B' OUrer m3a0n O�ear�el 011tor Than Ocen Cul 1 123a 1 BA' '8�99.0002 78' Ca 99��II BByy p�Pgla CW 1 lF I I BB' IBBB9.OD027B'Tumel Lh�er Plete B Dean Cut 1 238 I IF I I 9A' 13371.0657 24"DIPWater I 6To I !F I 9B• 13311.O6B1 24'Conaefe AWWA C303 Water Pima 6To 1 IF I 9C' IJ3f 7.087124'SteeIAWWAC2w Water Pies_ 1 570 1 IF 1 1 IBA• I33f7.085424• DIP Watar/(/estrawled JoinU1 1 601 1 IF IBM 13317.0614 24: SIMA C200 Weser Py eat t 1st�M�Jdnlsl Set IF 10C' 13317.Ih1B424' COnr+ele AWWAG303Wa at I Sot I IF 1 17A• 331f.00 I 1 SYeel Fi15Mu (F-1 Py..ae I 1 l5 118` I3311.0021 C303 FS0 For 66' Vice I f t5 12A• 13311.0001DudMInm ler FRih19s 1Resnalnt(For24'Pivan I 6 TON BIDDER 1 BIDDER 2 TiWk CmsNxt'onC parry, Ya s.J. took ConsbWbn MTwalb 10110 East FM 917 6205ddh 6N 5F Aharado, T)(7w09 Mans'eltl,T)t76093 Unh Prke I It., COsl - UnHPrica I hem cost 31300w 360.000,001 w. Show 52571A 30 sl,sw oo alw,oww ww, S93000 53,564,690.00 EOw 59w.w 54.O7a.7ww so.. SOw $3.250.w1 5I.322.Sw.w f1.6w,w 35/0w.w 1 f0. newoo1 S159.Bw w1 I SO.w I SO'a AMMO: $289.440w I sow I So,, I .Moo, l'i'm w.09 1 _ - So BIDDER 3 BeR CmsNrt6m of Teas 2w]EBroad SF 1 TeMvu.M]1BN UnR Pried Item cost I I I11 I_ No J S4.3o2B00.0a.. 1 SO Oc i1.ew.wl 26122l0. 1 1911A01 Ss.a526I'll f0 f1At1.w1 f163.1 .0o1 I ad.w ff.O8fl00I t1.O906If w I so.w SI.w1001 SI.16a,1B2no So.w So. 52992w 1 $3.9m.lo.w) 31.1/0.w 1 31/0,45ppB.Upp() ato.wi sz33]ad.Cdl 1 1 $9.w1 useveI E3a5. oel Sf w I 3 pp{ 1 SO 00 i67aow1 st7o,owcd I So.w� Saaace 1 f3.1aa .w $0w S989A0 54-1/a 2le.wl SO w) I SO wI S22De.w1 3315amw f i.7ww 1 32698000'00��'D0'D'd1�1111 So s0. m 02-1 52192w. 1 w.001 SSww l 5153.fe0.0o1 1 w, ENGINEER OPINION OF BIDDER 4 PROBABLE CONSTRUCTION COST na.,wncaxmearea5, uc IanrrHrml aodnelmeal�,wK SuoE.US NYN87 am C1.q.t Alrarade. TJf 0009 Fod`?Amh.u7Blo2 UNIPrhe I hem cren UMPdce I Rem Coal - 31020w 34.SIfldOw ST..w f122 - Ow f0w S3.9w. SISB.-M -1 3320w.w. ."of w ww 54.445.025. I So, I..( nOti .M so.w1 1 f00d 325ww. $2w.-B6, S9o0001 S.000.04 Sam I p. $1.405.00 $5,385,3a5.w $T60.w1 52.913.080. saw 1 w. a1,w5w1 S0263.810.00 fa0awI 306I9,]20. ISow I S0. I so.w "'Mael 3532o.out $3,eww1 35.253.50000 I sa 32.500001 Sfee de0.D6 $4,Ow.wl S944,000.M I $6.w', 1 Saco I SOw _ $375w 1 3213.760.w Sono ww $510w1 S29-00 $375001 $2/3.760.e01 sow 1 Meet 8523.001 I 5420.49200 SOw f400001 S3236ww I Se 128 13311.wI7 SteelF j}0IF"14'P)2aj I 72C• 133 If.0021 C303' r 'of24'F� i I 1 I LS lS I I 5000 SO.OW I I ".00I 30.00 565,000001 I S68.000001 5151,000.00I SO.c01 5151.000.00 Sow I I wool) So _ �/f{�Izclyrjy Pr Ndo Unit Prlce/Bid Valusf rcnly One of NOaltamalNOs for It Ithrough 12 I 13 05,20121 Wale',Canler Pice 1.550 ti S"o" S1.0192N.Q0 5906.00 St5u0Te00 5090.011 SI S9S.74000(I Safe- 51.040.2M00 360000 E959600. 11 11.0411 12'Waler Pi9� 25 1F 5260.in M`!(Xiw lf- $1.250.w S260.w se.tw s173w 54.325.w 52ww 381w.w 15 12.500354'AWWAButterff\"WIve.w/-h �33, B FA S3B0.Mw $3.420000.00 $W000O.no $V030000o S336.000.00 E3.00B000. 5301,680.0o E2715.120.0� 5350,000.00I Satan o000ol 16 12300824'GaIeValvew rry 3 EA f100,OM.00 33o0.Ow.w E54,00000 182000.w� S61,Oww 3192,wo 365,70o00 $197.iww "S..Moo1 $135.w0 I] 2300512'Gate Valve 1 FA I S6,2ww SO260.00 f4,M U.-W f27,Ow.w 52].Ow.� Sa,I30w S.A.Onl 54DDD.001 SB.Ow 10 12.0717 Connection to Eds0m 4'-12-Water Mee 1 FA I Sl.bww N._da lai'moe W000.00 510,000.w SfO,Ow S2D,OOe.w sm.Ow.w S25w.w1 52.Sw 1 11 13312.0108 C nnaNen to Fsis�L''�ry{{24'WatOr Main I FA I $a,000.00 S6,OOD.00 f15.000.00 E/500aw I1.000A0 SfInCO,CoI Vallee M00000 33,000.001 f30W00 I 20 19999.B00312•W0(�le Cemb(nalimn Ate Valve A55emb1V fOf SYaler 6 EA I 7168,000.00 5948,00000 f110.DDD.DD $89B.W000 f120.OW.001 f7M.m00.cc1 5159,00000 5967.600 5150,000.001 EE00.000.00� 21 19999.000/IY WmBwte Combina0on /dr Valve Assemb er WalerwI.,cti Iaj 4 FA I f1w.Ow.w S01o.weDO f128.Ow.wI 3516.w0.w' 5120MMI SOfa-.Do� $168,00000 SBBI.oLLL S1wOw.wl Faw.ow.w 22 13312.106/ 4'Cmn - ation Alr Valve AssembN for Water 1 1 FA 1 550.0W.O0 $50.000.001 SI].4w001 547.40000' u1000.001 351.Ow.w SSg000.O0 SSS.Ow. S21,Oaow VS.Ow.w 23 133126003 B'BIw OR VaW I 6 �I f35.Ow.w 517O.Minll f37,iw.wl $155.500.w 531�.Ow.wl f55'oddo0 S2)50w. 540,wO.wl SM.w0A 24 115.0113 Tmrh Welef StOos I II 1 FA I 520w.w SYlOw. $a-. SE M S2.awcel f22.Oww 52.7%. S3a2aa S1.SdaOD 1115-w 1 25 13305.0109 Tre hSafeO( 11i0511 IF I SIMI Ha053001 Saw SIN51 510� S1a0.5I0.00 Shaw S3Bt.D20. i2001 f38.1D2 D0 28 S 1 3 I FA I __ II.]20.w1 t11.1wA01 SS,wo.wl f6 E2.SO0.w1 f7.50000 i3,tww f9.3w.w Slw.wI St3w.o0N 1311,01112'GatO, 27 323/.01136CMIn UJ .Steel I 225 I IF I f110w1 s--.a1 Mae: f 00 S`A001- "I'Se.00 $45001 S10.120 $law 53.315.00� I 26 3137.0102 Lane Slane Rbraw, 17.645 I SY I 3%001 SiB0AI0.001 3f.- $.IA-.1 5315.001 ISBf.17500 E175001 S322076. 3f75.001 f32207500 1 28 13292.0400 BeedM.Hvdromu I1ar'- BY I si.wI N07.6N.9J1 30.]01 576.378.3� SI.w1 S107.Ba3.33 S'.. 3107.605 St.wl $107.68333 I Se 13201.0100 To0{{ OV d814 CY I SIfl001 3112780,11rri S50.00 5269.206.31 slaw 569.?.,It SIMI SBA7ia1 336.00I S2N.340�� I S1 13101B 4T 11As0ha0Pvml Res M, 11 kl-lal I4,7I0I IF 1 S99.w1 34BT.w200 5107.00 S-A26.00� Slw.wl $4TI.BOO.OP, SB5.001 S401 A30.05) Sa0.001 f3n.M0. 32 13211.01128'fle b'O 6y0� T ADRI I 81 SY I 539.001 532R f15.W f11S0.m_ Smoot SI.668.g� $40001 53.3v.31 $26D01 32oB3.3] 33 19998.0011 8' Base Remmomrvl TOAd I.4 tOn0.no S70w1 f337]w, i1150D1 3551.B76w f150.001 $723]5D 00 I]0.001 f517>5o mm6 13305.OiW MaMO wR uslmenn AWlw 35 J305,0703 EEx�7O�b0��aaloD'Exmavation o1Emlan l-. I 5 1 i EA I 5u.do $10.000.00I cel SIOw.wl f umnm sso' 64 L0000tl1 sasot a1e0mO.Ob SN.000 SlOwwl 200 1�1 SIOOoo.w f75.dea. SS.Sw.wl S;ti08001 514000.w 512500.� I 36 3301.0002 Ca1hOd P I3125.0f01 I L6 1 3230. 323a-do 00 s1w 000wl sf0000000QQ smilD8aoI SIuo0 .a SS65.D0 w S>a5-DeDAO s15o.o00.ao $150000 OOWWWI I�S4 SWPPP 21ane 1 1 1 is I Sa60wwl d85 GDood� 41 fT6nww1 $75.000.04 ss9qtt..Ow.wl 302w0. SIw,Ooo.wl 110ormarm S76,o00.w S75.000 1 3e 10171,oto7 Cmnswwon Staknw 1 1 1 PA I swmowl sea boa suc-oo�Ow.wl 36: M.00l sSS,aw.wl sss wo.DD1 $iw,w0.wl $1 oww�. .u0.00 Sfla I SIDD.Doo1D 1 39 10171.0102 As-B`RSurvey 1 1 I FA 1 SIO.ow.w1 S/OAw. aflOw.wl s ooI sl5nwwl ss,odaw1 SS.owA01 noodo odI Sw.Ow.Oo 1 40 13305.0110 ULM Markers I 1 I Is $9AwwI � $a.woao _S5. 56.000w STew.wI 51.60000l $m,ODD.w 1000. sI0,o00.w SiO.Ow.w 41 19999.w05 Mess Oradr. I 1 I LS I SwPw.w1 mooddol $525w0.w1 5525 w0.w 53w0o0Ml S3DDOM.MIq S25,OOD.w1 525,000. SSO.000.w Sw.Ow.w BID TABULATION Chackad By: Pa. t L102w45Mb7 VhNlask P.E,IGmIry-Ibm artlbsocaks, kw. ' ENGINEER OPINION OF BIDDERI BIDDER2 BIDDER BIDDER4 PROBABLE CONSTRUCTION COST Owner NamdPro)ecU CMd Fat VlaN, NaOaida 111-Phase ll-64-Irch Water TmnsrldssAn Ma'n City P,,jWtNo.: 104940.2 City Project Mana-: P-6 KC, P.E. Theye Conl5uc5cn Comoany. kc SJ.laa'aCms6vvm dTeraR lid I Bet Coeeoucton diem hbwaailCa-dadTaw,LLC 1Gmlay4lom and ASSo "I- A -dised: 1111324&IM0124 Blds Rawivad: 12l1824 Cons"clJon Days: 450 iallOEedi'M917 5.Be,,21601 St 250TE Broad St 531aEUSHWYe7 ae, Chevy St KH ProjWt Na: 0610184M MM'BEGoal: 14.?2%or TotalWVakre Meade.U76009 SWUMd. T%76w3 TewEan9AR71- ANavxdo, TK]6009 Fed Walk T%16102 ttam No. item 0-1,tfen pua.tKY Unit UnK Prka arm..' Udt PHa item Cost Unit pe- it.. Cost umpie Item Cost U. pdca Kam Cost /2 31]7.Ow1 TmrficCadrol 7 140 feam $W.Mm $10Awa0 S70Moo Maw. S.M. 35 M- ; 99.ppp SMI.d00.00 �140w0. I 43 31/0.010312'-18'Tree val 42 EA Sf.6 . 163-06 795a oo ��1�� 533.600.w 32,w0.w �G00 S25d 00 SSt0.50o cal � I 14 3311.0002 PostCCN 103 dWn 18.21a IF 001`f000 318213w 51.m S Ssl,esa.wl Sf.w 51a 216w 7275 550.099 Ev1 I 45 99BB.00w COnsiNUlon nm t LS 2w .w Siw.wOm 32w,w0.w S2ww0w 32Gd.OtOwLin S2mm0. 32m,Dw.w 32mGOG q: 32w,Ow.w S2w.0000d1 748 Y802tl NNUMOM rt1: FNminB Ranch Roetl 1lnprdv9menL Phsa 1 11/1/109 Tr111dl Sateei, 417 IF 1111 5407.m 5100 SSO].w ES [d S2,w5m $2000 56, I4- 1211 3614. I 2 3341.0201 21'RCP,Cbss I11 II9 lF f150.m S/7,Bw. 5191.w 55e <29w Siw.GO 5/7.Now S25000 533.32dtf 555.w £6,51aw I 3 3741.040242'RCP, Gass 111 125 LF ized.w $39w0.w 3619.w $77,3T5w S650w 961,25em $1ww 556.250 51Mw 315,Om.w I d 9999.00d42-4a.11. 1 Id LF iew.wl $66.4w.w 792aw 574,dda.w ;Tm.w 3590w S1,amw E10/.000 SIl0.w $JT,600w 5 3341.1304 Ba6Boz Cullen I 6] LF f8a0w $.-Mo. faaf.wl VM23.w stacom 3f24-001 SI200.00 399.600,OOf 23940(S $32?7a.1 I 6 3319.6A01 to Re essed lNei 2 EA seem s19.ew. 77.3ww) $14.6ww f900000 s16.o00. sf0,oao 00 s20.000 �� f39ddoo s7.ew 1 T 9999.00/518'Lame 81on9 TYpo'A' Cry Nip Rap 1191 SY 169.M 3f],2W. S1fOw1 321,340w 11Mw i62.060. i17aw SW,ew.m 3715.m $22,310. e 9999.004842'1:1CH-PN-0MaaM2S 1 1 FA 592od.w 592m. Sa,ao0.m1 $a.3w.m 79acomI Sa.5w 00(i f15,000.00 715,00000 i6.000.10 E6,000. I 9 9999..I Ii '4:1CH-FW-0HBadv21 1 1 EA 7255mw1 425.b00.m s17,3mmi $17.Bw.wa i12,eeo.wl 3f2,w0 W2m0.m 532,w0001 59,OOa.I 39.= 1d 9999.N482�W4:ICH-FW-0H-hw1 1 1 FA i19,we.w1 $18.w3.w 7123w..1 $123m.m1 1 Now! S17M.,1 $w.wow Sbewdael S1231aw �-- $12215. 11 9999.0049 Remove D-1-11A'Headwall I 1 FA 1 34.wd.w1 S4w0.w $Lwd.wl s"woo1 N.0a0.00 54.000001 III.Naw $I.- Sl,e7awl S1875._ I 12 9999.NO Remove 42-Headwa0 1 1 FA I 720mw I 32.w0.wl S600.m 1 _ -.1 $41Mw I - - - - 14.w0.w1 s1,w0.m $1. SI,NaM I SI,Sw.w I 13 9999.0051 Ra--6),5'Headwall I 1 FA I 32,6w.w1 WWI $1,Mw1- 3� 34 .Wi 34w0.w1 SANN StwoDo] i1,8law1 Sta75.00, 1 14 9999.0032 OmamMeI Fence L171 IF 1 $2ww1 539,3w.w1 $79w1 $11-970.001 smww 5342w.w1 SON S..aOoe1 $-.1 S342w.GGII I 15 �999.00331rktPro!-Wn 1 2 M 1 S1wwI SJw.w $2w.m1 f4m.m9 3250.w 5S 1 S1W Gd 5-MI SISOwI 53w Doll 1 f5 99A9.W06 Cdnswww At' -me I l Ls I sw,wo.wl Wd,wo.w sw,wew1 $w.md.wf s3o_.wdw1 Sw,ddo.wl sw,wa.Gd 53 M. $.Mwl Mow oo 4'A01 1 S6B7,177p;BG1 34786/0A0 11}Si7171[684.OB1 art L•Pa Im nKl _ _ _ I 3211.0400Mdra[ed Ume(42 IbVsy) IIl TN S/w.w Sl22M00$Sww 54'aw SaWw 350012.w Slmw 358,660w Slmw 526.632w 2 3271.050112'Lnne TroaOnCm ],019 I 6Y S9w SW.171.m 135.w $245,665.w 51dm 570.190A i6.w i6],t]100 ib.w $12114.w 1 3 3213.010510-C"pml ams ) SY 1155.m $I,W3,2w.w 7f01.w $a.. 6/e0 f1f0w fIW,2m.w $200m $1.333,2w.w $70.w $4aa aem 0 3213.03024Cow SklewaIX 13,Iw I SF $1 313],O60.w f30Q t1w,fi8400 713m 5f16,201.m $12.w SIW,d99.m i3.w SI1,124.w1 1 a 3213.0510 Banter Fres Ramp. Tyw C-3 1 FA $3,wem W.wO. 3;2w-W $3.1w. 54.-M1 S4,wd.w $1M. 53,Ow.09 S1,Sw.o" SI,w0w1 T 3213,0501 B3mar Free Ramp.Tv R-1 1 EA $4,1w. Sl,tm. 12.7w.w s2,7w. $9wew1 ss.-N SI,Oww 54,w0.08 51,6ww1 $1,6MM 1 8 3213.05" Bamel Free Ramp.T�p-1 2 EA I $a.0011M 36,m0. $2.7ww ES,/m.m1 SS wo. Slaw0A0 $3,w0.w 56.000m S1'MosI SS.MW1 I 9 3213.0502 Barrier Free Ramp.I, LLt 1 I EA 1 S5,ee0w $SAw 72.8m.w E?fiw.wl Sew0m1 SB.- SS,wO.m ES,000.m 31.650.W I�St w. fo 3291.01w T9yzo1 250 1 CY 1 SSsw - S9i60. S. S1e,w0.w1 scowl $2.New $IN 5250.w 321.m1 35,26Q fl z9z.dlw ekdc sad Plawmamt 1.6m I sY I sem s9.000ml s7.w sto.soo.wi fe.wl s9.wo.w $e.w se,om.w :r.w stp,sw 12 1111 .0037 C-trot 111. Paremenl Header 47 I LF 1 $30.00 31.4lawl Seem $3,7w,w1 SW.0I 51.645m $28M $I,af 6Qp��6,t $I9w fee3.m 13 9999,0052 Sew -Cut C""Ie Pavement d cdrlwd to Etmlil0 Paremere Header w I LF I few.m W9wewl i5em W,NO.w Sham 1 W,ew.w iw5.m I 339,3mdp S2om 1 3f 2w.w 14 IB999.wM 4' HMAD TYgp B ({aDW SPEC 346 Ner 8' ComPaded SuWeode 89e I SY I is 379,9/0.m1 Sww l $49.-W i50.w 1 5199w.w $led w l 599.-MI S. 332.e31.w 15 g999.w56 Remote REFFLLPAV KIRK TY 1IM BLKSIAL 1 1.810 1 LF I E1.50 32,605 $I.wl s]AB0A0 $2w $3.740.m S2m1 33,740ml a 1 1a i �9)1ff.4'RAISEDPAVEMENTMARKER 1 51 I Ek I 5360 5297. 3faw) 397n $iwE/32w Irfm 33]9.0� 14wf7 9. % J(8LDI vd l(B�(6�(DBL(SLD) CrOsswaBC I 15 LEA I sm.w1 33.3w.w Slmwl 38,Ow.r/6$3Ww $4.W0 010WI 518aal $Mm16 9999.w59Gi I-D)Slap ar 1 47 1 LF I S11.wI 351 ].� 326.m1 51,2 - flaw) $]0a.p0 slow1 $470.w1 Stew: 564a.w1 B11"MW PAV MR TY I 61(SNG)(SLD) I 12/6 lF I f1.601 31,669. E2w 1 $21B2m i2m 1 5?IB2 $2m I 32,a92m1 W m I 53,73am1 20 19999.006' RE FL PAV MRK TY 87afSNG R10 610 �I 32m 1 S1,w0.w 5].w b1,8Mw SS.w I St,e20. $2w I S1.0e0o01 $3.w 1 31,6M 21 19999.00B2 REFL PAV MRK TY 8'1(SNG S D) I 10 1 W I 3311 5450.w1 S7.wI SI.06aw UN SGw. $0mI SI50w Saw1 3)50w 22 19999.0083 REFL PAV MRK I. �18 �SI�/II LD) I etf 1 lF 1 $].w1 $6,3T/.w Sf lw 3127a1. 39.m Se,fw. 59.w1 ie,199� Sto.w1 39,110. 23 19999.0064 REFLPAVMRKTY. 6 L SLO) I 245 I LF I 33m1 3]35w sa.m S1,Q0.001 SIA01 39w.w1 sawl $1?25w Kw 59w 1 24 I99990w5REFLPAVMRK b` SNG SL) I 634 I lF I EIS01 5951.wJ Sew S726a001 22w1 3f.2eB.w1 E2m1 St,zae. $3.w1 Ef,902m I 25 I9999,IRFFLPAVMRK (7A (SNG�SLD) 1 248 1 LF 1 n.w1 Si,]36.001 $14.m1 $3A72 E9m f1232.m S9.w1 32,232a0J ftt.wl 52]IB.m� I to 99BB.0067Rem-RFFL PA R 7I5 GKSLDI I 94 1 LF I $0.701 Ea5m 53wI f2.001 fl.mI b91. ff.mI $N. Jf 32wl $ 16ew I 27 IBB99.0088 Remave REF PAV MRK 87(SNG)(SID) I u I LF I $I.w1 SaI.W) _ 39w1 5387.w� E2wl seaw 33NI 312A E3.00l S129 m1 1 za g99g.DD69 Law LemM Armes I 16 I EA I 5220.w1 s3,520 ppp00���66���11 ssw.wl $e,ddo ad sWcml s+.eod. ileo.wl s2een E37MSMI Sa,md.w',I BID TABULATION cked By: Cho9a*y ww�wsw., ai. JVM024 Sh=STY/vha% P.E. KmryKoma pAswHak;Nc ENGINEER OPINION OF BIDDER 1 BIDDER 2 BIDDER 3 BIDDER 4 PROBABLE CONSTRUCTION COST O.Iw' n� �aI �cvIIP 't07 L`f/�� �9462tl F�CiµNP PE.Trxumssbn ManteCmsOVUbn CIN �r1'Iocl Noro 1 olaclManfalpoe: Preloll KC Compvry, lne 9J.luAS Consyw'pltlTev;ltl Bat CuvODU tlTena lAouMa'n Casale dTee; LLC IGmtey-Han uW AssodaYs, Ylc Advonlsod: 1111324 Is 172M24 B1ds Recofvad: IVI924 ConslNction Days: 450 1011-11FM9f7 fsmsa em St 2M7 EBma/St 5110 E US MVT 67 001 Cherybl KH ProJaelRo.: 081075480��M/IWBEGoa1: 11.72XOfTdal Bld Value Atar.4o. TX]e0W IISS�� Hom 71 DWI Nw6dE UnNi smil0 Tl(]SOW -_ Cast Ilemjim __TSruk--a. UnHP$1 00 Isam f15,000.00 _ Cos�.� $13,000.00� A-ta.u7a009 UnH 55500 Hem $.a. 515,600.00 575,60000 F.,,"TX ]6102 UnH112A0 Item Cos St0676.00 $10,97 1 He�o. 9p99,990p0Q770 RemtTTsL-kofset AArrmvs tdpUas FlaI OurnUly n UF�H 9965�9�003�g51 1 31 $SLI�66ee�ee yn9 I 32 99990039 lllame Blade Pal 33 9999,00405Veet S�yn Pok 3-5 9999,0006 Cans0udon A)lowarce 1 1 2 f FA I FA I FA I LS I 753000 5530. 55$0.00 5530 72T000 3- Sa0,000AC _ $B00eo 00 51,683,774.30 520000 SZ00.00 5300.00 E300.W 7500. I Ss o?].00 $90.000.00 Se?00000 $1 22222.00 ifp00.00 51,Wo- i1,00a dJ $1,000.00� Sl,oaOw E?00000 580,000.00 EC,0300J� 31,281,358.00 fi50.00 f260.00 $500.00 $80,wow $75000' s-w 31,a-Ito1 $a0.000.00 1 $-w f63TA0 $100.¢ $180o0 E22500 S45009 da0,000.00 580,000 I I III ,IY arts: hW im -0-Ma - __- 7- '- 1 2605301ri . TZmC1i80(D 1,655 LF 540.00 55e,x00 $1S00 521.515.00 53a.00 Ss;e90 54000 566100 51200 x 3441.3 'IQu J e �1/��19A79.eM DiO 7 FA $S,OdJ.M SJS, fa,6000p 54,600.00 ttxy00 $5,00000 $J5,000 32,741 S19,x J 3441.3201 h0 FLture 136'M 1 d 3441.1632IMtal Tyt,% lA Am1 5 3447.3302 ROVN INm FouMaOon TY 3,6,8, and8 Is 9999.0041 Grdald Bo% 7 ] T 3 FJs FJs EA FA 590000 39,300, 550000 55,800 53,6W.0f $24. 51.600.00 $4,600.00 _$45.b00.00 SI0000 MB00. f7.100.00 57,]001 55,6009 $1,10000 -- - � - ip50.00 _ `10006 s�.9W 00 - - 51,400.00 35. f1,900. S.ro.300001 74200.¢' 3850.00 $]00.00 $3,Oo0.0o $1,450.00 75,950 SI, 521, $/,350 SIf o.00 5410.00 f2W0, $f 350.00 S9,4W. SM. I 7 9999.00433-f2 Cooper"W I 3 9999.0006 Ca n�Y-- I.. 1 IF LS EB.00 S13,x4000 $15,0WW f15,00000 5500J 79IT5.00 smom, 1 $16.000 stsm $16,00000 $9,930.� 210000. S7.00 51500 m SII 5BSQ01 515,Of c S.M $9,0301 $15,000.00 $16,000. 6eG00 S i �Pa3E 3: FI9mIn0 Ranch Road hnp,1t,,-nts Ph.2 p rl3•B�Naea Mwawmanh NnRR I 2 I 3 I 4 3305.0109 Trench Safe/I�' 3341.020721ftCP, Glass 111 3MI.030230'RCP. Class 111 3341.030836RCP, Class IIl J9a 125 162 91 LF IF IF LF 31A0/ 71E0.00 521000 52/0.00 5390.W', $13,760.09, f�.2M.OG 321,81000 Mw $501.00 35,11M f53300 339a 76262 E99.] I E53, $1. Sf0000 3420.00 546000 51,990� $SC,CCO. �'y VIM., 141,B�Q y1 52000r 32B0 C� f340.00 S/OO.W 5],9E0/p, E]S CC(�CO� Ea1.660 �� 339,4 I 52.00 SSS.C6 590.00 Sf2000 $71 j Sfi BTS. 119,JBB , S10,Y20. 5 3349.6001 10'Re¢ssed lll'al 3 FA 59,900.00 $29.]¢.00 $T,300.00 E21, / SB,B00.00 529,400T 510000.00 131 $1W. 51f250. a ] 9999.0001 1Y AleiWm Slone Ri�p2p. d/ry 8999.000216'Medium Slone RipSaP, dN Iso 13 SY SY E03M S1fa00 39,450.00' 51.130 i100.00 3110.00 f15,000. E1,4)or 5350.00 S3'A.Oo 112, $4,5 314000 516500 321, i2,i 312000 314000 E13,000. SI,BN, I 3 I e 99990021WMProtection �999.00043 PIpe5-CE1-RNS 15 Skew HeadvraY J I EA E1 3180.00 S.M. 5/6 1 SI6.000. 5200.00 5/6,70000 5800. 518200. 51,00000 313,000.00 SS,000 $13,00�_0 $10500 52200000 E495. 3.S.M00 3200.00 53,60000 Sa00 $3. tB �999.00p53 Pipes-CH-PW-0Head4aS To ha Fhsshetl Wl Corlae(e Retain9g WA 1 EA 31],000.00 717,000001 325,300.00 32B,3W.001, $16,000.00 f15,00000 $22,000.00 52;000.00 $4,50000 f/,500.w 11 1 999.000621'CH-FW-0HeadvaY 1 FA 73,5a0.W $3,600- $3200.00 $3,7�I 3T.00000I 73000.¢ $8,00000 39,00000. $1.X 00 SI'm 1 12 19999.D007 PR1Pedesbian Rag 217 I LF S21 3/9,91mm S220.00 74].]40.00 3250001 $.A..w S150.00 532,55003 S5T-25 372,4 1 13 199990006 Ci0nstnKWn A9pwan¢ 1 I LS S'll.Wom $'I'wo.00' S1a'aaa) 0 $15,000.00 $1 a.m..I W.M. III.- 'IS00000 $",00000 i22oe7s;De WHO " 5766,980:00 -;2eeN000 - tO8A1eae1 1 3217.0400 tad tNle (421U5/Sy3 BnnCppTCf<aV11<nl 2 3Z2Z1``1.011pp■■ Bd 4.f51 TI 349000 SY $9.00 $47.971. $41,w9 5500.� E39,00 E29,370 p1p1 $139,830.OJ 332000 51100 _ 55],m. f51.`„T"T"(3(,,p(^p( 3401.CO 39.00 $3916000j 537,265 515000 SB OJ 314,fa5 527,Yd. 1111 1IX Is5 Do $i10.00 51 00 $S110o $ $i3.W $530, 4 3213 J0�4� 5 12B59 IF 285905. f1N,6 3.OL i181,4 312.� $i65,60d M. 5 3291.0700T�j PY a09 CY $46. 53)2f � 34000 53;360.00 $20ol) 5101 it 5 7 $23. $1gE0) fi 3282.0100 BM Soo Pla¢menl ] 9999.0050 Remove 2'HMAG TvceD SLOT 3/0) 4,11. 999 SY 3a.00 SY SI5.00 SM,124. SM,910. S].00 5300 a]3,9]a00 $299{.001 59.00 $1300 513,6� $129T. 59.00 Sx0.00 E2B,f 4. St $8.00 $2.00 $a.12 4' il. 0 9999.0051 Remove 4'HMACT B xDOT B9B SY $1 SI9,96bi 58.00 $5,9raw)1 Mop $11,970.00 32200 52 E400 SJ,9e2,SL' �340) B 9999.0049 Remove REFL PA LSD 10 8999.W47 Remove REFL 9Y 1+ Sn�1�($�)'1 �Av 355 a35 LF $I30 FA 70.70 $532. 5444, 55.00 3380 Sf,7T6.00 51,905. $Im 51.00 S.Mw 56JS.00 32.W S1. $71 $ba9.¢t E200 5100 52.465p'I $1,W5 ' 71 h 9,D046 Remove REFL mryry w®r, "1� 1(�LD) ]0 I EA $3.60 $245 515.00 $1,050. SS00 5210.00 $t,00 $TO. SI0001 $7001 ...•1 12 19999.0042 Remove Pare 2 I FA $1,06 W $2,12000 $00.00 51.000, E500.00 $1,000f0 $a00.W $t,EW '-W 3600, 13 ye 00?j 1SoypR$,ebrytBa�mle 11 I 1 I EA I $3,4W.0o $5,40000 $i,000.00 - - 51,000, E3,00000 S3,000.00 Sf,]00.w 31,] 5800. saw 14 , 00 1 f I FA 1 $1.7.w 57.700.00 $ziww $2.7 1 Es00.00 550ow 53800,00 4A600 Efi00.00 3600. 1fi 19989. emenl Header ns<S[d, pgy 1 N I LF 1 Mo.[ §I. MAJ Ma01 $2.7 $35.W $I,1 $20000 16, $20.00 7630�j 18 19999.W28 Stoo Stan(Rt-56) 4 1 FA SSSD.001 $1.400.00 32oo.tol StaO. $f,-w 54,00�1 575po01 E0 t SecD.m S;xOS�O BID TABULATION Checked By: 1TJI92024 Sae!,y WucFzsx,PE, K.. /ren s %1, Ir.c. ENGINEER OPINION OF BIDDER BIDDER BIDDERS BIDDER PROBABLE CONSTRUCTION COST Owao, NamalProlect, City dFcd"Vth. Mahs'da III - Phase 11-54 WwxrTrw,a Wssiw Ma, City Proloct No.: 104940.2 City Prolocl Mananor: ProoU KC, P.E. TAa_'e Cu sWcton COmpary, trc. S J. Lm:s COnstruc:cndTaou, Ltd Bel ComW .Texas Newlin Casra6od Tens, LLC gm'eyllan and beodalss,hn AdVortised: 1IMM46II12=4 Blds11-11ed: 1WIM4 Conx"cllon Dav5:450 1011DE,9i 11 BWSP2,.MSL 2507E&oad5t 5340EU&IBVyW 801CI<rry51 KH Prolocl N.: 061018460 MM'SEGoal: 14.72%,fTotal SMVaIu A-6o, TX 76609 M-.WT)ITBW3 Toxedaw,AR 71a54 Atvaratlq TK76W9 Fort Yh M, Tx76102 Wm No. hem Deacdpdon Q-tity Una Unit PRce Hem tort UnHPdce Ilam Co., UN/PRee Item Coal Unil Pa. 116m Coat umpau hem Coal 17 9999.0041 St.SI9n (R10.1by 1 Fit l'.. 19 6 MW I 5,W.06 71.0WW $I,W0061 $]WW STW.01 $850W 3650.00 18 9999.0043S0eet Sl9n(S5-2 I EA 553060 f530. E2W.W1 sm. M.OW.W - _ It.0W.W' 5160.W1 E760.W 5200.W Smool 19 9999,0044 SBeel SC 037-1T) t EA $530.W f530 S-001 5400.W1 F}y1.000.W III.=W S]60.W 1_ sm. 5M.W smoo 20 9999.00295Vee1519n ii-2 sN RRFB Doubb sided) 3 FA $t4,W0.W 512,W0. Eeoo.Wl $2,400-WI y13,aWW 319,000.W St;TWWI $30.1WW lim S6W.W 1 21 9999.00305_Syn t0 EA Mo.W $2J00 u9o.Wl E?000LUl 31.Wo.W $10,900.W SBWW 70.0W.W SM0 32,5W.W� u 9999.0031 Lane Legend A- 7 EA $220.W 31,510 11 ssoo.Wl S?SW $1WW 7)W.W $180W $f2W E350 c0 f2,450W 23 9999.0032 TYPE IICR 4' RPIA 52 EA $5.W $266.00J 310.W 1 $936 W1 $1- SS W. j so" 538L.� SB.W $31-1 24 9999.0033 REFL PAV MRK 7Y1 6 SNGKSLD) 430 lF $1 Seas. $3.W1 $12W 32.W 3860 U. $6W.W bJ,W 3I.M.W1 25 9999.134 REFL PAV MRK TY IlNl1(6 SNGKBRK) $20 U, $2W $1.m 001 74.W1 3;060 73W 51,560. $2WI S1,a0W SZW 51,660. 26 9999.MM REFL PAV MRKTV IMO(e KSHG)(SLDjj 6o LF S?W 545a.W1 ST.WI $f,WaW f4.0� Sfi00 $3.W S/WW $7.W $t,aW 1 27 B999,0034 REFL PAV MRK TY Ir1�4(21B'{((SNGHSL6� 1W IF 37.00 S1,a5a.W1 SIBWI 322W.06. 39.WI slo.. ss.Wl S1,356.W I. S1,5W. 9999.0035 REFL PAV LARK TY I(V�(24](JNGxSID) With I(B)(6](DBL)(SLD) ' 2a 2d Fa $2W.W 14.4W.W NW W samoo moo Sfi- M. 3g1W.W S.00 $a00. Gosswa0: I 29 9899.0078 REFL PA ftK TY IJ\O(24r"'NG'SI_D)Slop Bar 115 IF SIi.W 31.265. ) 326.W I 3;9W.W $15.W I $1,725. smool 71,285W 730W 5?450.W I W 3305.0106 Manlpla Pd usimen(A1 )o ] EA SI.W0.0� 51;000.0( SI.OW.W f3.000.W SS,7W W Si],1W W $4.-1 $13,600.W 34.M..1 113,600 1 31 3305.0107 MaMde 1usUnenl, L16- 2 EA SLWo oo $3,OW 7500.W $LW0A0' $4.3W.W 1a,eW W 14,O 1I 18,o00.W- $?500.W 37Z 1 32 9999.0006 Con ctlon A3owanw 1 Ls s65,aW ao _ ses,000 sss,ac9.W sss,Wo.oa ses,oWW ses,ocw.wY se5," Sss, . $es,M sss ooc.co, f1148777.� { iB14.BT7I80_ f1038 30.80 ( {1,74J,859.00 {668828.8 It Bad Reg 1 2 �5I/5/�J�2' Tp`VCSCH69/(�{�� 1.J45 LF SSa.UO $53,EOJ00 S13o0 117.465U0 $3a.00 $51,110.00 SLOW I....0.00 3900 112,10500 49 �31NW3R INm ASSemo, TY 19.1BA19, and OdO I 6 EA 55,OW.W $IO,OW.00 S6,4W.W 351,2W.CQI N.fiW.06 336,600.00 ES,OW.W 140,000.0G $2,950.W 32J,600.00 I 3 3441.3201L b hIBy FBdure (138M I 6 EA M. $T,iW.W 3]W 35,6WW 3850.W $?6W oo 385o.W Se,6o0e0 ie15W ET,WO.W 1 4 3441.16321nsfal Type 33AAm1 I a FA S. $6,4W.W 71,1W.WI Sk-cx0 S7WW _ SS.aW UO SIWW 75,6c0oo St50.W E3,60a.W� 5 3447.3302 Rdwyl um FaunOaHon TY3.5.6. atgb I e EA $3,5W.W 126,000.W 74.2WW $3?6WW i;9W.W 3232W.W S3,WOW 321,OW.W S?350.W 410,600.W 6 9999.0038 Gmod Box 1 1 EA naoIxo6 11,6W.W1 $1.20o $4,2W.W $1,4WW $1,4W.W $1.450.W 31.450.WI 3900W i 7 IaW.00403-E2 Copm,W 11,349 LF a $10,]80. OW.W33W1 50,730A0 $7.W S%422W SM 50,422.W1 "o' fa,OT6W I B 9999.0006 U.tmdbn A9o-- I 1 LS S1gW0W $I$.WO.W S15,1 $15,WOW NS.WOW $1o_' $1al-W $1?6W.Wl sm-oo 315,WOw M�tasntafla I sufa3:Rb I et t.9D I Bid SDmmary I 1 Part 1: Waterlmprovamon. I Total Sid-Parl1:1 $28,'87,630.44 1 $29,123,207.18 1 $30.262,655.11 1 $38.746,950.28 II $32,957,698 Part 2: Flaming Ranch Road Improvemonts (Phase 1) 1 1 Pad2-SOY.dal Unl l-OrzBuge Mgrvxmonts $345,013.W N0;8400 350-00 5476,040W $219,584W I 1 Pad 2-Subtotal U1it 11- Parvg lmymerMnta- $1,503.774.30 71.322292W $1,2e1,359.W $1..12.1 H.. S]61,]03.W 1 I PaR2-SdAYal Unl01-60 /ll9Nhq Mpaemenb $110,840.W 3136,390.W SISs.3]O.W $163,985.W SBJ,BIOW I I "I Bid -Part 2:1 5;099,427.30 1 $1,863,726.00 $1.9];394.00 $2,552,190.00 $1,065,030 1 I Part 3: Fleming Ranch Road Improva-ta (Phase 2) 1 P9RE-Subfobal Un'l l-0rdiage Ynpvmsds 722..w m237.1 3i5d.:A.W $295,430.W 5103.81425 1 Pad SSW.YalUM9-PaWg FnPvamMs $,.M.T]7.W $9I4fi22W $1,038,336W $1.3U.6 w $_.620.W I PaR}Spb4d9Udt IB-Street Lgh$rg knplmemats. 516;766.W $13;61fiW S149.332W 3156,072W O S61,Wt.W I Total Bld - Part 3: $1,629223.00 _ $1,420AT4.00 51,542.652.00 $1,795,161.00 p $743.515 I I 1 I (Part2♦ Part 3) Total Bld:l 3,620.650.30 1 3.283.800.0 1 3,465,046.00 1 4,347.351.00 II $1,806,Sd5 I I I I -Total Bid (Grand Total (Pad l 4Pad 2 a Pad 3)):1 32. 16.280.74 1 32,407.007.18 1 33.727.601.11 1 43,094.301.28 1 $34,666.244 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 0043 13 BID BOND Page 1 of 2 That we, Thalle Construction Co., Inc., 900 NC Highway 86 North, Hillsborough, NC 27278 , known as "Bidder" herein and Federal Insurance Company, 202B Hall's Mill Road, Whitehouse Station, NJ 08889 a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as Northside III - Phase 2 - 54-Inch Water Transmission Main (Boat Club to Bonds Ranch); CPN. 104940-2 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 12th day of December , 2024. ATTEST . Wit n ess&wt&-F5fiincipaI PRINCIPAL: Thalle Construction Co�1�6. BY: .S Peter K. Tull CThiecutive Officer lame and Title e�'rararraaassss 4•+i t J r i l r' 1� /�O tY-' •" � �� ' ("mil �, �, " �' �jri0 of .( CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Form Revised 20171109 CITY PROJECT NO. 104940-2 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 , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of North Carolina , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑ BIDDER: Thalle Construction Co., Inc. 900 NC 86 North Hillsborough, NC 27278 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 By: Stephen E. Kohler (Signature) Title: President and COO Date: 12/19/2024 NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940 0045 11 - 1 BIDDERS PREQUALIFICATIONS Pagel of 3 SECTION 00 4511 BIDDERS PREQUALIFICATIONS 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 The prequalification process will establish a bid limit based on a technical evaluation and 16 financial analysis of the contractor. For example, a contractor wishing to submit bids on 17 projects to be opened on the 7th of April must file the information by the 31st day of March 18 in order to be eligible to work on these projects. In order to facilitate the approval of a 19 Bidder's Prequalification Application, the following must accompany the submission. 20 a. A complete set of audited or reviewed financial statements. 21 (1) Classified Balance Sheet 22 (2) Income Statement 23 (3) Statement of Cash Flows 24 (4) Statement of Retained Earnings 25 (5) Notes to the Financial Statements, if any 26 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 27 of Incorporation, Articles of Organization, Certificate of Formation, LLC 28 Regulations, Certificate of Limited Partnership Agreement). 29 c. A completed Bidder Prequalification Application. 30 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 31 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 32 number visit the Texas Comptroller of Public Accounts online at the 33 following web address www.window.state.tx.us/taXDennit/ and fill out the 34 application to apply for your Texas tax ID. 35 (2) The firm's e-mail address and fax number. 36 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 37 is used by the City for required reporting on Federal Aid projects. The DUNS 38 number may be obtained at www.dnb.com. 39 d. Resumes reflecting the construction experience of the principles of the firm for firms 40 submitting their initial prequalification. These resumes should include the size and 41 scope of the work performed. 42 e. Other information as requested by the City. 43 44 2. Prequalification Requirements 45 a. Financial Statements. Financial statement submission must be provided in 46 accordance with the following: 47 (1) The City requires that the original Financial Statement or a certified copy 48 be submitted for consideration. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised August 13, 2021 CITY PROJECT NO. 104940-2 0045 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised August 13, 2021 CITY PROJECT NO. 104940-2 0045 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised August 13, 2021 CITY PROJECT NO. 104940-2 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 OR 0045 12 - 1 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 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 Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, 54" Tunneling — 66" and greater, 350 LF and greater Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting Contractor/Subcontractor Company Prequalification Name Expiration Date N/A N/A Thalle 04/30/2025 Northstar 04/30/2025 Reynolds Asphalt 05/30/2025 Jackson Construction 01 /31 /2026 Bean Electric 03/08/2025 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Thalle Construction Co.. Inc. By: Stephen E. Kohler Company lease Print) 900 NC 86 North Signature: C' _ Address Hillsborouah. NC 27278 Title: President and COO City/State/Zip (Please Print) Date: 12/19/2024 END OF SECTION CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 30, 2021 CITY PROJECT NO. 104940-2 FoRTWORTH SECTION 00 4513 PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership General Partnership Name under which you wish to qualify Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category — Water Department Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting iohn.kasavichnn,FortWorthTexas.jzov Alicia. Garciana,fortworthtexas.eov clint.hooveraa,fortworthtexas.eov Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Works Dept, 8851 Camp Bowie West Blvd. Management Attn: Clint Hoover, P.E. 5001 Worth, TX 76102 Fort Worth, Texas 76116 Attn: Alicia Garcia James Ave. Fort Worth, TX76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES _ Water Department _ Augur Boring - 24-inch diameter casing and less _ Augur Boring - Greater than 24-inch diameter casing and greater _ Tunneling — 36-Inches — 60 —inches, and 350 LF or less _ Tunneling - 36-Inches — 60 —inches, and greater than 350 LF _ Tunneling — 66" and greater, 350 LF and greater _ Tunneling — 66" and greater, 350 LF or Less _ Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller _ Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller _ Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller _ Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller _ Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes _ Water Transmission, Urban/Renewal, All Sizes _ Sewer Bypass Pumping, 18-inches and smaller _ Sewer Bypass Pumping, 18-inches — 36-inches _ Sewer Bypass Pumping 42-inches and larger _ CCTV, 8-inches and smaller _ CCTV, 12-inches and smaller _ CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised August 13, 2021 CITY PROJECT NO. 104940-2 0045 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inches and smaller _ CCTV, 48-inches and smaller _ Sewer CIPP, 12-inches and smaller _ Sewer CIPP, 24-inches and smaller _ Sewer CIPP, 42-inches and smaller _ Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller _ Sewer Collection System, Urban/Renewal, 12-inches and smaller _ Sewer Interceptors, Development, 24-inches and smaller _ Sewer Interceptors, Urban/Renewal, 24-inches and smaller _ Sewer Interceptors, Development, 42-inches and smaller _ Sewer Interceptors, Urban/Renewal, 42-inches and smaller _ Sewer Interceptors, Development, 48-inches and smaller _ Sewer Interceptors, Urban/Renewal, 48-inches and smaller _ Sewer Pipe Enlargement 12-inches and smaller _ Sewer Pipe Enlargement 24-inches and smaller _ Sewer Pipe Enlargement, All Sizes _ Sewer Cleaning, 24-inches and smaller _ Sewer Cleaning, 42-inches and smaller _ Sewer Cleaning, All Sizes _ Sewer Cleaning, 8-inches and smaller _ Sewer Cleaning, 12-inches and smaller _ Sewer Siphons 12-inches or less _ Sewer Siphons 24-inches or less _ Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works _! Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) _ Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) _ Asphalt Paving Heavy Maintenance (UNDER $1,000,000) _ Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) _ Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* _ Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised August 13, 2021 CITY PROJECT NO. 104940-2 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in had: (a) As a General Contractor: construction work has your organization (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION CONTRACT OF DATE CITY -COUNTY - AMOUNT WORK COMPLETED STATE *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised August 13, 2021 CITY PROJECT NO. 104940-2 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised August 13, 2021 CITY PROJECT NO. 104940-2 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised August 13, 2021 CITY PROJECT NO. 104940-2 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as 'various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. ITEM QUANTITY 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - ITEM DESCRIPTION TOTAL BALANCE SHEET VALUE CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised August 13, 2021 CITY PROJECT NO. 104940-2 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised August 13, 2021 CITY PROJECT NO. 104940-2 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 WITH 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. 104940-2. 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: Thalle Construction Co., Inc. Company 900 NC Hwy 86 North Address Hillsborough, NC 27278 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Stephen E. Kohler (Please Print) Signature: Title: President and COO (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared 4, mhpi E . 11nh le-r , known to me to be the person whose name is subscribed to the fore oing i trument, a d acknowledged to me that he/she executed the same as the act and deed of 1C,SIAd* COO for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 101 day of M(XACIA , 20a5 Not lic in and foI tl tate of Texas END OF SECTION ,.�,;pG,, CARRIE PRY Notary Public. State of Texas e'," Comm. Expires 04-03.2027 Notary ID 131128947 CITY OF PORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 00 45 40 - 1 Business Equity Goal Page 1 of 2 SECTION 00 45 40 Business Equity Goal 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 7 (M/WBEs). 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 12 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 13 2020 (codified at: httDs://codelibrarv.amle2al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to 14 this bid. 15 16 BUSINESS EQUITY PROJECT GOAL 17 The City's Business Equity goal on this project is 14.72% of the total bid value of the contract (Base bid 18 applies to Parks and Community Services). 19 20 METHODS TO COMPLY WITH THE GOAL 21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 23 ordinance through one of the following methods: 1. Commercially useful services performed by a 24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 26 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime 27 contractor Waiver documentation. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION 30 Applicable documents (listed below) must be submitted electronically with the other required bidding 31 documents at the time of the bid under the respective Project via the Procurement Portal: 32 httDs://fortworthtexas.bonfirehub.com/Dortal/?tab=ODenODDortunities 33 OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 34 exclusive of the bid opening date with the respective Project via the Procurement Portal by 35 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders 36 submit required documentation at the time of bid submission. 37 38 The Offeror must submit one or more of the following documents: 39 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 40 2. Letter of Intent, for all M/WBE Subcontractors; 41 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if 42 participation is less than stated goal, or no Business Equity participation is accomplished; 43 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 44 all subcontracting/supplier opportunities; or 45 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 46 Protege participation. 47 48 These forms can be accessed at: 49 Business Equity Utilization Form and Letter of Intent CITY OF FORT WORTH NORTHSIDE III— PHASE II — 54-INCH W ER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised June 7, 2024 CITY PROJECT NO. 104940-2 004540-2 Business Equity Goal Page 2 of 2 1 httl)s://aDDs.fortworthtexas.,ov/Pro_iectResources/ResourcesP/60 - MWBE/Business Ea_uity Utilization 2 Form DVIN 2022 220324.Ddf 3 4 Letter of Intent 5 httl)s://aDDs.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN 6 2021.Ddf 7 8 Business Equity Good Faith Effort Form 9 httl)s://aDDs.fortworthtexas.2ov/Pro_iectResources/ResourcesP/60 - MWBE/Good Faith Effort 10 Form DVIN2022.Ddf 11 12 Business Equity Prime Contractor Waiver Form 13 httl)s://aDDs.fortworthtexas.2_ ov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 14 Waiver-220313.Ddf 15 16 Business Equity Joint Venture Form 17 httl)s://aDDs.fortworthtexas.2_ ov/Pro_iectResources/ResourcesP/60 - MWBE/MWBE Joint 18 Venture 220225.Ddf 19 20 21 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 22 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID 23 REJECTED. 24 25 26 FAILURE TO SUBMIT THE REOUIRED BUSINESS EQUITY DOCUMENTATION OR OTHERWISE 27 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- 28 RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS 29 AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. 30 31 For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services 32 Department at (817) 392-2674. 33 END OF SECTION 34 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised June 7, 2024 CITY PROJECT NO. 104940-2 00 52 43 - I Agreement Page I of G SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on %�, is made by and between the City of Fort Worth, a Texas home rule municipality, a ting y and through its duly authorized City Manager, ("City"), and Thalle Construction Co., Inc. authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. .� City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: NORTHSIDE III - PHASE II - 54-INCH 'WATER TRANSMISSION MAIN (BOAT CLUB ROAD THROUGH BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Thirty -Two Million Three Hundred Sixteen Thousand Two Hundred Eighty and 74/100 Dollars ($ 32,310,280.74 ). 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 450 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 Seven. Hundred and Seventy -Five Dollars ($775.00) 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. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: CITY OF FORT WORTH NORrHSIDE III --PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March S, 2024 CITY PROJECT NO. I04940-2 005243-2 Agreement Page 2 of 6 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 Certification Form (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by anv act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 8, 2024 CITY PROJECT NO. 104940-2 005243-3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by anv act, omission or negligence of the citv. 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 Texas. Venue shall be Tarrant County, Texas, Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Documents is performable in the State of or the United States District Court for the 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 8, 2024 CITY PROJECT NO. 104940-2 005243-4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time -employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 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, 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. 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 8, 2024 CITY PROJECT NO. 104940-2 005243-5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 8, 2024 CITY PROJECT NO. 104940-2 005243-6 Agreement Page 6 of 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: Thalle Construction Company, Inc. By: Signature Stephen E. Kohler (Printed Name) President and COO Title 900 NC Hwy 86 North Address Hillsborough, NC 27278 City/State/Zip a0a Date City of Fort Worth By: Jesica McEacliern Assistant City Manager 04/04/2025 Date Attest: Jannette Goodall, City Secretary (Seal) M&C: 25-0150 Date: February 25, 2025 po Foa4U rtr4;°a c *° 0 a�g A0 OaA� Qp nFXP54pp Contract Compliance Manager: By signing, I acknowledge that 1 am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. 10"&I KG Preeti KC, P.E. Project Manager Approved as to Form and Legality: Douglas Black (Mar 27, 2025 14:04 CDT) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: OFFICIAL RECORD �topher ¢� pYGit�O�C CITY SECRETARY cnrstoPnerH�Fder marz4,zozsio:zzcoT FT. WORTH, Tx Christopher Harder, P.E., Director, Water Department CITY OF FORT WORTH NORTI ISIDE III - PHASE 11- 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 8, 2023 CITY PROJECT NUMBER: 1049,10-2 Bond No. K42020229 Federal Insurance Company Bond No. 015226987 Liberty Mutual Insurance Company 0061 13 - 1 PERFORMANCE BOND Page 1 of 2 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Thalle Construction Co., Inc. known as 9 "Principal" herein and Federal Insurance Company and Liberty Mutual Insurance Company . a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal 13 sum of, Thirty -Two Million Three Hundred Sixteen Thousand Two Hundred Eighty and 74/100 Dollars 14 ($ 32,316,280.74 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 25th day of February , 2025, which Contract is hereby referred to and made a part 20 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 21 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 22 provided for in said Contract designated as NORTHSIDE III — PHASE II — 54-INCH WATER 23 TRANSMISSION MAIN BOAT CLUB ROAD THROUGH BONDS RANCH ROAD), Citv 24 Proiect No. 104940-2. 25 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 26 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 27 perform the Work, including Change Orders, under the Contract, according to the plans, 28 specifications, and contract documents therein referred to, and as well during any period of 29 extension of the Contract that may be granted on the part of the City, then this obligation shall be 30 and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 8, 2023 CITY PROJECT NO. 104940-2 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 8 instrument by duly authorized agents and officers on this the day of ko rCk 9 , 201.,,T. 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 ATTEST: - (Principal) Secretary l i Witness' s to ncipal � l Witness as to Sure Ryan Gray, Witness as to Surety PRINCIPAL: Thalle Construction 111-113 i K. Tully, Chief Executive Officer Name and Title Address: 900 NC Highway 86 North Hillsborough, NC 27278 SURETY: Federal Insurance Company Libertv Mutual Insurance Companv BY: Sig a re 0 Jacly aif , Attorney- In -Fact Name and Title Address: 202B Hall's Mill Road, Whitehouse Station, NJ 08889 175 Berkeley Street, Boston, MA 02116 (215) 640-1000 Telephone Number: (617) 357-9500 do ug. anae rsonLcnuoo.corn Email Address: kv1e.woods(@.11bertvmutua1.com *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. ff 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 8, 2023 CITY PROJECT NO. 104940-2 ACKNOWLEDGEMENT OF CONTRACTOR - IF A CORPORATION STATE OF New York COUNTY OF Queens ON THE 1(P DAY OF d\, 2025 BEFORE ME PERSONALLY APPEARED Peter K. Tully TO BE KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE Chief Executive Officer OF Thalle Construction Co.. Inc. THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. otary P�Iic ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF New Jersev COUNTY OF Morris ON THE 281h DAY OF February, 2025 BEFORE ME PERSONALLY APPEARED Jaclvn Maffev TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Federal Insurance Comm, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. /^ e Notary ublic / ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF New Jersev COUNTY OF Morris Sandy S. James -Browne Notary Public State of New Jersey My commission expires September'19, 2028 ON THE 281h DAY OF February, 2025 BEFORE ME PERSONALLY APPEARED Jaclvn Maffev TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Libertv Mutual Insurance Comoanv, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY. THE DAY AND YEAR WRITTEN AROVF 'Notary Public Ready S. James -Browne / (votary Public State of New Jersey My oommission expirds September 19, 2026 FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS Statutory Basis December 31, 2025 (in thousands) LIABILITIESAND ASSETS SURPLUS TO POLICYHOLDERS Cash, Cash Equivalents, and ST Investments S 258,200 Outntsmmng Losses and Loss Expenses S 9,827,827 United States Government, State Raineurano Payebie on Losses and Expenses 1,716,382 and Municipal Bonds 3,248,130 Unearned Premiums 2.099,036 Other Bands 7,765,980 Ceded Reinsurance Premiums Payable 344,549 Stocks 203,737 Other Liabilities 618,090 Other Invested Assets 1,763,264 TOTAL INVESTMENTS 13.319,369 TOTAL LIABILITIES 15,304.603 Investments. In AKllates: Capital Stock 20.900 Great NMharn Ins. Co 433,797 Paid -In Surplus 2,711,474 Vigllenl Ins, Co. 380.848 Un"nod Funds 2.079,218 Chubb Indemnity Ina. Co. 188.514 Chubb National Ins. Co. 199,440 SURPLUS TO POLICYHOLDERS 4.811.672 Other APolietes 117,568 Premiums Receivable 2,262,901 Other Assets 3,215,928 TOTAL LIABILITIES AND TOTAL ADMITTED ASSETS 3 20,116,355 SURPLUS 520.116.355 Investments are valued in accordance with requirements of the National Association of Insurance Commissloners. At December 31, 2023, Investments with a Carrying value of S545,024,973 ware depmled with govemment authorities as required by law. STATE OF PENNSYLVANIA COUIv'TY OF PHILADELPHIA John Taylor, being duly swom, says that he Is Senior Vice President of Federal Insurance Company and that to the best of his knowledge and belle{ the foregol Is a true and correct statement of the said Company's financial condition as of the 31 st day of December, 2023. Swom before Z.-t 'enior Vr Pfpstdem NM. ry aJlr. � Commonwealth of Pennsylvania • Notary Seal Diane Wright, Notary Public Philadelphia County My Commission expiresAugust 8, 2027 Commission number 1235745 member, Pennsylvania Association of Nolarlos My =Isocn expires Liberty Mutual. SURETY Assets LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2023 Cash and Bank Deposits................................$1,850,245,073.00 *Bonds— U.S Government.............................$3,859,565,383.00 *Other Bonds................................................$21,048,805,773.00 *Stocks......................................................... $19, 937, 271, 802.00 Real Estate........................................................$122,228,711.00 Agents' Balances or Uncollected Premiums ... $8,208,660,427.00 Accrued Interest and Rents...............................$186,906,667.00 Other Admitted Assets ................................. $15,677,869,683.63 Total Admitted Assets.................$70,891,553,519.63 Liabilities Unearned Premiums .................................... $10,298,963,305.00 Reserve for Claims and Claims Expense..... $28,848,537,243.00 Funds Held Under Reinsurance Treaties.......... $360,714,151.00 Reserve for Dividends to Policyholders ................ $1,310,198.00 Additional Statutory Reserve ............................ $296,126,000.00 Reserve for Commissions, Taxes and Other Liabilities .............................................. $7,622,413,466.63 Total .............................................. $47,428,064,363.63 Special Surplus Funds ...................................... $209,508,757.00 Capital Stock ....................................................... $10,000,075.00 Paid in Surplus ............................................. $13,834,867,488.00 Unassigned Surplus ....................................... $9,409,112,836.00 Surplus to Policyholders .............................. $23,463,489,156.00 Total Liabilities and Surplus....... $70,891,553,519.63 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. The foregoing financial information is taken from Liberty Mutual Insurance Company's financial statement filed with the Massachusetts Department of Insurance. I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2023, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 8th day of March, 2024. t oaPO Rgr p �. . 1912 0 q q 3 Timothy A. Mikolajewski, Assistant Secretary ssgcr+ue .da 8/7 * LMS-1262/LNIIC CHUBB' Power of Attorney Federal insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, it New York corporatim, PACIFIC INDEMNITY COMPANY, it Delaware corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute ind appoint Ryan Gray, Marisol Mojica, Andreah Moran, Krystal L. Stravato, Jaclyn Maffey and Kevin T. Walsh Jr. of Whippany, New Jersey; Andrea E. Gorbert and Mariya Leonidov of Jericho, New York; Neil C. Donovan and Gerard Leib of Berwyn, Pennsylvania ---------- each as their true and Lawful Attorney -in -Fact to execute under such designation In their names and to aRx their corporate seals to and deliver For and on theirhehalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than baR bonds) given or executed in the course of business, and any Instruments amending oraltering the same, and consents to the modification or alteration ofany Instrument referred to In said bonds or obilgations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed andattested these presents and affixed thelreorporate seals on this 7th day of October, 2024. Ruperc HD Sivindelts, Assistanr Seatitan, i3 �~~ c� ;Y Sena• � 3f yA p�� .�� r� STATE OF NEW JERSEY CounlyofHunterdon ss. IVarren Eichhorn.%ice PriKWcnI On this 7th day of October, 2024 before me, a Notary Public of New Jersey, personally came Rupert HD Swindells and Warren Elchhorn, to me known. to be Assistant Secretaryand Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Rupert HD Swindells and Warren Elchhorn, being by me duly sworn, severally and each fork imself did depose and say that they are Assistant Secretary and Vice President, respmilvely, of FEDERAL INSURANCF. COMPANY, VIGILANT iNSURANCE COMPANY, PAC.IFiC INDEMNITY COMPANY, WESTCHF..STF.R FiRF. INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seas thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Compa tiles, and that their signatures as such officers were duly affixedand subscribed by like authority. Notarial Seal c G� �.t07AAl tj!, 4 '°uet-ic � ctll,nns� Albert Contursi NOTARY PUBLIC OF NEW JERSEY No 50202369 Commission Expires August 22,2027 Notary Public CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FiRE INSURANCE COMPANY on December 11, 2006, and ACE AMERICAN INSURANCE COMPANY oil March 20, 2009: "RESOLVED, that Lite follmving au[horPrations relate to the exerution, for and ore behalf of the Comµ3ny, of }ands, undertakings, rwitgniaancey, rcmmrarty and other written ranurlitrneots of the Comliany entered into in the ordinary course of business (each a "Written Commitmenrj: (1) Each of the Chairman, the President and the Vim Presidents of the Company is hereby authorized to execute any Written Commitment for and onbehalfofdie Company, under the seal of ilia Cnmlaany air uilierwise, (2) Each duly appointed attonicy-in-fact ofthe Companyis hereby authorized to executeany Written Commitment for and on behall'of theCompany, under the seal ofthe Company orotherwise, it) the extent that sudi action Is aulhm-iz(A by Out grant of pavers pmvidwt far lu such persons writteaa appoinintent as suds attnrnay-in-fact (3) Each of the Chairman, the President and the Vire Presidents of tileCampany is Ile.reLy authorized, hirand on behalf of thecomlwsy, to appoint in writing any person the altomrry-in. fact of the Company with full power and authority to execute, for and on behalfofthe Company. under the seal oftheCompanyor otherwise, such Written Commitments afthe Company as may lie specified hi such written appointment, which sirerifieatiau may lie by general type or dass of Written Coimmit onias or by sliwificalion of one or iticirt, partiodar Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Companytheauthoaitytoexecute, forandonbehalf of the Company, under the Company's seal or otherwise, such Written Commitments ofthe Company as are specified insuch written delegation, whichspedliration may be by general typeor classuf Written Ctxnmihnents or bysperificationclone ormarepartiaOao-WritienCannninnenis. (5) The signature of any officer or cxhor person ow.allhig any Written Counnihneat or appoinnment cr delegation pursuant to [his Resolution, and the seal of the Company, may lie affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company. and surh Rewl ution shall urea limit nr ndierwise arfea the exercise of any such power or authority otherwise validly granted or vested." 1, Rupert HD Swindells, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (1) the foregoing Resolutions adopted by the Boatel of Directors of the Companies are true, correct and in full force andeffect, (It) the foregoing Power of Attorney is true, correct and In full force and effect. Given under my handand sealsof said Companies of Whitehouse Malkin, NJ, this r Rupe>c HD Striudell s, As- stan t Sectary IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITYOF THIS BOND OR NOTIFY US OF ANYOTHER MATTER, PLEASE CONTACT US AT: Telenhonef90111903.1493 Faxf9001903.36i6 elllaih surervachublixuai Combined: FED-VIGPI-WFIaAAIC (rev. 11-19) This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8212524 - 985316 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Andreah Moran, Jaclyn MafTey, Kevin T. Walsh, Jr, Krystal L. Stravato, Marisol Mojica, Michael Marino, Ryan Gray all of the city of Whipganv state of NJ each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 2nd day of October , 2024 . Liberty Mutual Insurance Company P� I St,,gq POSY INS& � IN$ul? The Ohio Casualty Insurance Company J oaPortgT�oyC, r4oµP0ggT��vy� 3�4OaPOfFOy0it� West American Insurance Company Q V m W 1912 0=1919w0 a 1991 0 NgcnuseCaD y0 NAMP+a` aL� (4 �Nb1ANP as B - y: Nathan J. Zangede, Assistant Secretary «s State of PENNSYLVANIA ss 1 & County of MONTGOMERY On this 2nd day of October 2024 before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 -u Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes �Fua) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. c•NPASJ 0- O OO Q�c.SR 3 fte F� tv qt C b y z y commonwealth of Pennsylvania • Nolwy Seal Teresa Paslella, Nolan Pubtic� fission meryCfurch /J O OF My commission e>�ires M1tarch 28, 2025 By • 4Sn.`IP� �O Crmis� number 1126044 Member, Pennsylvania Asscdation of Notaries Teresa Pastella, Notary Public r0 0 Any pU� This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty 0 •� Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: a`r'i o 'i U o� u •E � c E o U 4) >� QZ) a1n 0 N.Fu ;_ E O N Q O 00 d. Mutual 3 d M L 4 ARTICLE IV —OFFICERS: Section 12. Power of Attorney, 0 00 0 o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety C° Cu � any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall -o have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such o a) Z U instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the CU provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. n ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, — bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangede, Assistant Secretary to appoint such attorneys -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed, I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto sot my hard and affixed the seals of said Companies this day of L 6NSUR -,Y INSV d 1NSUR jPooNPORq�q��m �J2GaNPoagr Qgyn �GPooaPoegr��C+ =1912� 0 0 ,1919E n f �1991mo Y��9as4CHU`+�.da yp 2`%"HAMPS`'�pasO �S �'PDtANp aa� By. Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIL Multi Co 02124 Bond No. K42020229 Federal Insurance Company Bond No. 015226987 Liberty Mutual Insurance Company 006114-1 PAYMENTBOND Page 1 of 2 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Thalle Construction Co., Inc. known as 9 "Principal" herein, and Federal Insurance Company and Liberty Mutual Insurance Company a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" 11 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal 13 sum of Thirty -Two Million Three Hundred Sixteen Thousand Two Hundred Eighty and 74/100Dollars 14 ($ 32,316,280.74 1, lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the i9 25th day of February , 20 25 , which Contract is hereby referred to and made 20 a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 21 and other accessories as defined by law, in the prosecution of the Work as provided for in said 22 Contract and designated as NORTHSIDE III — PHASE II — 54-INCH WATER 23 TRANSMISSION MAIN (BOAT CLUB ROAD THROUGH BONDS RANCH ROAD), City 24 Proiect No. 104940-2. 25 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 26 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 27 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 28 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 29 force and effect. 30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 32 accordance with the provisions of said statute. 33 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 8, 2023 CITY PROJECT NO. 104940-2 006114-2 PAYMENT BOND Page 2 of 2 I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the day of 3 kVAI , 202,6 . 4 5 6 7 8 9 10 11 12 ATTEST: _ (Principal) Secretary i Li(snstPrincipal ATTEST: (Surety) Secretary Marisol Mojica, Witness as to Surety Witnes-s as to Sure y� Ryan Gray, Witness as to Surety PRINCIPAL: Thalle Construction 01 I� , Inc. Pet6r K. Tully, Chief Executive Officer Name and Title Address: 900 NC Highway 86 North Hillsborough, NC 27278 SURETY: Federal Insurance Company Liberty Mutual Insurance Company BY:QaWIQ jff� '/ Jey, Attorney -In -Fact Name and Title Address: 202B Hall's Mill Road, Whitehouse Station, NJ 08889 175 Berkeley Street, Boston, MA 02116 (215) 640-1000 Telephone Number: (617) 357-9500 doug.anaersonLcnuoo.com Email Address: kvie.woods(alibertvmutual.com Note: If signed by an officer of the Surety, there must be on file a certified extract from the byiaws 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 8, 2023 CITY PROJECT NO. 104940-2 ACKNOWLEDGEMENT OF CONTRACTOR - IF A CORPORATION STATE OF New York COUNTY OF Queens ON THE DAY OF 2025 BEFORE ME PERSONALLY APPEARED Peter K. Tully TO BE KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE Chief Executive Officer OF Thalle Construction Co.. Inc. THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. 0 ab i No ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF New Jersev COUNTY OF Morris ON THE 281h DAY OF February, 2025 BEFORE ME PERSONALLY APPEARED Jaclvn Maffev TOME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Federal Insurance Companv, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. Notary Pu )lic ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF New Jersev COUNTY OF Morris Sandy S. James -Browns Notary Public State of New Jersey My commission expires September 18, 2026 ON THE 28th DAY OF February, 2025 BEFORE ME PERSONALLY APPEARED Jaclvn Maffev TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Libertv Mutual Insurance Comoanv, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. Notary Public / Sandy S. James-Brcnvne Notary Public State of Now Jersey MY commission expires September 18, 202e FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, UAISILITIES AND SURPLUS TO POLICYHOLDERS Statutory Bawls Docornber 311, 2023 (in thousands) LIA1311JTJES AND ASSETS SURPLUS TO POLICYHOLDERS Cash, Cash Equivalents, and ST inveslmorits $ 258,200 Outstanding Lceaes and Loss Expenses S 9,827,B27 United States Govemmerd, State Reinsurance Payable on Losses and Expenses 1,718.382 and Municipal Bonds 3,246.130 Unearned Pemiums 2,899,036 Olhar Bands 7,765,968 Ceded Reinsurance Promlums Piyabls 344,549 Stocks 283,737 Other Liabilities 518,090 Other Invested Assets 1.763,264 TOTAL INVESTMENTS 13,319.359 TOTAL LIABILITIES 16,304.003 Investments in AKllates: Capital Stock 20,960 Great Nalhem his. Cc 433,797 Paid -In Surplus 2,711,474 Vigilant Ins, Co. 380.848 Unassigned Funds 2.079,218 Chubb Indemnity Ins. Co. 180,514 Chubb National Ins. Co. 199.440 SURPLUS TO POLICYHOLDERS 4,811.672 Other Affiliates 117.568 Premiums Receivable 2,262.901 Other Asserts 3.215,928 TOTAL LIABILITIES AND TOTAL ADMITTED ASSETS 3 20,116.355 SURPLUS $20„116.355 investments are valued in accordance with requirements of the National Association of Insurance Commissioners. At DDcembof 31, 2023, Investments with a Carrying value of $585,024,973 were depotdad with government authorities as required by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA John Taylor, being duly swam, says that he Is Senlor Vice President of Federal Insurance Company and that to the beat of his knowledge and bellef the toteyol Is a true and Correct statement of the said Company's financial condition as of the 31 at day of December, 2023. Swam befc(S" L 1 . 7., Z-4 .'an)on Vl l+rea+dent /� x'P Notary I ubile Yl My L_ lumn expires Commonwealth of Pennsylvania • Notary Seal Diane Wright, NotaryPublic Philadelphia County My commission expiresAugust 8, 2027 Commission number 1235745 Member, Pennsylvania Association of Notaries Liberty Mutual. SURETY Assets LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2023 Cash and Bank Deposits................................$1,850,245,073.00 *Bonds — U.S Government.............................$3,859,565,383.00 *Other Bonds................................................$21,048,805,773.00 *Stocks......................................................... $19, 937, 271, 802.00 Real Estate........................................................$122,228,711.00 Agents' Balances or Uncollected Premiums ... $8,208,660,427.00 Accrued Interest and Rents ............. .................. $186,906,667.00 Other Admitted Assets.................................$15,677,869,683.63 Total Admitted Assets.................$70,891,553,519.63 Liabilities Unearned Premiums .................................... $10,298,963,305.00 Reserve for Claims and Claims Expense..... $28,848,537,243.00 Funds Held Under Reinsurance Treaties.......... $360,714,151.00 Reserve for Dividends to Policyholders ................ $1,310,198.00 Additional Statutory Reserve ............................ $296,126,000.00 Reserve for Commissions, Taxes and Other Liabilities .............................................. $7,622,413,466.63 Total .............................................. $47,428,064,363.63 Special Surplus Funds ...................................... $209,508,757.00 Capital Stock ......................................... Paid in Surplus ...................................... Unassigned Surplus .............................. Surplus to Policyholders ....................... ...... $10,000,075.00 $13,834,867,488.00 . $9,409,112,836.00 $23,463,489,156.00 Total Liabilities and Surplus....... $70,891,553,519.63 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. The foregoing financial information is taken from Liberty Mutual Insurance Company's financial statement filed with the Massachusetts Department of Insurance. I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2023, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 8th day of March, 2024. INSUR,9 �J CIO POggr y0 �^ � 2 1912 0 3 Timothy A. Mikolajewski, Assistant Secretary Y\SSACHU .aa LNIS-1262/LNIIC CHUBB' Power of Attorney Federal insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indian corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Delaware corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY cotloorations ofthe Commonwealth of Pennsylvania, do each hereby constitute and appoint Ryan Gray, Mar(sol Molica, Andreah Moran, Krystal L. Stravato, Jaclyn Maffey and Kevin T. Walsh Jr. of Whippany, New Jersey; Andrea E. Gorbert and Mariya Leonldov of Jericho, New York; Neil C. Donovan and Gerard Leib of Berwyn, Pennsylvania --------- each as their true and Lawful Attorney -In -Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalfas surety thereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than ball bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification oralteration ofany Instrument referred to In said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 7th day of October, 2024, Ruperz HD Swindelts. Assistant Secretarg UM 'M STATE OF NEW JERSEY County of Hunterdon ss 11:Hren I:ichhurn. Nice hrl`Ident G?/-- : (Don On this 7th day of Ochober, 2024 before me, a Notary Public of New Jersey, personally came Rupert HD Swindells and Warren ElchhorA to me (mown to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Rupert HD Swindells and Warren Elchhorn, being by me dilly sworn, severally and each forh imself did depose and say that they are Assistant Secretary and Vice President, respectively, of FFDFRAL INSURANCE COMPANY, VIGILANT INSURANCE. COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FiRE iNSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of s ld Compa nies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarkil Seal ��� r�,,t,�� ;� p�ta�} ?�' ? Ltl LIG �^ JiSI+�' Albert Contursi NOTARY PUBLIC OF NEW JERSEY No 50202369 Commission Expires August 22,2027 �Uc CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY oil August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANYou March 20, 2009: "RESOLVED, that the following authorizations relate to the exerution, fur and on behalf of the Company, of lmnds, undertakings, rcx•ngnizanres, nmtrcrts and other wrium ccmuniunents of the Company entered Into in the ordinary course of business (each a "Written Commitmenrj: (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment forandonbehalfoftheCompany, under the seal of the Company or olherwixe, (2) Each duly appointed attomey-in-factoftie Company is hereby authorized tomccuteanyWrittenCommitmentforandonbehalfoftheCompany,underdiesealoftheCompanyorotherwise, to thetwent that such action is authorized by tine grant of lio wprs provided for in suds persons writtpra appoinument as such attorney -in -fact (3) Fwh of the Chairman, the President and the Vice Pr--idents of tileCnmpany is herpJtyautlmrized,farand nn behalf of tile. romlrany,it) appoitit in writing any person rile auonmy-in- fact of the Company with full power and authoritytoexecute, for and on behalfoftheCompany, under the seal ofthe Company or otherwise, such Written CommltmentsoftheCompany as may ho. spedfied ha such written appointment, whichs1wification may ice by general type or dam of Written Conmtitmeuts or by sitpsifration of one or nntre particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and onbelialf of the Company, under the Company's seal or otherwise, such Written Commitments ofthe Company as arespecified in such written delegation, which specification may be by general type or class of Written Connritnrents or by sew i ri -ation of amp. or more partindar Written Commitments. (5) The signature. of any officer or cxherperson exeniting any Written Commilnrwar or appoinuent or delegation pursuant to this Resolution, and the seal of the Collipany, may lie affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and suck. Resolution shall not limit or otherwise affw:t the exercise orally such power or authority otherwise validly granted or vested." 1, Rupert HD Swindells, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANYand ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and In full force and effect, (II) the foregoing Powerof Attorney Is true, correct and In full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this Rupem HD Swindells. Assistant Secretary IN THE EVENT YOU WISH TO VERIFYTHE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANYOTHER MATTER, PLEASE CONTACT US AT: Telpnhonef9081903-3493 Fax (90111903.3656 e-mail: suretv0diubb.corn Combined. FED-VIG-FI-WFIC-AAIC (rev. I M9) This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. -�L��iberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8212524 - 985316 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Andreah Moran, Jaclyn Maffey, Kevin T. Walsh, Jr, Krystal L. Stravato, Marisol Mojica, Michael Marino, Ryan Gray all of the city of Will ipganv state of NJ each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 2nd day of October , 2024 , P� tNs(I a ?�°PPO�r���+� 9 'sy INS& 01 r;,°pPOT��y� � %NSV,Q �G �-oaPOR4r 40 F o n+ Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company 1912 ca 3 1919 m Lu f °_ : Q 1 91 0 /�y/fit / ��1 �' A. - - dJ1�iCACHt16E� a 2°� hAMPya ,a�O `lf��h°IAtto' as I N O 0 c B Y 7 9� t� M � =(D * Nathan J. Zangerle, Assistant Secretary State ofPENNSYLVANIA Cr =" N : County of MONTGOMERY ss o E oaS On this 2nd day of October , 2024 before me personally appeared Nathan J. Zangede, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance L -u Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes L therein contained by signing on behalf of the corporations by himself as a duly authorized officer, IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written, a0 Z) tv PAS;, 0_ O L�� O N 5N `tloNwt F( t� O� q:Q t' 1° v Commonwealth of Pennsylvania • Notary seal Teresa Paslella, Notary Public Montgomery County A = i= or My commission expires March 28.2025 B O w Commission number 1126044 Y • Teresa Pastella, Notary Public +' Q � �y1.JPt� �G Meier, PennsytvaniaAsscd3tlon of Notaries �gFry o N L This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual O � L 3 00 0 •— Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: a M ARTICLE N-OFFICERS: Section 12. Power of Attorney, L °O o t6 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the a o a 0 President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety @ C° cv C any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth In their respective powers of attorney, shall -a - " have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such o a) Z 0 instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the f provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority, T li cL ARTICLE All - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangede, Assistant Secretary to appoint such attorneys -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed, I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. t IN TESTIMONY WHEREOF, I have hereunto set inp hand and affixed the seals of said Companies this b, day of bombilw, M4 P� 1NSUR4 P�(Y INSGp NX tNSURq AJ G°µPOhq� 'Yn yJ 4aPPoggr 'q2 V. fk 0�f ti Zn W PO 1912 0 1919 0 i 1991 r�,�9ssACHU9�aa� y°2NAUPSa`P�aO Y �N°IANP a By: gz2 �� �y1 * dad s�,M * ��d Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIL Multi Co 02124 Bond No. K42020229-M Federal Insurance Company 0061 19-1 Bond No. 015226987-M Liberty Mutual Insurance Company MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Thalle Construction Co., Inc. . known as 9 "Principal' herein and Federal Insurance Company and Liberty Mutual Insurance Company. a corporate surety 10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" 11 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum Thirty -Two Million Three Hundred Sixteen Thousand Two Hundred 13 of Eighty and 74/100 Dollars ($ 32, 316,280.74 ), 14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment 15 of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 25th day of February . 20 25, which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, 21 equipment labor and other accessories as defined by law, in the prosecution of the Work, including 22 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as 23 provided for in said contract and designated as NORTHSIDE III — PHASE II — 54-INCH 24 WATER TRANSMISSION MAIN (BOAT CLUB ROAD THROUGH BONDS RANCH 25 ROAD), Citv Proiect No. 104940-2. and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will remain 29 free from defects in materials or workmanship for and during the period of lhvo (2) years after the 30 date of Final Acceptance of the Work by the City ("Maintenance Period" ); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 33 receiving notice from the City of the need therefor at any time within the Maintenance Period. 34 CITY OF FORT WORTH NORTHSIDE In — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 8, 2023 CITY PROJECT NO. 104940-2 006119-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to 3 the City, then this obligation shall become null and void; otherwise to remain in full force and 4 effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be 8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the 9 Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches. 17 18 E CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 8, 2023 CITY PROJECT NO. 104940-2 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 / O n` ndayof n 3 1'\�yA": , 201E_. 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 ATTEST: (Principa Secretary i itn as to rincipa ATTEST: A�nr� (Surety) Secretary Mari Mojica itness as to S ety Witlfss as to SurleTy Ryan Gray, Witness as to Surety PRINCIPAL: Thalle Construction Co., N Wz 2 %, 6*1 Me Peter K. Tully, Chief Executive Officer Name and Title Address: 900 NC Highway 86 North Hillsborough, NC 27278 SURETY: Federal Insurance Company Liberty Mutual Insurance Company B Y: Sign re Jaclyn Ma ,Attorney -In -Fact Name and Title Address: 202B Hall's Mill Road, Whitehouse Station, NJ 08889 175 Berkeley Street, Boston, MA 02116 (215) 640-1000 Telephone Number: (617) 357-9500 doug.anderson@chubb.com Email Address: We.woods(cDlibertvmutual.com 38 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 39 from the by-laws showing that this person has authority to sign such obligation. If 40 Surety's physical address is different from its mailing address, both must be provided. 41 The date of the bond shall not be prior to the date the Contract is awarded. 42 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 8, 2023 CITY PROJECT NO. 104940-2 ACKNOWLEDGEMENT OF CONTRACTOR - IF A CORPORATION STATE OF New York COUNTY OF Queens ON THE C DAY OF N VCV— 2025 BEFORE ME PERSONALLY APPEARED Peter K. Tully TO BE KNOWN, WHO, BEING 13Y ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE Chief Executive Officer OF Thalle Construction Co.. Inc. THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. I Not a Public ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF New Jersev COUNTY OF Morris ON THE 281h DAY OF February, 2025 BEFORE ME PERSONALLY APPEARED Jaclvn Maffev TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Federal Insurance Companv, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. Sandy S. Jema*Om" Notary Publio Notar4ublic State of New Jersey My commission aspires September % 2028 ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF New Jersev COUNTY OF Morris ON THE 281h DAY OF February, 2025 BEFORE ME PERSONALLY APPEARED Jaclyn Maffev TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY; THAT (S)HE IS THE ATTORNEY -IN -FACT OF Libertv Mutual Insurance Companv, THE CORPORATION THAT EXECUTED THE FOREGOING INSTRUMENT, AND ACKNOWLEDGED TO ME THAT SUCH CORPORATION EXECUTED THE SAME. IN WITNESS WHEREOF, I HAVE HEREUNTO SET MY HAND AND AFFIXED MY OFFICIAL SEAL, AT MY OFFICE IN THE ABOVE COUNTY, THE DAY AND YEAR WRITTEN ABOVE. /NotaPqt c Sandy S. James -Browns rY / Notary Publio State of New Jersey My commission ovirea September i8, 202d FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, UA131UTIF.S AND SURPLUS TO POLICYHOLDERS Statutory Basis December 31, 2023 {In thausartds) LIA80TIES AND ASSETS SURPLUS 70 POLICYHOLDERS Cash, Cash Equivalents, and ST Investments S 258,260 Cutetandrng Losses end Loss Expenses S 9,827,827 United States Govemmerd, State Reinsurance Payable on Losses and Expenses 1,716,382 and Municipal Bonds 3,248,130 Unearned Prerrums 2,099,036 Other Bonds 7,765,988 Ceded Reinsurance Premiums Payable 344,549 Stocks 283,737 Other Liabilities 516,090 Other Invested Assets 1.763.264 TOTAL INVESTMENTS 13,319,359 TOTAL LIABILITIES 15,3000(13 Investments in Affiliates: Capital Stock 20,960 Groat Northern h". Co 433,797 Paid -In Surplus 2,711,474 Vigilant Inn, Co. 380.848 Unos"nad Funds 2.079.216 Chubb Indemnity Ins. Co. 188,514 Chubb National Ins. Co. 199.440 SURPLUS TO POLICYHOLDERS 4,811.672 Other Aifilleta3 117,568 Premiums Receivable 2,262,901 Other Asserts 3,215,928 TOTAL LIABILITIES AND TOTAL ADMITTED ASSETS 3 20,t i8,355 SURPLUS $ 20„ 116,355 Investments are valued in scoordance with regriremenis of the National Association cf Insurance Commissioners. At Decambor 31, 2023, Investments with a carrying vibe of 5585,024,973 were depoMod with govemment authoriUos as roquirod by law. STATE OF PENNSYLVANIA COUNTY OF PHILADELPHIA Jahn Taylor, being duly swom, says that he Is Senior Vice President of Federal Insurance Company and that to the best of his knoiMadge and belief the foregol is a true and Correct statement of the said Company's financial condition as of the 31 st day of December, 2023. Swom before —Y r� �— r t _ ?•, Z.`i a f enror Vt hferdent i_c�LiS My lsatcn expres Commonwealth of Pennsylvania • Notary Seal Diane Wright, NotaryPublic Philadelphia County My commission expiresAugust 8, 2027 Commission number 1235745 Member, Pennsylvania Associalion of Nolarlos Liberty Mutual, SURETY Assets LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2023 Cash and Bank Deposits................................$1,850,245,073.00 *Bonds — U.S Government.............................$3,859,565,383.00 *Other Bonds................................................$21,048,805,773.00 *Stocks......................................................... $19, 937, 271, 802.00 Real Estate........................................................$122,228,711.00 Agents' Balances or Uncollected Premiums ... $8,208,660,427.00 Accrued Interest and Rents...............................$186,906,667.00 Other Admitted Assets ................................. $15,677,869,683.63 Total Admitted Assets.................$70,891,653,519.63 Liabilities Unearned Premiums .................................... $10,298,963,305.00 Reserve for Claims and Claims Expense..... $28,848,537,243.00 Funds Held Under Reinsurance Treaties.......... $360,714,151.00 Reserve for Dividends to Policyholders ................ $1,310,198.00 Additional Statutory Reserve ............................ $296,126,000.00 Reserve for Commissions, Taxes and Other Liabilities .............................................. $7,622,413,466.63 Total .............................................. $47,428,064,363.63 Special Surplus Funds ...................................... $209,508,757.00 Capital Stock ....................................................... $10,000,075.00 Paid in Surplus ............................................. $13,834,867,488.00 Unassigned Surplus ....................................... $9,409,112,836.00 Surplus to Policyholders .............................. $23,463,489,156.00 Total Liabilities and Surplus....... $70,891,653,519.63 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. The foregoing financial information is taken from Liberty Mutual Insurance Company's financial statement filed with the Massachusetts Department of Insurance. I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2023, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 8th day of March, 2024. tSU CµPop., 3 FO I .r..,, A, l Yt tt� 1912 o r �y 3 Timothy A. Mikolajewski, Assistant Secretary Y� ssACHU as &/% * - LMS-1262/UAC CHUBB' Power of Attorney Federal insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, fin Indinmt corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY,a Delaware corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Ryan Gray, Marisol Mojica, Andreah Moran, Krystal L. Stravato,laclyn Maffey and Kevin T. Walsh Jr. of Whippany, New Jersey; Andrea E. Gorbert and Mariya Leonidov of Jericho, New York; Neil C. Donovan and Gerard Leib of Berwyn, Pennsylvania ---------- each as their true and lawful Attorney -In -Fact to execute under such designation In their monies and to affix their corporate seats to and deliver for and on theirbehalf as su rety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alleration ofany Instrument referred to In said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals onthis 7rn day of October,2024, f� � 1 Rupert HD Swindells. Assistant Secretary *- —. QT0 STATE OF NEW JERSEY County of Hunterdon SS. 1Vanrn Eidlha n. Vice i'rt`ident On this 70 day of October, 2024 before me, a Notary Public of New Jersey, personally came Rupert HD Swindells and Warren Elchhorn, tome (mown to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANYand ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Rupert HD Swindells and Warren Etchhorn, being by me duly sworn, severally and each fork Imself did depose aril say that they toreAssistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FiRE iNSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY find know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto aH)xed by authority of said Companies; and that their signatures as such officers were duly afixed find subscribed by like authority. Notarial Seal a Albert Contursi NOTARY PUBLIC OF NEW JERSEY No SM2369 Commission Expires August 22,2027 Noury Pu IIc CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the foll,itving aulhoriaatians relate. to the exerution, for and on behalf of the Company")( loads, undertakings, M,ognizan<ps, contrarts and other written mnunitrnents of flip- Comiiany entered Into in the ordinary course ofbasiness (each a "Written Commitment''): (1) Each of the Chairman, the President and the Vim Presidents of the Company is hereby authorized to execute any Written Commitment for and onbehalfofdie Company, underthesea] of ihx Company Or otherwise (2) Each duly appointed amorney-In-factofthe Company is hereby authorized to execute any Written Commitment for and onbebalfoftheCompany, under the seal oftheCompany orotherwise, to theoment that sudi action is authorizwl by the grant of provers providwi for in sudi pervon's writtm apiwinunent as such attorney -In -fact (3) Ewh of the rhainnao, flip. Prthsidenl and the Virg Prriidwits of the Company is herebyautborized,forand(in behhalfofflip, Company, toappoint inwriting any person the attorney -in - fact of the Company with full power and authority to execute, for and on behalfoftheCompany, under the sea) ofthe Company or otherwise, such Written Commitments ofthe Company as may be. specified it such written appoinnnent, which specific-Ation may he by gwueml tyke ar dais or Written Commitments or by siwri0ration of one or more pardnilar Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, forand on behalf of the Company, under the Company's seal or otherwise, such Written Commitments ofthe Company as are specified In such written delegation, vAich specification may be by general type. or Class of Written Coniminne.nLQ or byspw'ifiration of one or more parlicularWrittenConanimienis. (5) The signatureof any officer or other person exeo0hhg any Written ron niitmwH or appointment or delagatfon pursuant to this Resolution, and the seal of the Company, may he affixwl by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to all for and on behalf of the Company, and such Resolution shall not limit or otherwise affert the exercise of any such power or authority otherwise validly granted or vested." 1, Rupert HD Swindells, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that (1) the foregoing Resolutions adoptedby the Board of Directors of the Companies are true, correct and in fall force and effect, (11) the foregoing Power of Attorney is true, correct and In full force and effect. Given under my hand and seals of sold Companles at Whitehouse Station, NJ, this Ru emHDSwindells,Ass)stantSecm P rzryr IN THE EVENT YOU WISH TO VERIFY THE AUTH ENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: TPleohmhef90B19a3.3493 Faxf90R1903-3656 email: snrervOchubb.rnnh Combined_ FED-VIG-R-Mlr-AAIC (rev. 11.19) This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8212524 - 985316 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a Corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Andreah Moran, Jaclyn Maffey, Kevin T. Walsh, Jr, Krystal L. Stravato, Marisol Mojica, Michael Marino, Ryan Gray all of the city of W hipganv state of NJ each Individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 2nd day of October , 2024 . Liberty Mutual Insurance Company P� 1NSu� p�SY INS& NX 1NSu,pq The Ohio Casualty Insurance Company P q`.3 �opPOf�OT� 9y �uP�oaPO-4 C, West American Insurance Company 3 °bm U o m w 1912 0 0 -A 1. 0 Q 1991 0 �� �/� "i E Q,% d�ySe�CNtlgdD yORANPya`,aD� ds, �NOIANP .da �/�, - N O eh * ti� �'y� BY:cc 3 "M State of PENNSYLVANIA ss Nathan J. Zangede, Assistant Secretary �� a County of MONTGOMERY o E, oOn this 2nd day of October 2024 before me personally appeared Nathan J. Zangede, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance s_ tv Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes L therein contained by signing on behalf of the corporations by himself as a duly authorized officer. > a IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. N M P PAST, a O O i Q���t?0f114g Ff Commonwealth of Pennsylvania -Notary Seal = O JW uF 9t� v Teresa Pastefla, Notary Public //'//j ® N p a) OF ManlgcmeryCounty /� ^ t �� N L C My commissio'n�ezpires rrlarch 28, 2025 BY: O O numb r 1126044 oS 2 tfdP��pG Member, PennaylvanlaAssecCatlonnofNotares Teresa Pastella, Notary Public Q `o N a1�y pU� 0— This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 oNo 0 •S Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: fa. 0 04 L d ARTICLE IV -OFFICERS: Section 12, Power of Attorney. L Oo 0- Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety '° M C: any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth In their respective powers of attorney, shall -a C have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such o a> Z v instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the f 20 provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority, ILL Q ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangede, Assistant Secretary to appoint such attorneys -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of Attomey of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. VIA IN TESTIMONY WHEREOF, ! have hereunto set my hams and affixed the seals of said Companies this day of WOW , ` L P� tNSuk`P�.0 INSGQ a %NSUR-q h�7 4pNPOR4r y� hJ `ONpog4r �Y,y \(�P co—OR"r y� J �= FO tR T S' RO n r� 1912 q 0 0 1919 0 �� 1991 2 m p d Hq„Ps*adD� rS� of �Nda� BY Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02124 006125-1 CERTIFICATE OF INSURANCE Page 1 of 1 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate of Insurance form.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/082024 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 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 Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ I I 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 Article5 — 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 NORTHSIDE III — PHASE 11— 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/08/2024 CITY PROJECT NO. 104940-2 6.02 Labor; Working Hours................................................................................................................ 20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals"....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties........................................................................................................... 26 6.09 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 Article 7 - Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities................................................................................................................... 36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................ 36 8.03 Pay When Due............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals.............................................................................................. 36 8.07 Limitations on City's Responsibilities....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program............................................................................................... 37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work.................................................................................................. 38 9.04 Rejecting Defective Work.......................................................................................................... 38 9.05 Determinations for Work Performed.......................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH NORTHSIDE III - PHASE 11- 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/08/2024 CITY PROJECT NO. 104940-2 Article 10 - Changes in the Work; Claims; Extra Work 10.01 Authorized Changes in the Work .............. 10.02 Unauthorized Changes in the Work .......... 10.03 Execution of Change Orders ...................... 10.04 Extra Work ................................................. 10.05 Notification to Surety ................................. 10.06 Contract Claims Process ............................ ................................................................................ 38 ................................................................................. 38 ................................................................................. 39 ................................................................................. 39 ................................................................................. 39 ................................................................................. 39 ................................................................................. 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 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects........................................................................................................................48 13.02 Access to Work........................................................................................................................... 48 13.03 Tests and Inspections.................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................ 50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 - Payments to Contractor and Completion .......................... 14.01 Schedule of Values............................................................ 14.02 Progress Payments............................................................ 14.03 Contractor's Warranty of Title ......................................... 14.04 Partial Utilization.............................................................. 14.05 Final Inspection................................................................. 14.06 Final Acceptance............................................................... 14.07 Final Payment.................................................................... 14.08 Final Completion Delayed and Partial Retainage Release 14.09 Waiver of Claims.............................................................. Article 15 - Suspension of Work and Termination. 15.01 City May Suspend Work ...................... 15.02 City May Terminate for Cause ............ 15.03 City May Terminate For Convenience Article 16 - Dispute Resolution ......... 16.01 Methods and Procedures ..61 .. 61 CITY OF FORT WORTH NORTHSIDE III - PHASE 11- 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/08/2024 CITY PROJECT NO. 104940-2 Article 17 — Miscellaneous 17.01 Giving Notice.............................................................................................. 17.02 Computation of Times................................................................................ 17.03 Cumulative Remedies................................................................................. 17.04 Survival of Obligations............................................................................... 17.05 Headings...................................................................................................... ................................ 62 ................................ 62 ................................ 62 ................................ 62 ................................ 63 ................................ 63 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding 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. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63 12. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements —Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs —Polychlorinated biphenyls. 48. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 62. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69 Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to the Public Meeting if scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving parry. 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 furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if. 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06. G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63 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 Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS 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 terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. 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 Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS 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 and Women Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for MWBE goal, Contractor is required to comply with the intent of the City's MWBE Business Enterprise Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon 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 MWBE. 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by 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 three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on completion of the project. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. 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 Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS 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: httas://comDtroller.texas. 2ov/taxes/Dennit/ 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. 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 numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out 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 WHUN, OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. 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 INDEMNIFICATTON PROVU10N IS CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 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. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS 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: the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0 LB, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.Q. C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0l.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice ofDefects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS 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. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 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 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 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 City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is Substantially Complete in accordance with the Contract Documents: 1. Within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS 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 for employees, subcontractors, and suppliers; and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS 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 liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS 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 claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other parry 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 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given i£ 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revision: 3/082024 CITY PROJECT NO. 104940-2 00 73 00 SUPPLEMENTARY CONDITIONS SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page 1 of 6 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.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 October 25, 2024: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER Meritage Homes of Texas LLC and GRBK 1 Edgewood LLC — 30' Permanent Water Easement Meritage Homes of Texas LLC and GRBK LA Edgewood LLC — 45' Temporary Construction Easement 2 Chapel Hill West LLC — 30' Permanent Water Easement 2 A Chapel Hill West LLC — 45' Temporary Construction Easement TARGET DATE OF POSSESSION December 2024 December 2024 December 2024 December 2024 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 8, 2024 CITY PROJECT NO. 104940-2 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 6 PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 3 Chapel Hill West LLC — 30' Permanent Water December 2024 Easement 3.A Chapel Hill West LLC — 45' Temporary December 2024 Construction Easement 4 KLLB AIV LLC — 30' Permanent Water December 2024 Easement 4.A KLLB AIV LLC — 30' Permanent Water December 2024 Easement 5 DBE Realty Investment LTD, ETAL — 30' December 2024 Permanent Water Easement 5.A DBE Realty Investment LTD, ETAL — 45' December 2024 Temporary Construction Easement The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of October 25, 2024: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report No. W213383-A, dated June 9, 2022, prepared by Alpha Testing, a sub -consultant of LJA Engineering, a consultant of the City, providing additional information on geotechnical conditions. A Geotechnical Report No. 103-24-529, dated August 2024, prepared CMJ Engineering a sub -consultant of Kimley-Horn, a consultant of the City, providing additional information on geotechnical conditions. 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" CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 8, 2024 CITY PROJECT NO. 104940-2 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 6 The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Kimley-Horn and Associates, Inc. (3) Other: LJA Engineering SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit 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. $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 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 / CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 8, 2024 CITY PROJECT NO. 104940-2 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 6 $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: $4,000,000 (2) Each Occurrence: $2,000,000 Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 8, 2024 CITY PROJECT NO. 104940-2 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 6 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. SC-6.07 A.., "Duty to pay Prevailing Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates A copy of the table is also available by accessing the City's website at: httvs: //anns.fortworthtexas.2ov/Pro i ectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: None SC-6.0913. "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 Colt Gathering Letter of No Objection at Gas Crossings BKV Gathering Letter of No Objection at Gas Crossings Energy Transfer Letter of No Objection at Gas Crossings Enlink Midstream Letter of No Objection at Gas Crossings TxDOT 54-Inch NSIII Utility Installation — Boat Club Eagle Ridge Letter of No Objection at Gas Crossings Fort Worth T/PW Floodplain Development Permit — FDP 24- 00163 SC-6.09C. "Outstanding permits and licenses" DATE OF POSSESSION 08/2024 09/2024 09/2024 09/2024 07/2024 10/2024 10/2024 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of OWNER PERMIT OR LICENSE AND LOCATION DATE OF POSSESSION Atmos Letter of No Objection at Gas Crossings 12/31 City of Fort Worth - PARD Chapter 26 — Park Conversion 12/31 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 8, 2024 CITY PROJECT NO. 104940-2 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 6 SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority None SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Preeti KC, P.E., or his/her successor pursuant to written notification from the Director of the Water Department. SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions CITY OF FORT WORTH NORTHSIDE III — PHASE 11— 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 8, 2024 CITY PROJECT NO. 104940-2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 011100-1 SUMMARY OF WORK Pagel of 3 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 CITY PROJECT NO. 104940-2 011100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 CITY PROJECT NO. 104940-2 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 CITY PROJECT NO. 104940-2 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 M1 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 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 41 42 43 44 45 46 47 48 49 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 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: Approved City Recommended Recommended Not recommended _Received late By Date Remarks Date Rej ected CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 013119 PRECONSTRUCTION MEETING 013119-1 PRECONSTRUCTION MEETING Paget of 3 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request 39 e. Other City representatives CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised August 17, 2012 CITY PROJECT NO. 104940-2 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 41 42 43 44 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings f£ Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised August 17, 2012 CITY PROJECT NO. 104940-2 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised August 17, 2012 CITY PROJECT NO. 104940-2 013120-1 PROJECT MEETINGS Paget of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. 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. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following 5 the pre -construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as - II needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off -site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 £ Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 23 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 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 D. Purpose 16 The City of Fort Worth (City) is committed to delivering quality, cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates. This supports effective monitoring 19 of progress and is input to critical decision making by the project manager throughout 20 the lift of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 This Document complements the City's Standard Agreement to guide the construction 24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 25 City in project delivery. The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative (Project Scheduler) responsible 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 6, 2023 CITY PROJECT NO. 104940-2 0132 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work, the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and approved 8 by the City's Project Manager. 10 1. Master Project Schedule 11 The master project schedule is a holistic representation of the scheduled activities 12 and milestones for the total project and be Critical Path Method (CPM) based. The 13 City's Project Manager is accountable for oversight of the development and 14 maintaining a master project schedule for each project. When the City contracts for 15 the design and/or construction of the project, the master project schedule will 16 incorporate elements of the Design and Construction schedules as deemed 17 appropriate by the City's Project Control Specialist. The assigned City Project 18 Control Specialist creates and maintains the master project schedule in P6 (City's 19 scheduling software). 20 21 2. Construction Schedule 22 The Contractor is responsible for developing and maintaining a schedule for the 23 scope of the Contractor's contractual requirements. The Contractor will issue an 24 initial schedule for review and acceptance by the City's Project Control Specialist 25 and the City's Project Manager as a baseline schedule for Contractor's scope of 26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule) to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers 29 The City has a portfolio of projects that vary widely in size, complexity and content 30 requiring different scheduling to effectively deliver each project. The City uses a 31 "tiered" approach to align the proper schedule with the criteria for each project. The 32 City's Project Manager determines the appropriate schedule tier for each project, and 33 includes that designation and the associated requirements in the Contractor's scope of 34 work. The following is a summary of the "tiers". 35 36 1. Tier 1: Small Size and Short Duration Project (design not required) 37 The City develops and maintains a Master Project Schedule for the project. No 38 schedule submittal is required from Contractor. City's Project Control Specialist 39 acquires any necessary schedule status data or information through discussions with 40 the respective party on an as -needed basis. 41 42 2. Tier 2: Small Size and Short to Medium Duration Project 43 The City develops and maintains a Master Project Schedule for the project. The 44 Contractor identifies "start" and "finish" milestone dates on key elements of their 45 work as agreed with the City's Project Manager at the kickoff of their work effort. 46 The Contractor issues to the City, updates to the "start" and "finish" dates for such 47 milestones at the end of each month throughout the life of their work on the project. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 6, 2023 CITY PROJECT NO. 104940-2 0132 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Level 3) and 4 in alignment with the VWBS structure in Section 1.4.H as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on 7 the project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 11 monthly updates to the City Project Manager (end of each month) as a "progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfill their 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City, it becomes the "Baseline" schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress 22 is significantly behind schedule, the City's Project Manager may authorize an 23 update to the baseline schedule to facilitate a more practical evaluation of progress. 24 An example of a Baseline Schedule is provided in Specification 0132 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non -acceptance notification. An example of a Progress Schedule is 37 provided in Specification 0132 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule Requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 6, 2023 CITY PROJECT NO. 104940-2 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 41 42 43 44 45 46 47 0132 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1. Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number Project Name _Baseline Example: 101376 North Montgomery Street HMAC Baseline • Progress Schedule File Name Format: City Project Number Project Name _YYYY-MM Example: 101376 North Montgomery Street HMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number Project Name _PN_YYYY-MM Example: 101376 North Montgomery Street HMAC_PN_2018_01 F. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water 48 G. Schedule Calendar CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 6, 2023 CITY PROJECT NO. 104940-2 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's nine standard holidays (New Years, Martin 3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 4 Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of 5 the schedule development process and provide to the Project Control Specialist as part 6 of the basis for their schedule. Variations between the City's calendar and the 7 Contractor's calendar must be resolved prior to the City's acceptance of their Baseline 8 project schedule. 10 H. WBS & Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for "Construction" as shown in Section IA.H below. 21 Additional activities may be added to Levels 1 - 4 to accommodate the needs 22 of the organization executing the work. Specifically the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution" that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City's Standard Milestones as shown in 27 Section 1.4.I below. Contractor will include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 I. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS. Activity descriptions should adequately 34 describe the activity, and in some cases the extent of the activity. All activities are 35 logically tied with a predecessor and a successor. The only exception to this rule is for 36 "project start" and "project finish" milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to this requires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City, the impact is incorporated into the 46 previously accepted baseline schedule as an update, to clearly show impact to the 47 project timeline. The Contractor submits this updated baseline schedule to the City for 48 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 6, 2023 CITY PROJECT NO. 104940-2 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 41 42 43 44 45 46 47 48 013216-6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K. City's Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XX XXX.30.40 Final Design XX XXX.30.50 Environmental XXXXXX.30.60 Permits XX XXX.30.60.10 Permits - Identification XX XXX.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. 8 5 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 6, 2023 CITY PROJECT NO. 104940-2 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 0132 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 39 1.4 SUBMITTALS 40 41 42 43 44 45 46 47 A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 6, 2023 CITY PROJECT NO. 104940-2 013216-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 1. Schedule Format 2 The Contractor will submit each schedule in two electronic forms, one in native file 3 format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document 4 management system in the location dedicated for this purpose and identified by the 5 Project Manager. In the event the Contractor does not use Primavera P6 or MS 6 Project for scheduling purposes, the schedule information must be submitted in .xls 7 or .xlsx format in compliance with the sample layout (See Specification 0132 16.1 8 Construction Project Schedule Baseline Example), including activity predecessors, 9 successors and total float. 10 11 2. Initial & Baseline Schedule 12 The Contractor will develop their schedule for their scope of work and submit their 13 initial schedule in electronic form (in the file formats noted above), in the City's 14 document management system in the location dedicated for this purpose at least 5 15 working days prior to Pre Construction Meeting. 16 17 The City's Project Manager and Project Control Specialist review this initial 18 schedule to determine alignment with the City's Master Project Schedule, including 19 format & VWBS structure. Following the City's review, feedback is provided to the 20 Contractor for their use in finalizing their initial schedule and issuing (within five 21 workdays) their Baseline Schedule for final review and acceptance by the City. 22 23 3. Progress Schedule 24 The Contractor will update and issue their project schedule (Progress Schedule) by 25 the last day of each month throughout the life of their work on the project. The 26 Progress Schedule is submitted in electronic form as noted above, in the City's 27 document management system in the location dedicated for this purpose. 28 29 The City's Project Control team reviews each Progress Schedule for data and 30 information that support the assessment of the update to the schedule. In the event 31 data or information is missing or incomplete, the Project Controls Specialist 32 communicates directly with the Contractor's scheduler for providing same. The 33 Contractor re -submits the corrected Progress Schedule within 5 workdays, 34 following the submittal process noted above. The City's Project Manager and 35 Project Control Specialist review the Contractor's progress schedule for acceptance 36 and to monitor performance and progress. 37 38 The following list of items are required to ensure proper status information is 39 contained in the Progress Schedule. 40 • Baseline Start date 41 • Baseline Finish Date 42 • % Complete 43 • Float 44 • Activity Logic (dependencies) 45 • Critical Path 46 • Activities added or deleted 47 • Expected Baseline Finish date 48 • Variance to the Baseline Finish Date 49 50 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 6, 2023 CITY PROJECT NO. 104940-2 0132 16 - 9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 B. Monthly Construction Status Report 2 The Contractor submits a written status report (referred to as a progress narrative) at the 3 monthly progress meeting (if monthly meetings are held) or at the end of each month to 4 accompany the Progress Schedule submittal, using the standard format provided in 5 Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The 6 content of the Construction Project Schedule Progress Narrative should be concise and 7 complete to include only changes, delays, and anticipated problems. 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City's 11 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B. Schedule and supporting documents addressed in this Specification shall be prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similar projects. 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 0132 16.1 Construction Project Schedule Baseline Example 31 Spec 0132 16.2 Construction Project Schedule Progress Example 32 Spec 0132 16.3 Construction Project Schedule Progress Narrative 33 34 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 6, 2023 CITY PROJECT NO. 104940-2 1 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION 5 6 0132 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added "Juneteenth" to list of City Holidays under 1.3G. "Schedule Calendar" CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 6, 2023 CITY PROJECT NO. 104940-2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 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 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0133 00 SUBMITTALS 013300-1 SUBMITTALS Pagel of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 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. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 CITY PROJECT NO. 104940-2 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 41 42 43 44 45 46 47 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=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/z inches x 11 inches to 8 % inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 CITY PROJECT NO. 104940-2 013300-3 SUBMITTALS Page 3 of 8 1 3. Contractor identification 2 4. The names of- 3 a. Contractor 4 b. Supplier 5 c. Manufacturer 6 5. Identification of the product, with the Specification Section number, page and 7 paragraph(s) 8 6. Field dimensions, clearly identified as such 9 7. Relation to adjacent or critical features of the Work or materials 10 8. Applicable standards, such as ASTM or Federal Specification numbers 11 9. Identification by highlighting of deviations from Contract Documents 12 10. Identification by highlighting of revisions on resubmittals 13 11. An 8-inch x 3-inch blank space for Contractor and City stamps 14 F. Shop Drawings 15 1. As specified in individual Work Sections includes, but is not necessarily limited to: 16 a. Custom -prepared data such as fabrication and erection/installation (working) 17 drawings 18 b. Scheduled information 19 c. Setting diagrams 20 d. Actual shopwork manufacturing instructions 21 e. Custom templates 22 f. Special wiring diagrams 23 g. Coordination drawings 24 h. Individual system or equipment inspection and test reports including: 25 1) Performance curves and certifications 26 i. As applicable to the Work 27 2. Details 28 a. Relation of the various parts to the main members and lines of the structure 29 b. Where correct fabrication of the Work depends upon field measurements 30 1) Provide such measurements and note on the drawings prior to submitting 31 for approval. 32 G. Product Data 33 1. For submittals of product data for products included on the City's Standard Product 34 List, clearly identify each item selected for use on the Project. 35 2. For submittals of product data for products not included on the City's Standard 36 Product List, submittal data may include, but is not necessarily limited to: 37 a. Standard prepared data for manufactured products (sometimes referred to as 38 catalog data) 39 1) Such as the manufacturer's product specification and installation 40 instructions 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 4) Roughing -in diagrams and templates 44 5) Catalog cuts 45 6) Product photographs 46 7) Standard wiring diagrams 47 8) Printed performance curves and operational -range diagrams CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 CITY PROJECT NO. 104940-2 013300-4 SUBMITTALS Page 4 of 8 1 9) Production or quality control inspection and test reports and certifications 2 10) Mill reports 3 11) Product operating and maintenance instructions and recommended 4 spare -parts listing and printed product warranties 5 12) As applicable to the Work 6 H. Samples 7 1. As specified in individual Sections, include, but are not necessarily limited to: 8 a. Physical examples of the Work such as: 9 1) Sections of manufactured or fabricated Work 10 2) Small cuts or containers of materials 11 3) Complete units of repetitively used products color/texture/pattern swatches 12 and range sets 13 4) Specimens for coordination of visual effect 14 5) Graphic symbols and units of Work to be used by the City for independent 15 inspection and testing, as applicable to the Work 16 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 17 be fabricated or installed prior to the approval or qualified approval of such item. 18 1. Fabrication performed, materials purchased or on -site construction accomplished 19 which does not conform to approved shop drawings and data is at the Contractor's 20 risk. 21 2. The City will not be liable for any expense or delay due to corrections or remedies 22 required to accomplish conformity. 23 3. Complete project Work, materials, fabrication, and installations in conformance 24 with approved shop drawings, applicable samples, and product data. 25 J. Submittal Distribution 26 1. Electronic Distribution 27 a. Confirm development of Project directory for electronic submittals to be 28 uploaded to City's Buzzsaw site, or another external FTP site approved by the 29 City. 30 b. Shop Drawings 31 1) Upload submittal to designated project directory and notify appropriate 32 City representatives via email of submittal posting. 33 2) Hard Copies 34 a) 3 copies for all submittals 35 b) If Contractor requires more than 1 hard copy of Shop Drawings 36 returned, Contractor shall submit more than the number of copies listed 37 above. 38 c. Product Data 39 1) Upload submittal to designated project directory and notify appropriate 40 City representatives via email of submittal posting. 41 2) Hard Copies 42 a) 3 copies for all submittals 43 d. Samples 44 1) Distributed to the Project Representative 45 2. Hard Copy Distribution (if required in lieu of electronic distribution) 46 a. Shop Drawings 47 1) Distributed to the City 48 2) Copies CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 CITY PROJECT NO. 104940-2 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 41 42 43 44 45 46 47 013300-5 SUBMITTALS Page 5 of 8 a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 CITY PROJECT NO. 104940-2 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 41 42 43 44 45 46 47 013300-6 SUBMITTALS Page 6 of 8 a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 CITY PROJECT NO. 104940-2 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 CITY PROJECT NO. 104940-2 013300-8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 CITY PROJECT NO. 104940-2 0135 13- 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Use of Explosives, Drop Weight, Etc. 11 e. Water Department Notification 12 £ Public Notification Prior to Beginning Construction 13 g. Coordination with United States Army Corps of Engineers 14 h. Coordination within Railroad permits areas 15 i. Dust Control 16 j. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 — General Requirements 22 3. Section 33 12 25 — Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Coordination within Railroad permit areas 26 a. Measurement 27 1) Measurement for this Item will be by lump sum. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the lump sum price bid for Railroad Coordination. 31 c. The price bid shall include: 32 1) Mobilization 33 2) Inspection 34 3) Safety training 35 4) Additional Insurance 36 5) Insurance Certificates 37 6) Other requirements associated with general coordination with Railroad, 38 including additional employees required to protect the right-of-way and 39 property of the Railroad from damage arising out of and/or from the 40 construction of the Project. 41 2. Railroad Flagmen 42 a. Measurement CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 11, 2022 CITY PROJECT NO. 104940-2 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 19 High Voltage Overhead Lines. 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination with the Texas Department of Transportation 22 1. When work in the right-of-way which is under the jurisdiction of the Texas 23 Department of Transportation (TxDOT): 24 a. Notify the Texas Department of Transportation prior to commencing any work 25 therein in accordance with the provisions of the permit 26 b. All work performed in the TxDOT right-of-way shall be performed in 27 compliance with and subject to approval from the Texas Department of 28 Transportation 29 B. Work near High Voltage Lines 30 1. Regulatory Requirements 31 a. All Work near High Voltage Lines (more than 600 volts measured between 32 conductors or between a conductor and the ground) shall be in accordance with 33 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 34 2. Warning sign 35 a. Provide sign of sufficient size meeting all OSHA requirements. 36 3. Equipment operating within 10 feet of high voltage lines will require the following 37 safety features 38 a. Insulating cage -type of guard about the boom or arm 39 b. Insulator links on the lift hook connections for back hoes or dippers 40 c. Equipment must meet the safety requirements as set forth by OSHA and the 41 safety requirements of the owner of the high voltage lines 42 4. Work within 6 feet of high voltage electric lines 43 a. Notification shall be given to: 44 1) The power company (example: ONCOR) CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 11, 2022 CITY PROJECT NO. 104940-2 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 41 42 43 44 45 46 47 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to beginning any construction activity on each block in the project area. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 11, 2022 CITY PROJECT NO. 104940-2 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 41 42 43 44 45 46 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) City of Fort Worth Door Hangers will be provided to the Contractor for distribution with their notice. 4) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 5) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer and door hangers are delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. H. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. 1. Coordination within Railroad Permit Areas CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 11, 2022 CITY PROJECT NO. 104940-2 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. At locations in the project where construction activities occur in areas where 2 railroad permits are required, meet all requirements set forth in each designated 3 railroad permit. This includes, but is not limited to, provisions for: 4 a. Flagmen 5 b. Inspectors 6 c. Safety training 7 d. Additional insurance 8 e. Insurance certificates 9 f. Other employees required to protect the right-of-way and property of the 10 Railroad Company from damage arising out of and/or from the construction of 11 the project. Proper utility clearance procedures shall be used in accordance 12 with the permit guidelines. 13 2. Obtain any supplemental information needed to comply with the railroad's 14 requirements. 15 3. Railroad Flagmen 16 a. Submit receipts to City for verification of working days that railroad flagmen 17 were present on Site. 18 J. Dust Control 19 1. Use acceptable measures to control dust at the Site. 20 a. If water is used to control dust, capture and properly dispose of waste water. 21 b. If wet saw cutting is performed, capture and properly dispose of slurry. 22 K. Employee Parking 23 1. Provide parking for employees at locations approved by the City. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS [NOT USED] 33 PART 3 - EXECUTION [NOT USED] 34 END OF SECTION 35 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 11, 2022 CITY PROJECT NO. 104940-2 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13 — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/11/2022 M Owen Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 11, 2022 CITY PROJECT NO. 104940-2 0135 13 -7 SPECIAL PROJECT PROCEDURES 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 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: Page 7 of 8 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 11, 2022 CITY PROJECT NO. 104940-2 1 2 3 4 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORT WORTH Date: DOE NO. XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INITERRUPTIONI DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 11, 2022 CITY PROJECT NO. 104940-2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0136 00 PIPE LAYING PROVE -OUT 01 36 00 - 1 Pipe Laying Prove -Out Page 1 of 4 5 A. Section Includes: 6 1. The testing procedures for verification of the viability of the contractor's intended 7 methods to achieve a reliable and repeatable pipe compaction in accordance with 8 the project specifications throughout the pipeline alignment. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION 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 0145 23 —Testing and Inspection Services 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. No 18 separate payment will be allowed for this Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. The prove out should be demonstrated on a minimum of two joints of applicable pipe 22 material and size specified for the project. It shall be placed in the project limits and 23 observed during installation by the City. 24 1. Two separate prove -out tests shall be provided. One test shall be provided for 25 normal depth (6-10') and another test shall be provided for pipe installation at a 26 depth of greater than 30'. 27 B. Testing 28 1. The Contractor shall schedule the demonstration with the the City at least 14-days 29 in advance. 30 2. Perform demonstration in the presence of the City and testing company 31 representative. The Manufacturer's representation must be on site during the first 32 part of the Trench Test Procedure (3.4.A) review holiday testing, patching coatings, 33 and covalent sleeve installation. Failure for one of these individuals to participate 34 may result in the need to reschedule the prove -out or to re -demonstrate the 35 installation. 36 3. The City will notify the Contractor of acceptance/rejection of the embedment and 37 the potential need for a new trench test. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 013600-2 Pipe Laying Prove -Out Page 2 of 4 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 1. All submittals for pipe and backfill/embedment material shall be complete and 4 accepted in accordance with Section 0133 00 prior to performing the prove -out. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS 7 A. Test and Evaluation Reports 8 1. All test reports generated during testing (pass and fail) 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Certifications 12 1. Prove -out Testing 13 a. Contractor is responsible for coordinating and payment of all Quality Control 14 testing required to be performed by the City, in accordance with the contract 15 documents. 16 b. Perform density tests in the embedment material as approved by the City. 17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [[NOT USED] 23 3.2 EXAMINAITON [NOT USED] 24 3.3 PREPERATION [NOT USED] 25 3.4 INSTALLATION 26 A. Trench Test Requirements 27 1. The demonstration shall be performed prior to any open -cut pipe installation. 28 2. The density at the spring line may have to be higher than the minimum specified 29 density to achieve the minimum specified density in the haunch area. 30 3. The density at the spring line required to achieve the minimum specified density in 31 the haunch area shall be the target density at the spring line but shall be no less than 32 the minimum specified density. 33 4. Additional test sections shall be performed for all different embedment materials, or 34 if the Contractor proposes to change methods of placement and compaction. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 013600-3 Pipe Laying Prove -Out Page 3 of 4 1 5. The means, methods, and techniques of placement and compaction shall be the sole 2 responsibility of the Contractor, and the trench test will be considered only as a 3 means to verify the Contractor's methods are capable of achieving the specified 4 compaction throughout the embedment zone. 5 6. The actual quality of the embedment and backfill, as compacted, shall be the 6 responsibility of the Contractor and the satisfactory results from the trench test(s) 7 and field density tests shall not be considered as a guarantee of the quality to the 8 Contractor's embedment and backfill operations. 9 7. Changes in the embedment material after completion of the Prove -Out 10 Demonstration shall require a new Prove -Out Demonstration, unless specifically 11 waived by the City. Such changes after the Prove -Out Demonstration will require, 12 written approval from the City. 13 B. Trench Test Procedure 14 1. This process will establish a relationship between the density achieved at the spring 15 line and density achieved at the haunch area by the Contractor's proposed 16 placement and compaction method. The Contractor shall demonstrate the pipe 17 embedment placement and compaction approach in the following manner. 18 a. Employ all safety procedures that apply to the permanent work. 19 b. Utilize the same equipment and crews that will be used to perform permanent 20 work, to the extent practical 21 c. Excavate the trench to the width and minimum depth shown on the drawings. 22 d. Install and embed one complete section of pipe, extending compacted fill up to 23 the spring line of the pipe using the materials and density requirements 24 specified. Lifting straps shall be left in place. 25 e. Use bulkheads as needed to allow the specified compaction to extend to within 26 two feet of each end of the pipe section. 27 £ Testing lab shall perform density tests in the embedment material near the 28 spring line of the pipe at two locations to be designated by the City. 29 g. Carefully remove the pipe from the trench, preserving the embedment to the 30 extent possible 31 h. Check deflection within the pipe after the backfill is complete to ensure it is 32 within the manufacturer's acceptable range. (Pipe will sometimes float due to 33 over compaction of the sides) Upon request of the City, contractor may be 34 asked to recheck deflection on the prove -out pipe at 30-days to confirm the 35 original findings. 36 i. Testing lab shall perform a second set of in -place density tests on the 37 compacted embedment to verify the Contractor's method has achieved the 38 specified density and uniformity of embedment. Failure of the compacted 39 embedment to hold the shape or achieve the specified density will be a failure 40 of the pipe embedment demonstration. 41 j. In the event of a failure, Contractor shall clean the trench to subgrade, adjust 42 methods and retest, as needed, to demonstrate acceptable results. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 013600-4 Pipe Laying Prove -Out Page 4 of 4 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 [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENACE [NOT USED] 10 3.14 ATTACHEMENTS [NOT USED] 11 END OF SECTION CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 01 45 23 - 1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to the City's document management system, or another external 38 FTP site approved by the City. 39 2) Upload test reports to designated project directory and notify appropriate 40 City representatives via email of submittal posting. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 9, 2020 CITY PROJECT NO. 104940-2 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 3) Hard Copies 2 a) 1 copy for all submittals submitted to the Project Representative 3 b. Hard Copy Distribution (if required in lieu of electronic distribution) 4 1) Tests performed by City 5 a) Distribute 1 hard copy to the Contractor 6 2) Tests performed by the Contractor 7 a) Distribute 3 hard copies to City's Project Representative 8 4. Provide City's Project Representative with trip tickets for each delivered load of 9 Concrete or Lime material including the following information: 10 a. Name of pit 11 b. Date of delivery 12 c. M terial delivered 13 B. Inspection 14 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 15 perform work in accordance with the Contract Documents. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT USED] 20 1.9 QUALITY ASSURANCE [NOT USEDI 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS [NOT USED] 25 PART 3 - EXECUTION [NOT USED] 26 END OF SECTION 27 28 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 9, 2020 CITY PROJECT NO. 104940-2 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 8 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 22, 2021 CITY PROJECT NO. 104940-2 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) A traffic control "Typical" published by City of Fort Worth, the Texas 2 Manual unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing a 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) Contractor's responsibility to coordinate review of Traffic Control plans for 12 Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 22, 2021 CITY PROJECT NO. 104940-2 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 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.4.A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4.A.l.c Added language to allow for use of published traffic control "Typicals" if 3/22/21021 M. Owen applicable to specific project/site. 1.4.F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 22, 2021 CITY PROJECT NO. 104940-2 0157 13- 1 STORM WATER POLLUTION PREVENTION Paget of 3 1 SECTION 01 5713 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 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 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 015713-2 STORM WATER POLLUTION PREVENTION 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 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 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TYR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 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. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. SWPPP 1. Submit in accordance with Section 0133 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 48 B. Modified SWPPP CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 2 in accordance with Section 0133 00. 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 [NOT USED] 11 PART 3 - EXECUTION [NOT USED] 12 13 14 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 015813-1 TEMPORARY PROJECT SIGNAGE Paget of 3 1 SECTION 01 5813 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] F @ 7\ 45-14 &y 9103 lairs] 0 27 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 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 [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is available through the City's website at: 16 httDs://aDD-us3.e-builder.net/Dublic/PublicFolderView.asDx?FolderID= f 6da45875- 17 1aeI-4e76-a2fc-45aca0d6e95f}and following the directory path: 18 1. 02-Construction Documents/Standard Products List 19 B. Only products specifically included on City's Standard Product List in these Contract 20 Documents shall be allowed for use on the Project. 21 1. Any subsequently approved products will only be allowed for use upon specific 22 approval by the City. 23 C. Any specific product requirements in the Contract Documents supersede similar 24 products included on the City's Standard Product List. 25 1. The City reserves the right to not allow products to be used for certain projects even 26 though the product is listed on the City's Standard Product List. 27 D. Although a specific product is included on City's Standard Product List, not all 28 products from that manufacturer are approved for use, including but not limited to, that 29 manufacturer's standard product. 30 E. See Section 0133 00 for submittal requirements of Product Data included on City's 31 Standard Product List. 32 1.5 SUBMITTALS [NOT USED] 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 9, 2020 CITY PROJECT NO. 104940-2 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 [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 0 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City website. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 9, 2020 CITY PROJECT NO. 104940-2 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 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 [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. 34 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 35 containers designed and constructed to protect the contents from physical or 36 environmental damage. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 5. Clearly and fully mark and identify as to manufacturer, item and installation 2 location. 3 6. Provide manufacturer's instructions for storage and handling. 4 B. Handling Requirements 5 1. Handle products or equipment in accordance with these Contract Documents and 6 manufacturer's recommendations and instructions. 7 C. Storage Requirements 8 1. Store materials in accordance with manufacturer's recommendations and 9 requirements of these Specifications. 10 2. Make necessary provisions for safe storage of materials and equipment. 11 a. Place loose soil materials and materials to be incorporated into Work to prevent 12 damage to any part of Work or existing facilities and to maintain free access at 13 all times to all parts of Work and to utility service company installations in 14 vicinity of Work. 15 3. Keep materials and equipment neatly and compactly stored in locations that will 16 cause minimum inconvenience to other contractors, public travel, adjoining owners, 17 tenants and occupants. 18 a. Arrange storage to provide easy access for inspection. 19 4. Restrict storage to areas available on construction site for storage of material and 20 equipment as shown on Drawings, or approved by City's Project Representative. 21 5. Provide off -site storage and protection when on -site storage is not adequate. 22 a. Provide addresses of and access to off -site storage locations for inspection by 23 City's Project Representative. 24 6. Do not use lawns, grass plots or other private property for storage purposes without 25 written permission of owner or other person in possession or control of premises. 26 7. Store in manufacturers' unopened containers. 27 8. Neatly, safely and compactly stack materials delivered and stored along line of 28 Work to avoid inconvenience and damage to property owners and general public 29 and maintain at least 3 feet from fire hydrant. 30 9. Keep public and private driveways and street crossings open. 31 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 32 satisfaction of City's Project Representative. 33 a. Total length which materials may be distributed along route of construction at 34 one time is 1,000 linear feet, unless otherwise approved in writing by City's 35 Project Representative. CITY OF FORT WORTH NORTHSIDE III —PHASE II — 54-INCH W ER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH NORTHSIDE III —PHASE II — 54-INCH W ER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 Page 1 of 4 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised November 22, 2016 CITY PROJECT NO. 104940-2 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price per each "Specified Remobilization" in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization (as described in Section 1.1.A.2.a.1) 44 2) Remobilization (as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. 47 3. Remobilization for suspension of Work as required by City CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised November 22, 2016 CITY PROJECT NO. 104940-2 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 a. Measurement and Payment 2 1) This shall be submitted as a Contract Claim in accordance with Article 10 3 of Section 00 72 00. 4 2) No payments will be made for standby, idle time, or lost profits associated 5 with this Item. 6 4. Mobilizations and Demobilizations for Miscellaneous Projects 7 a. Measurement 8 1) Measurement for this Item shall be for each Mobilization and 9 Demobilization required by the Contract Documents 10 b. Payment 11 1) The Work performed and materials furnished in accordance with this Item 12 and measured as provided under "Measurement' will be paid for at the unit 13 price per each "Work Order Mobilization" in accordance with Contract 14 Documents. Demobilization shall be considered subsidiary to mobilization 15 and shall not be paid for separately. 16 c. The price shall include: 17 1) Mobilization as described in Section 1.1.A.3.a.1) 18 2) Demobilization as described in Section 1.1.A.3.a.2) 19 d. No payments will be made for standby, idle time, or lost profits associated this 20 Item. 21 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 22 a. Measurement 23 1) Measurement for this Item shall be for each Mobilization and 24 Demobilization required by the Contract Documents 25 b. Payment 26 1) The Work performed and materials furnished in accordance with this Item 27 and measured as provided under "Measurement' will be paid for at the unit 28 price per each "Work Order Emergency Mobilization" in accordance with 29 Contract Documents. Demobilization shall be considered subsidiary to 30 mobilization and shall not be paid for separately. 31 c. The price shall include 32 1) Mobilization as described in Section 1.1.A.4.a) 33 2) Demobilization as described in Section 1.1.A.3.a.2) 34 d. No payments will be made for standby, idle time, or lost profits associated this 35 Item. 36 1.3 REFERENCES [NOT USED] 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS [NOT USED] 39 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 40 1.7 CLOSEOUT SUBMITTALS [NOT USED] 41 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 42 1.9 QUALITY ASSURANCE [NOT USED] 43 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 44 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised November 22, 2016 CITY PROJECT NO. 104940-2 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised November 22, 2016 CITY PROJECT NO. 104940-2 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 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 A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised February 14, 2018 CITY PROJECT NO. 104940-2 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2) Payment for "Construction Staking" shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include, but not be limited to the following:: 5 1) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as -built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES 11 A. Definitions 12 1. Construction Survev - The survey measurements made prior to or while 13 construction is in progress to control elevation, horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As -built Survev —The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction Staking — The placement of stakes and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staking easements and/or right of way if indicated on the plans. 22 4. Survev "Field Checks" — Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw 27 website) — 0171 23.16.01— Attachment A —Survey Staking Standards 28 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 31 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor's selection of a surveyor must comply with Texas Government 36 Code 2254 (qualifications based selection) for this project. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 01 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised February 14, 2018 CITY PROJECT NO. 104940-2 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Documentation verifying accuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B. As -built Redline Drawing Submittal 7 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 10 — Survey Staking Standards) . 11 2. Contractor shall submit the proposed as -built and completed redline drawing 12 submittal one (1) week prior to scheduling the project final inspection for City 13 review and comment. Revisions, if necessary, shall be made to the as -built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re -stake for any reason, the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City, a 29 sufficient number of stakes or markings have been lost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re -stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut, the Contractor shall perform 41 construction survey and verify control data including, but not limited to, the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised February 14, 2018 CITY PROJECT NO. 104940-2 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access for the City, if requested, to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it, as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) If the installation does not meet the specified tolerances (as outlined in 15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 C. As -Built Survey 18 1. Required As -Built Survey will be performed by the Contractor. 19 2. Coordination 20 a. Contractor is to coordinate with City to confirm which features require as- 21 built surveying. 22 b. It is the Contractor's responsibility to coordinate the as -built survey and 23 required measurements for items that are to be buried such that construction 24 activities are not delayed or negatively impacted. 25 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 26 to physically measure depth and mark the location during the progress of 27 construction and take as -built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 30 a. The Contractor shall provide as -built survey including the elevation and 31 location (and provide written documentation to the City) of construction 32 features during the progress of the construction including the following: 33 1) W ter Lines 34 a) Top of pipe elevations and coordinates for waterlines at the following 35 locations: 36 (1) Minimum every 250 linear feet, including 37 (2) Horizontal and vertical points of inflection, curvature, 38 etc. 39 (3) Fire line tee 40 (4) Plugs, stub -outs, dead-end lines 41 (5) Casing pipe (each end) and all buried fittings 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines (non -gravity facilities) at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection, curvature, 47 etc. 48 3) Stormwater — Not Applicable CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH W ER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised February 14, 2018 CITY PROJECT NO. 104940-2 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 b. The Contractor shall provide as -built survey including the elevation and 2 location (and provide written documentation to the City) of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) W ter Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults (All sizes) 10 d) Fire hydrants 11 e) Valves (gate, butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater — Not Applicable 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 PART 2 - PRODUCTS 29 A. A construction survey will produce, but will not be limited to: 30 1. Recovery of relevant control points, points of curvature and points of intersection. 31 2. Establish temporary horizontal and vertical control elevations (benchmarks) 32 sufficiently permanent and located in a manner to be used throughout construction. 33 3. The location of planned facilities, easements and improvements. 34 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 35 areas, utilities, streets, highways, tunnels, and other construction. 36 b. A record of revisions or corrections noted in an orderly manner for reference. 37 c. A drawing, when required by the client, indicating the horizontal and vertical 38 location of facilities, easements and improvements, as built. 39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 40 construction staking projects. These cut sheets shall be on the standard city template 41 which can be obtained from the Survey Superintendent (817-392-7925). 42 5. Digital survey files in the following formats shall be acceptable: 43 a. AutoCAD (.dwg) 44 b. ESRI Shapefile (.shp) CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH W ER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised February 14, 2018 CITY PROJECT NO. 104940-2 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are 11 based on generalities and, under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 17 1.0 ft. tolerance. 18 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive line, these facilities should be staked with an accuracy producing no 23 more than 0.05ft. tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 easements. Within assigned areas, these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.1.A. 39 2. Vertical locations shall be established from a pre -established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH W ER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised February 14, 2018 CITY PROJECT NO. 104940-2 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR / RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City, the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey "Field Check" of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 22 23 24 25 26 27 28 29 30 31 32 33 34 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 IRevision Log CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised February 14, 2018 CITY PROJECT NO. 104940-2 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised February 14, 2018 CITY PROJECT NO. 104940-2 FORT WORTH, Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 K:\FTW_Utilities\061018460-Northside III Transmission Main\SPEC\Phase2_BoatClub-Bonds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (httD://onlinemanuals.txdot.Rov/txdotmanuals/ess/ess.Ddf) 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\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b-Bonds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 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 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 PROPOSED EXCAVATION ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL TELEPHONE/FIBER OPTIC SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER Standard Staking Supplies Color WHITE ff!!�� YELLOW ORANGE FffW Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long K:\FTW_Utilities\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b- Bon ds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: httr)://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 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. 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\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b-Bonds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_ Conformal_ Conic Fa I se_E a sti 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 proiect 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\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b-Bonds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes K:\FTW_Utilities\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b-Bonds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 d w m � Q � F— w w ❑� � < > � � w 1 015 EL.— 100, 00' o w ~ z w � � m V < = U rn O w o = w O w 4 LL- w cc J m d y 2: <_ m w LLJ � D CP #1 N=5000.00 E=5000.00 __-- V. Water Staking Standards K:\FTW_Utilities\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b- Bon ds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking — Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb IL Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes K:\FTW_Utilities\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b-Bonds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 7 0 m 0 00 Go m rn N � w z O rn - o N v(D v — B fD :3 va I D v, rD cn O t.0 C Z5 G O N N �r % v N QO (7 v � W Q v N Q I co Q v R n x E s CA N m m V1 CU 3 7q NO FLAGGING REQUIRED IN LIEU OF BLUE PAINTED LATH FRONT (SIDE FACING BACK 0 OFFSET DISTANCE (SIDE FACING R.O.W.) POINT # ICI CENTERLINE OF L% WATER LINE r 1 HLIR ELEVATION o � o i STAT ONING t 4 4 �Z/fP IDENTIFIES TOP OF PIPE _ I IDENTIFIES CUT — ~— OR FILL + HUB PAINTED BLUE, FLUSH 'MTH r GRCIUND, WITH TACK OR BLACK DOT HUB PI TEDNALBLUE WITH BLUE WHISKERS OR 60D NAIL WTH BLUE '{WHISKER FRONT FRONT (SIDE FACING] (SIDE FACING } o BACK rF' 0 (SIDE FAUNG R.O.W.} J r) P L CONTINUE STAKING IDENTIFY ANY rlv EVERY 200' TEES, METERS + �r FF,nGATE VALVES, — CROSSES, ETC. — Ln T/P + I � m� Tf P 5-7 W � � �5� ti 1P A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans K:\FTW_Utilities\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b-Bonds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 7 FRONT (SIDE FACING) I OFFSET STAKE FO h N FOR ALIGNMENT rr: FOR SSMH'S rD FRONT re FRONT CD (SIDE FACING ) ASIDE FACING) -- NO FLAGGING REQUIRE❑ MH IN LIEU aF GREEN PAINTED LATH — FC OFFSET STAKE p� 2nd 4FFSET STAKE {{� L J FOR ALIGNOFFSET ENT STAKE N O FOR ALIGNMENT FOR SSMH'S w z FOR SSMH'S O 0 + cn ,CDQ re FRONT co NO 2ND OFFSET STAKE FJL D fD (SIDE FACING) FOR CENTERLINE S MH _ = NEEDED � _ 3 MH let ALIGNMENT STAKE FRONT I u � v �' f FOR PLJGNFAENT ON I � � ro v� n S!3MH'S i � {SIDE FACING ) FJL j I1E STATIONING AS 1 NE B U�q D �, FIRST pFFSET STAKE re rD I� p o SANITARY SEWER LINE rj o ui FS FIL n G N Hi IDENTIFIES MANHOLE RIM N r�-r � n rn ? IS G {5 4 m !Ei FA p�q l"I STATIONING �_ NE -a-h F EL ¢ n � p A N IL IDENTIFIES FLONLINE OF 2 , N NORTH PIPE GRADE to \ RIBA Q IW REC4NSE STATIONING ty O RIM I IDENTIFIES CUT - BETWEEN SSMH'S WAS kJ O_ v N LESS THAN 4DO'. SPLIT \\ rt n OR FILL t FOR NORTH PIPE F 6 OR n I 7 THE DIFFERENCE AND SET X � 1 STAKE IN THE MIDDLE O IdEN' M FLOVfUNE OF - co_ 1 S SOUTH PIPE GRADE 9L O IDENTIFIES CUT - �04; V" CL OR FILL + FCR SOUTH PIPE Vk Fy o AgIM IDENTIFIES RIM GRADE o HUB PAINTEDGREEN FLUSH NTH" IDENTIFIES CUT - �o GROUND. NTH TACK OR BLACK DOT -f OR FILL 4 TO TO O OF MANHOLE Z- (OPTIONAL) HUB PAINTER GREEN WITH EILUE NHISKERS OR 80D NAIL WITH BWE 4HHISKER5 m x fD N ar' 3 rh N fD fD r+ a) X, M (A VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing 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 I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans K:\FTW_Utilities\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b-Bonds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 BACK C30E FAahr- R.ELW.) POINT # i HLe ELEaan[n Example Storm Inlet Stakes FRONT (SIDE FACING NO FLAGGING REQUIRED IN LIEU OF PINK PAINTED LATH IDENTIFIES M-1101-1 END OF THE WING BEING STAKED INLET STATION [IF NOTED ON PLANS] IDENTIFIES GRADE TO TOP OF CURB IDENTIFIES GRADE TO FLOMJNE DISTANCES FOR INLETS STANDARD 10' — 16' RECESSED W — 20' STANDARD DUJBLE 10' - 2&67 BACK {SUE FAI3NG R.QW_) PRINT 0 Q HUB ELEVATUN c FRONT (SIDE FACING M IIDE NTI FIES 1lHICH END OF THE YdNG BEING STAKED RECESSED DdJBLE 10= -30_67 HUB %MM TACK T*- — — — — — — — I 9ACK OF INLET I BACK OF CURB BACK OF CURB 1 �. FLOYLINE FACE OF INLET FACE OF INLET FLDMJNE EDGE OF PAVEMENT EDGE OF PAVEMENT II EDGE OF PAVEMENT EDGE OF PAVEMENT K:\FTW_Utilities\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b- Bon ds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 VIII. Curb and Gutter Staking A. Centerline Staking — Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted K:\FTW_Utilities\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b-Bonds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING CL) FRONT (SIDE FACING CL) DENTIFIES START POW OF CURVATURE 4 BACK IDENTIFIES OFFSET I3 T4 (SIDE FACING R.4. Yi.) BACK OF CURB DR FIC FOR FACE OF CURB POINT HUB ELEVA11ON BACK p� I � + P. IDENTIFIES GRADE IS TIC TD TQP OF GURH P FRONT ASIDE FACING} A P 0 2 BfC NO GRXi E ON RhPlu-L 5 POINTS FRONT IDENTIFIES END (SIDE FACING POINT OF T GENT d ec m PT T 4 [] III I Q III I III I I I II II NO FLAGGING REQUIRED f I i IN LIEU OF PINK PAINTED LATH r I TOP OF CURB OF CURB FACE OF CURB I FLOKI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection K:\FTW_Utilities\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b- Bon ds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 7 c r O N O 00 F0 O1 fv O w z O O zT I >? D rD 1v — fD � 7 0) D ^ rD (n O F C Z5 G O fD � N v (//N m 0o n >v zT 7 0) EL w fV Q I 07 O_ v r R 17 x E as 10' ❑/S STAKE 1D' ❑/S STAKE W/GRADE AT W/GRADE AT EVEN STATION ELEN STATION 1 W MAX. DISTANCE 50' MAX. DISTANCE 50' MAX. DISTANCE 5V MAX. DISTANCE 50' MAX. DISTANCE � 50' MAX. DISTANOE <> 0 I I I I I I I BACK OF CURB BACK OF CURB IF ARC LENGTH 15 I _ T GREATER THAN 100', I A PCC OFFSET STAKE C] 50' MAX. DISTANCE O SHOULD BE SET 10' O/S f'1"1 fl"1 STAKE / 10' O/S W/GRADE AT PC STARE /GRDT 4STATION 1 f STAKE l W/GRADE f AT PT Qe --- 3G' RADIUS w POINT W/NO GRADE a E d c3 � 10' O/S a d u ¢ STAKE W/GRACE AT EVEN STATION I BACK OF CURB I I Q Q S9' MAX. DISTANCE r r 10. O/S I I STAKE E \ W/GRADE AT PT 10' 0%S d' STAKE \ /7} W/GRADE AT EVEN STATION 10. O/S STAKE W/GRADE 1C AT C \ ` S 30' RADIUS w POINT � F IN/NO GRADE � m 0 72 V did m o 'O 16' O/S STAKE q' W/GRADE AT EVEN STATION TYP FRONT (SIDE FACING TL) 4 4 B f IDENTIFIES OFFSET 15 TO cu CK a OF P N a T/C IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL -LT/+RT GRADE ELEV. K:\FTW_Utilities\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b-Bonds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters K:\FTW_Utilities\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b-Bonds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. K:\FTW_Utilities\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b-Bonds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 INSTALL 450 1F I�A/t WATER S Lv� CLAYTON RAW LINE A_____ 5Ef SHEtT ,9 �A' � 0 � i i4i PROPOSED ZWATER LINE rii efxcxnwRs: � � a'IY M.CP Na. P . 2018-1]6 .n urwvnrci rns rcn `�`T 8 RIAYSC� PACE NO.O. 74NdN.S, — _ — R4Ab "wu 8M a..J11R � s waFar xx�UPPARTMHNi' - XWL IW.CI.4"M AM STA 0-VM - OWL MWID DR) ' 0.0,00 - lZW (FMID M AELWE 4 SALVAGE EXIST. ppw J2'WATER ' WITE V"E & REDLCm 5r. . CaNNECT TO EXJST.SWATFJ7 r N•89.Or1(L6TsT! BLK S Ldt @ JRa N'dA�+1b[rrrWaM xlehnw' 1MWwIi 1W xd.• LP�6dl6r RE"E EUST. ✓ZWATO? ap,114 -xW *&WMM= &ZE &: - STA CC= - 12 WL (F"D NU JNSTAlb F L? AU SYID SI FEVE 57 LF aF 105MEN PPE C(WNECT TO .EVS'F. lZ WAMR N-694ll45-9919 E 22S£i09dric !N. . STA DIKM - 9'WL �U ' F1PX QANWM TEE' �G FBBVE VALVE ' F FIRE !ir RLF BJNpRAYT LEM F lZ GAPE VMVE M1'iSiPa.3O�2� f23NB I LOT ! . 5WCka—+a M.F.tswf Far.• !b'AAdbry -. •'••wM STA Ga5[L58 - IPIY lNSIAlG F I2 •k 01T J3EYD N�9AD5�%5,7 > =a�assaa3ra PROPOSED SANffAW Si SEE SHEET P. K:\FTW_Utilities\061018460-Northside III Transmission Main\SPEC\Phase2_BoatClub-Bonds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 wr-eo .mean GONSIRLII W I W It PVC SAWTARr SEWER MAIN / � ` —V � _ EaFwmvE , WATEfl YbX E`vE: -WET -fi._ .ii LL) C -AYTONHAwb Q� ,� � �na,�arx. Eea ro seE '�mxxtiriwf� — _ e.0 — Q @EXGHYARWSI .A..M•I 2fM © ava�£A -$� / �� 3 ^ ®��-,'( fe-, J EATECIl0.Y �f fItYO M e 45'rW w.- n OIL7 L-3777 & L-3f54 CPCY MAP M.�M2018�376 nxer uxuiv�e, PROPOSED 8' SAN. SEWER UNE A M-0 PAM NnidN_ s- T w. x ,m x ..� b�wAas—'ice OEM w y V IA. DEPARTMENT wn>Fx s ewHsrwxr sewm nr•.ww � - mem adwa'braa.- q mu - � w., tu.+w.usi, a.a sy z r N 1m. W. Stz.om oa - xowAta nx.� = m tAt� Eelesxi--�,__a�aA , $LK 29 I LOr 2 LOT 3 : Q A05 ❑qfm Re w,FrJ wenn � - Uj 31(g Ggtq, IW x,FaYWwilt - w:m3 a !SANITARY SEWER. SERVAL W/ CLEAWUF % .awn w w �LAYTON RD. JZ WATER = o- w cn USE A L 3654 O r�,, WM L'�vaVJ J LLJ REMCVE EXIST rr i irSAN. SEWER �P Qyyvi r �SNr r i i bhni STAWJO - 4F59 VNE A • LOT 2 vv / EXIST. S7A.0-ML- 111- rm� r-eNon wn r.Fe+wsrn EXIST. SMMO.L-3654 va usis rn3os f JlE"E'EXLST_SSMN MRSTALCT 5 LF OF MSS LWE ° 5• CW5T.fA'A5SMN ) WEE car-aaum a Mi! INSERT ! D Y + 1T .0 W. COPoWPSIGW PROTECTION I CGWNECT PROP. ✓FSS (W) VMNECT PROP.&SS MEMW) 'r0 PRp? SSMN. N-694E0I55252 E229665-9231 CJTY 141M NO.2018-380, 2018-3' MAPSCO PAGE NO.74N, S, `I', W1 . i k 71 —I�I1—_ I� �` —Tf _ _ I —a - - n-/" i K:\FTW—Utilitl 2-00 s �� h\Div 01\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 23 of 24 Obviously the .csv or Axt 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 ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM ZG (` 2 6946260.893 2296062.141 725.668 GV RIM 3 6946307.399 2296038.306 726.95 GV RIM / 4 6946220.582 2296011,025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM f �` 6 6946190,528 2296022.721 722.325 FH I `� 7 6946136.012 2295992.115 719,448 WM RIM 8 6946002.267 2295919,133 713.331 WM RIM TX�JCk-f--W -L 9 6946003.056 2295933.418 713.652 CO RIM 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945996.473 2295869.892 710.046 WM RIM 12 6945895.077 2295360.962 707.72 WM RIM � pp 13 6945896.591 2295862.188 708.205 WM RIM 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936,727 2295830.441 710.084 CO RIM C CG ( -b 6 � 5 16 6945835.678 2295799.707 707.774 SSMH RIM ! 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758,643 711.218 SSMH RIM p �f �U 19 6945768.563 2295778,424 710,086 GV RIM `�} 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM C) 23 6945621.902 2295669.471 723.76 WM RIM r 24 6945643.407 2295736.03 719,737 CO RIM PrLl �jWPr7��� 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.498 2295667.803 729.123 WM RIM 27 6945519.834 2295619.49 732.689 WM RIM 28 6945417.879 2295580.27 740.521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM 31 6945370.688 2295606.793 740.976 GV RIM 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIMP �- 38 6945142.015 2295557.666 750.853 WM RIM p S { rnV C 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM i E 41 6945041.024 2295552.675 751.79 WM RIM 42 6945038.878 2295552.147 751.88 WM RIM 7�Y 43 6945006.397 2295518.135 752.615 WM RIM 44 6944944.782 2295520.635 752.801 WM RIMS 45 6944943.432 2295556.479 752.156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM C - K:\FTW_Utilities\061018460-Northside III Transmission Main\SPEC\Phase2_BoatClub-Bonds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 25 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. K:\FTW_Utilities\061018460-Northside III Transmission Mai n\SPEC\Phase2_BoatClu b-Bonds\90%\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 26 Home I Insert Page Layout Cut Cahbri Copy - Paste Format Painter B I 0 - Clipboard r„ Font N31 G A e 1 2 3 IQ 5 I6 7 Ie 9 I10 11 I12 13 I74 15 I16 17 Formulas Data Review View Acrobat _ m 11 - A Al =�,-_ VT- j++Wrap Text General - Normal Bad Good Neutral Calculation � (h • A • - - ,- [- Merge & Center • $ % + .00 Condrt€onal Fsa ma[ � Ex'o'c.:ctoly ... Followed Hy... Hypedink Input _ ®eR Delete Formatting• asTable- *Alignment r„ Number + y Styles Cells C D E F G H I 1 K L III N Pr0iect Name and Number- [Street Name} Valve Box Water Main i Bends Meter Boxes GP51Gritll Cooridna sioTec s, 3taA1 GPS(Gridj Cooridnates,Texas Fire Hydrants Hytlrant Valve GP51Gritll toaridna sio`rexas j Nut Elevation Bta.B GP51Gritll Cooridnates,Texas Nut Elevation TIP-250' intervales Sta. p IGPS(Grid) cooridnates,Texas ElevationlZl 3ta.p NC 4202 NC 4202 NC 4202 NC 4202 NC 4202 N(Y1-6934729.5510' N(Y(-5934784.3970' N(Y(-6934790.8950' N(Y(-5934791.ONO' 0+2005 778.133 0+25.DO 0+51.22 0+3142 718.555 E(%)=2320950.1460' ElX(=2320924.5750' E(%(=2520959.7550' E(%1=2320951.9640' N(Y(=6935913.4620' N(Y1=5934849.4310' N(Y(=6935979.3410' N(Yl-,5%5979.580' 11+5369 716"M 6t90.05 12+1971 12+1958 714431 E(%(=2320942.4830' E(%1=2320922.6840' E(%(=2520949.6250' E(%1=5935979.580' N(Y(=693595263M1' N(Y1-934849 8250' I N(Y(=69SM595080 N(Y1=5935849 9940' I 11a9287 717.489 9+9c 15 20+99.76 20+90.25 M4241' E(X(=25209665290' E(%1=2320960.1410' i I E(%)=2320950.4650' E(%1=2320960.4250' I N(Y1=6935952.1510 N(Y1=5934854.8750' N(Y(=6937492 MR N(Y1=5937491 8650' 11a92.93 715.094 Or9520 27+32.65 27+32.33 6%33 EI%1=2320897.82W E(%1=2320959.91 0' EI%1=2320938.8970' E(%1=2320931.5950' NIY1=6935974.7400' N(Y)=59934855.4530' 12+75.17 715.001 01,1107 EI%1=2320942.3170' E(%)=2320922.5780' NIY1=69EM112340' N(Y)=59934959.5300' 20-51.69 704.L15 1+99,8fi EI%1=2320935.9070' E(%)=2320959.0260' NIY1=6937494.5290' N(Y)= 5934952.1570' . EI%1=2320930.5430' E(%)=2320921.8150' 017423-1 CLEANING Page 1 of 4 1 SECTION 0174 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 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 01 74 23 - 2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 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 41 42 01 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 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 0 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 017719-1 CLOSEOUT REQUIREMENTS Paget of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 017719 CLOSEOUT REQUIREMENTS 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WA ER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 22, 2021 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 22, 2021 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 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 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 3/22/2021 M. Owen 3AC Added language to clarify and emphasize requirement to "Clearing ROW" CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WA ER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised March 22, 2021 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 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. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. @�WMIIil:3u 110 K1 M 27 A. Submittals shall be in accordance with Section 0133 00. All submittals shall be 28 approved by the City prior to delivery. FZ ]rlw 101C1] 7Ulf El I 113M.1 lVill 1-3u 110 IM M 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/z inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 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 41 42 43 44 45 46 47 48 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 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 41 42 43 44 45 46 47 48 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 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 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking £ 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. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 —title of section removed 8 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised December 20, 2012 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 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. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 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 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 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 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 0171 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. 48 c. Call attention to each entry by drawing a "cloud" around the area or areas 49 affected. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 330133-1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS Pagel of 3 1 SECTION 33 0133 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 3 OF WATER TRANSMISSION MAINS 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 8 water transmission mains greater than 24-inch where the use of butterfly valves 9 prevents pigging. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION 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 3. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Post -CCTV Inspection 19 1. Measurement 20 a. Measurement for this Item will be by the linear foot of line televised for CCTV 21 Inspection performed following flushing of the water transmission main. 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 linear foot for "Pre -CCTV Inspection". 26 1) Contractor will not be paid for unaccepted video. 27 3. The price bid shall include: 28 a. Mobilization 29 b. Cleaning 30 c. Digital file 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS 33 A. Coordination 34 1. Water Transmission Mains 35 a. Meet with City of Fort Worth Water Department staff to confirm that the 36 appropriate equipment is being used and that it has been properly disinfected 37 prior to installing in a potable water main. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) City Project No. 104940-2 330133-2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS Page 2 of 3 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B. All submittals shall be approved by the Engineer or the City prior to delivery. 4 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS 6 A. Post -CCTV submittals 7 1. 2 copies of CCTV video results on DVD or USB Hard Drive 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 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 [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3.3 PREPARATION A. CCTV Equipment 1. Disinfect equipment with a diluted bleach solution prior to inserting into water transmission main. 2. Use equipment specifically designed and constructed for such inspection. 3. Use equipment designed to operate in 100 percent humidity conditions. 4. Use equipment with a pan (f270 degrees), tilt, and rotates (360 degrees). 5. Use camera with an accurate footage counter that displays on the monitor the distance of the camera (to the nearest 1/10 foot) from the centerline of the starting manhole. 6. Provide sufficient lighting to illuminate the entire periphery of the pipe. 7. Provide color video. 3.4 INSPECTION (CCTV) A. General 1. Begin inspection immediately after flushing of the water transmission main in accordance with Section 33 04 40. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) City Project No. 104940-2 330133-3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION OF WATER TRANSMISSION MAINS Page 3 of 3 1 2. Move camera through the line in either direction at a moderate rate, stopping when 2 necessary to permit proper documentation of a defect or debris lodged within the 3 pipe. 4 3. Do not move camera at a speed greater than 30 feet per minute. 5 4. Use manual winches, power winches, TV cable, and power rewinds that do not 6 obstruct the camera view, allowing for proper evaluation. 7 5. During investigation stop camera at each defect along the main. 8 a. Record the nature, location and orientation of the defect or lodged debris. 9 6. Pan and tilt the camera to provide additional detail at: 10 a. Joints 11 b. Outlets 12 c. Valves 13 d. Visible pipe defects such as cracked lining, obstructions or debris 14 7. Provide accurate distance measurement. 15 a. The meter device is to be accurate to the nearest 1/10 foot. 16 8. CCTV inspections are to be continuous. 17 a. Do not provide a single segment of main in more than one file. 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. Upon completion of CCTV activities, remove lodged debris and remedy any defects 25 found in the water transmission main prior to hydrostatic testing, disinfection, or 26 bacteriological testing in accordance with Section 33 04 40. 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) City Project No. 104940-2 330410-1 JOINT BONDING AND ELECTRICAL ISOLATION Paget of 8 SECTION 33 0410 JOINT BONDING AND ELECTRICAL ISOLATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Joint bonding requirements for electrical continuity of: a. Concrete cylinder pipe b. Mortar eoated steel pip c. Dielectrically coated steel pipe d. Ductile iron pipe, as required on Drawings 2. Electrical isolation devices for installation at: a. Connections to existing piping b. Laterals c. Cased crossings d. Tunnels e. Seleeted below grade to above ground piping transiti B. Deviations from this City of Fort Worth Standard Specification 1. Undated for Proiect Snecific Requirements C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 24 —Installation of Carrier Pipe in Casing or Tunnel Liner Plate f1►M9;1141W:Vl13A.V4u1Diem I", ZIZ�1�1�111;7Oki A. Measurement and Payment 1. When a pay item for Cathodic Protection exists: a. Measurement 1) This Item is subsidiary to Cathodic Protection construction. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid, and no other compensation will be allowed. 2. When a pay item for Cathodic Protection does not exist: a. Measurement 1) Measurement for this Item is by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the lump sum price bid for "Joint Bonding and Electrical Isolation". 3. The price bid shall include: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330410-2 JOINT BONDING AND ELECTRICAL ISOLATION Page 2 of 8 a. Furnishing and installing Joint Bonding and Electrical Isolation as specified by the Drawings b. Mobilization c. Excavation d. Furnishing, placement, and compaction of backfill e. Field welding £ Connections g. Adjustments h. Testing i. Clean-up j. Start-up/Commissioning 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM). 3. American Water Works Association (AWWA): a. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 4. NACE International (MACE). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. IIr1i W.T4 01to] ►&101.1uIYW1/1Ik,B . s : UT041to]eMW11I1:3ulYWF,IIki A. Product Data 1. Manufacturer's catalog cut sheets shall be submitted for each item. a. Include the manufacturer's name and provide sufficient information to show that the materials meet the requirements of the Contract Documents for: 1) Flange Isolation 2) Bonding Clips for Concrete Cylinder Pipe 3) Petrolatum tape 4) Thermite weldinu materials 5) Bond Wire 6) Weld Caus 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly identify the item proposed. B. Test and Evaluation Reports 1. Record results for the Post -Installation Thermite Weld Inspection and submit to the City for approval prior to backfilling. 2. Record results for bonded joint testing and submit to City for approval prior to backfilling. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330410-3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of 8 3. Record results for the continuity test for casing to carrier pipe and submit to the City for approval prior to backfilling. 1.7 CLOSEOUT SUBMITTALS A. Test results for electrical continuity, flange isolation and casing to carrier pipe isolation shall be submitted to the City. B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Joint Bonding and Electrical Isolation Materials to be incorporated into the project include, but are not limited to, the following: 1. Electrical continuity bonds 2. Flange isolation assemblies 3. Casing spacers 4. Casing end seals B. Electrical Continuity Bonds 1. Applications for Electrical Continuity Bonding include the following: a. Bonding across bolted joint assemblies b. Bonding across gasketed joint assemblies c. Bonding across bell & spigot ioint assemblies 2. Thermite Weld Materials a. Charges and Molds- Thermite molds and charges shall be used. Charges and mold size shall be as specified by Erico, Thermoweld or annroved eaual, for the specific surface configuration. 3. Weld Caps/Coating Weld Coating - a. Coating for welds shall be Kov-Coat as manufactured by Carboline or Rovston Handv Caps (cans vrefilled with mastic) or approved equal b. Weld Cap- The coated weld shall be covered with a plastic weld cap. 4. Bond Wire a. Bond wire shall be 7 stranded copper cable, #2 AWG with THHN insulation, minimum length 18" per bond. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 8 C. Flange Isolation 1. Required applications of dielectric flange isolation assemblies include, but are not limited to, selected locations where new piping is mechanically connected to existing piping. 2. Gasket a. Isolating and seal gasket b. G-10 Epoxy Glass material c. Full face d. 1/8-inch thickness e. Use with a minimum of 1 EDPM sealing element placed in a tapered groove. f. NSF 61 certified g. A minimum of 800 volts/mil dielectric strength is required. h. Flange shall seal for the test pressure without leaking. 3. Sleeves a. Provide full length mylar sleeves. 4. Washers a. Provide double G-10 washer sets. D. Casing Spacers 1. For piping installed in tunnels or cased crossings, install casing spacers between the piping and the casing or tunnel liner to provide electrical isolation in accordance with Section 33 05 24. E. Casing End Seals 1. See Section 33 05 24 for casing end seals. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] kIRM 9;7 01 7\;7:11 I to] ►I A. Preparation of Concrete Pipe for Bonding 1. General a. Fabrication 1) Use concrete pipe for this project that has been fabricated in such a manner as to establish electrical continuity between metallic components of pipe and joints. b. Acceptable Methods 1) Establish electrical continuity as indicated in the Contract Documents. 2. Criteria for Electric Continuity a. Tensile Wire 1) Pipe manufacturer is to obtain a resistance no greater than 0.03 ohms between any wire and steel joint ring at end of pipe farthest from that wire. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 8 2) Manufacturer is to report values obtained and method of measurement. b. Internal Pipe Joint Components 1) Pipe manufacturer is to obtain resistance of less than 0.03 ohms between any component and steel pipe cylinder. Tensile Wire Continuity a. Establish continuity between tensile wire coils and steel cylinder on embedded cylinder type pre -stressed pipe by tightly wrapping tensile wire over longitudinal mild steel straps during pipe manufacture. b. Use and install 2 continuous straps 180 degrees apart longitudinally along the pipe. 1) These straps must maintain electrical continuity between metallic components. c. Use steel straps made of mild steel and free of grease, mill scale or other high resistance deposits. d. Make longitudinal straps electrically continuous with pipe cylinder by steel fasteners of suitable dimensions placed between steel cylinder and longitudinal straps. 1) Connect fasteners so as to remain intact during pipe fabrication process. 4. Steel Cylinder Continuity a. Establish continuity of all joint components and steel cylinder. 1) These components include anchor socket brackets, anchor socket, spigot ring and bell ring. b. If mechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity. B. Preparation of Steel Pipe for Bonding 1. Bonding wires are not required for welded steel pipe. 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint as shown on the Drawings. C. Preparation of Ductile Iron Pipe for Bonding 1. Install insulated bond wires as shown on the Drawings. D. Electrical Bond Wires 1. Electrical bond wires are to be a minimum No. 2 4AWG, 7 stranded, copper cable with THHN insulation. 2. Remove 1 inch of THHN from each end of the bond wire. 3. Thermite weld the bond wires to the pipeline. 4. Provide the minimum number of bond wires as shown on Drawings for steel or ductile iron pipe. E. Electrical Bond Clip 1. Weld 3 ASTM 366 A36 steel bonding clips, each approximately 0.13 inches thick, 2.5 inches long, and 1.25 inches wide, with 1/8-inch fillet welds to the bell and spigot of adjacent pre -stressed concrete cylinder pipe or steel pipe with rubber gasketed joints. 2. Manufacture clips to maintain continuity regardless of small deflections of finished joints. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330410-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6 of 8 3.4 INSTALLATION A. Installation of Electrical Continuity Bonds by Thermite Welding Inspection a. Use continuous bond wires with no cuts or tears in the insulation covering the conductor. 2. General a. Attach bond wires at required locations by thermite welding process. 3. Thermite Welding Methods a. Perform thermite welding of bond wires to piping in the following manner: 1) Clean and dry pipe to which the wires are to be attached. 2) Use grinding wheel or file to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a) Grind surface to bright metal. 3) Remove approximately 1 inch of insulation from each end of wire to be thermite welded to pipe exposing clean, oxide -free copper for welding. 4) Select proper size thermite weld mold as recommended by manufacturer. Place wire or strap between graphite mold and the prepared metal surface. 5) Place metal disk in bottom of mold. 6) Pour thermite weld charge into the mold. Squeeze bottom of cartridge to spread ignition powder over charge. 7) Close mold cover and ignite starting powder with flint gun. 8) After exothermic reaction, remove thermite weld mold and gently strike weld with a hammer to remove weld slag. 9) Pull on wire or strap to assure a secure connection. 10) If weld is not secure or the bond breaks, repeat procedure with new wire. 11) If the weld is secure, coat all bare metal and weld metal with Stepan CZ tapeWeld coating and protective can. 4. Post -Installation Thermite Weld Inspection a. Contractor is responsible for all testing. b. All testing is to be performed by or under the supervision of certified NACE personnel. c. Visually examine each thermite weld connection for strength and suitable coating prior to backfilling. d. Measure resistance through selected bonded joints with a digital low resistance ohmmeter (DLRO). 1) Resistance of 0.001 ohms or less is acceptable. 2) If the above procedure indicates a poor quality bond connection, reinstall the bond. 3) Record results and submit to the City for approval prior to backfilling. 5. Backfilling of Bonded Joints a. Perform backfilling of bonded piping in manner that prevents damage to the bonds and all connections to the metallic structures. b. Use appropriate backfill material to completely cover the electrical bond. c. Provide protection so that future construction activities in the area will not destroy the bonded connections. d. If construction activity damages a bonded connection, install new bond wire. B. Installation of Pipeline Flange Isolation Devices CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330410-7 JOINT BONDING AND ELECTRICAL ISOLATION Page 7 of 8 1. Placement a. Install isolation joints at the locations shown on the Drawings. 2. Assembly a. Place gasket, sleeves and washers as recommended by the manufacturer. b. Follow manufacturer's recommendations for even tightening to proper torque. 3. Testing a. Immediately after an electrical isolation fitting has been installed, contact the City to, verform witness testing for electrical isolation effectiveness. 4. Painting a. Do not use metal base paints on electrical isolation devices. 5. Encapsulation a. Encapsulate below -grade isolation joints with the Denso Densyl Tape system after the isolation joint has been tested for effectiveness. C. Installation of Casing Spacers 1. Casing spacers shall be installed in accordance with Section 33 05 24. D. Installation of End Seals 1. End seals shall be installed in accordance with Section 33 05 24. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Testing of Joint Continuity Bonds and Isolation Joints 1. After the completion of the continuity bonding of individual joints, but before the pipe is backfilled, each bonded joint shall be tested for electrical continuity. 2. A DC current shall be impressed on the pipe on 1 side of the joint under test using a portable 12-volt battery and a driven ground rod. The battery shall be connected such that the positive terminal is connected to the ground rod and the negative terminal is connected to the pipe section under test. The magnitude of test current is not important as long as it causes a change in pipe -to -soil potential on the section of pipe that is in the test current circuit. 3. The pipe -to -soil potential shall be measured on each side of the isolation joint using a high impedance voltmeter and portable copper/copper sulfate reference electrode with the test current "on" and "off. 4. A joint is considered electrically continuous if the "on" and "off potentials are the same on either side of the joint under test. 5. This same procedure shall be used to test individual isolation joints except that the joint is considered effective if the pipe -to -soil potential is not the same when measured on each side of the joint when the test current is "on". 6. Record results and submit in accordance with this Specification. B. Casing to Carrier Pipe Isolation Tests 1. Immediately after the pipe has been installed in the casing, but prior to connecting the line, make pipe available for testing and contact the City to perform an electrical continuity test to determine that the casing is electrically isolated from the pipeline. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330410-8 JOINT BONDING AND ELECTRICAL ISOLATION Page 8 of 8 2. The continuity test shall be fully documented and approved by the City prior to backfilling. 3. Record results and submit in accordance with this Specification. 4. If the electrical isolation between carrier pipe and casing is not effective, the cause shall be immediately investigated and the situation remedied. 5. Under no circumstances shall a shorted casing be backfilled. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.0 - Modified material specifications for gaskets, sleeves and washers CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330411-1 CORROSION CONTROL TEST STATIONS Page 1 of 7 SECTION 33 0411 CORROSION CONTROL TEST STATIONS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Test station materials and installation requirements, as shown on the Drawings, at: a. Foreign pipeline crossings b. Cased crossings c. Below -grade pipeline electrical isolation joints d. Magnesium anode bed locations 2. Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: a. Testing to determine the effectiveness of the installed Cathodic Protection systems and to allow for startup adjustments b. Testing to determine interference effects from and on adjacent or crossing foreign underground structures c. Testing to determine sources and magnitude of stray DC currents and required mitigative measures d. Periodic monitoring to determine status of existing Cathodic Protection systems, stray current and foreign line influence B. Deviations from this City of Fort Worth Standard Specification 1. Updated for vroiect specific requirements. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 04 12 —Magnesium Anode Cathodic Protection System 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Cathodic Protection construction. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330411-2 CORROSION CONTROL TEST STATIONS Page 2 of 7 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. NACE International (MACE). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data Submit product data for all components of the Corrosion Control Test Stations. Data submitted shall include: a. Test Station b. Wiring c. Splicing materials d. Thermite weld materials e. Weld coatings 1.7 CLOSEOUT SUBMITTALS A. Structure -to -soil potential data shall be submitted to the City. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Provide manufacturer's certifications that all components of the corrosion control system meet the requirements of the Contract Documents. a. The certification shall reference the applicable Section of the Specifications and the applicable standard details. B. Inspection 1. The City may, at its own cost, inspect the Cathodic Protection materials prior to, or during, installation. C. Drawings 1. The drawings for the corrosion control test stations are diagrammatic and shall not be scaled for exact locations, unless scales are explicitly stated on the specific drawing. 2. Field conditions, conflicts with other utilities or mechanical and structural features shall determine exact locations. 3. Contractor shall note other existing utilities in the area and during excavation, shall not damage these utilities. 4. Any damaged utilities shall be repaired to the satisfaction of the City at the Contractor's expense. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330411-3 CORROSION CONTROL TEST STATIONS Page 3 of 7 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery 1. Coordinate the delivery of test station materials. B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. C. Packaging Waste Management 1. Dispose of waste materials properly and remove from job site after installation is complete. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Flush Mount Test Stations 1. Test stations shall consist of test wires, a terminal head and a traffic box as shown on the Drawings. 2. The terminal head shall be a 7 terminal "Big Fink" as manufactured by Cott Manufacturing Company or approved equal. 3. The test station shall be installed in a 24-inch x 24-inch x 6-inch concrete pad. 4. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved equal. 5. Install a marker sign adjacent to all flush -mounted test stations. B. Above -Grade (Pole Mount) Test Stations 1. At test station locations where flush mounted structures cannot be installed, or where stated on Drawings, an above -grade pole mount test station shall be used, and placed such that possible damage from vandalism, traffic, etc. is minimized. 2. The test station shall be a 7 terminal 'Big Fink" as manufactured by Cott Manufacturing or approved equal. The "Big Fink" test station shall be mounted on a 5 foot length of 3-inch diameter UV -resistant plastic conduit in , length of 3 ineh diameteF eoner-ete filled galvanized steel eonduit in low population loeation-s-. 4. The test station shall be installed adjacent to a permanent structure, if available, for physical protection. a. If exposed to traffic, provide a frangible base for test station. 5. The interior of the test station conduit shall be filled with Portland cement concrete after the installation of the test and bond wires. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330411-4 CORROSION CONTROL TEST STATIONS Page 4 of 7 6. The test station conduit shall be installed with a 24 ineh x 24 ineh x 6 ineh 12- inch diameter concrete foundation as shown on the Drawings. C. Permanent Reference Electrodes 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package as manufactured by Corrpro Companies, Inc. or approved equal. 2. Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. D. Test Station Lead Wires 1. Test station lead wires of all sizes shall have TW, THW, or THHN insulation as shown on the Drawings. 2. Insulation type shall be color coded based upon connection to underground structures. a. Protected pipeline: white b. Foreign structures: red c. Steel casings: yellow d. Permanent reference cells: blue e. Anode header cable: black (HMWPE) f. Unprotected or existing pipeline: black (HMWPE) 3. Test station lead wires shall be terminated on the test station terminal board utilizing crimped on solderless ring terminals. 4. All terminal boards shall be wired by the installer as shown on the Drawings. E. Thermite Weld Equipment 1. Charges and Molds a. Weld charges and mold size shall be specified by the manufacturer for the specific surface configuration. b. Use only the correct charges for the specific application. c. Welding charges and molds shall be Erico, Cadweld or Continental Industries Thermoweld. 2. Weld Coating/ Caps a. Coating for welds shall be Kop-Coat as manufactured by Carboline or Rovston Handv Caps (caps prefilled with mastic) b. Weld Cap- The coated weld shall be covered with a plastic weld cap. e. Coat weld with Stopaq CZ tape or- approved equal. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330411-5 CORROSION CONTROL TEST STATIONS Page 5 of 7 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION / INSTALLATION Install test stations at each of the locations scheduled on the Drawings. At a minimum, test stations are required at each of the following locations: a. At all major underground metallic pipeline crossings b. At all cased crossings and tunnels (both ends) c. At all underground isolation flanges d. At all magnesium anode ground bed locations B. General 1. Install test stations at locations indicated on Drawings. a. If a flush mounted test station is not feasible in a particular location, then an above -grade test station may be used, subject to approval by the City or its designated representative. 2. Use continuous test station lead wires without cuts or tears in the insulation. 3. Locate test stations as indicated on Drawings, as close to the pipe as possible. a. If the pipe is installed under a road, place the test station at the curb for easy access. 4. Attach test lead wires to the pipe by thermite welding. 5. Attach test wires to the pipe prior to backfilling. 6. Use color coded test wires as indicated on the Contract Documents. 7. Wire test station terminal board configurations as shown on the Drawings. At foreign pipeline crossing test stations: a. Notify the owners of the pipeline and obtain permission before the test leads are connected to their pipeline. b. The foreign pipeline owner should have a representative present. c. Contractor shall not install lead wires or bond wires on foreign pipelines. d. If foreign pipeline owner refuses test leads connected to their pipeline, then document owner's refusal and install potential test station on water main. e. Document the owner's contact name, phone number, email address and date of contact. f. Submit documentation to the City or its designated representative. C. Flush -Mount Test Stations 1. Install as shown on the Drawings. 2. Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330411-6 CORROSION CONTROL TEST STATIONS Page 6 of 7 a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. 3. Install with permanent copper sulfate reference electrodes where indicated on the Drawings. a. Install permanent reference electrode approximately 6 inches from the pipe. b. Compact native soil by hand around the electrode. c. The balance of the backfill shall be select granular backfill material. d. Saturate the backfilled permanent reference electrode with 5 gallons of water. 4. Set test stations installed outside areas of permanent paving materials in a Portland cement concrete pad. a. The concrete pad shall be a minimum of 24 inches square and no less than 6 inches thick. D. Above -Grade (Pole Mount) Test Stations 1. Install above -grade test stations where ^ Bush mounted test station eannot be loemeted. indicated on Drawings. 2. Use and location of above -grade test stations shall be approved by the City or its designated representative. 3. Locate test station adjacent to a permanent structure (e.g. a power pole), if available, for physical protection. 4. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling and uossible relocation/reulacement of the test station after the Manned roadwork is comulete. 5. Pour a 24 ineh x 24 ineh x 6 ineh 12-inch diameter concrete p-ad foundation at grade around the test station conduit as shown on Drawings. 6. Fill the interior of the 3 ineh above grade test station steel galvanized eonduit with Portland a nt a rete after installation of the test stations . E. Test Lead Wire Attachment 1. Attach test leads to the pipe by thermite welding directly to the pipe on steel and ductile iron pipelines as shown on Drawings. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. When connecting directly to the pipe, use a grinding wheel or file to remove all coating, mill scale, oxide, grease and dirt from an area approximately 3 inches square. a. Grind the surface to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. 5. Using the proper size thermite weld mold as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. a. Use a copper sleeve crimped over the wire for all No. 10 AWG or smaller wires. 6. Place the metal disk in the bottom of the mold. 7. Pour the thermite weld charge into the mold. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330411-7 CORROSION CONTROL TEST STATIONS Page 7 of 7 8. Squeeze the bottom of the cartridge to spread ignition powder over the charge. 9. Close the mold cover and ignite the starting powder with a flint gun. 10. After the exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. 11. Pull on the wire to assure a secure connection. 12. If the weld is not secure or the wire breaks, repeat the procedure. 13. If the weld is secure, coat all bare metal and weld metal with Stopaq CZ tapez. bitumastic coating and protective cap. F. Post Installation Backfilling of Test Station — Lead Wires 1. Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. 2. After completion of the backfilling of the test wires to the pipe, verify the connection by measuring and recording a pipe -to -soil potential. 3. Replace any test wire found to have a high resistance connection. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. All test stations shall be visually inspected during the final walk through. B. Materials or installation work not conforming to the requirement of this Specification shall be replaced or repaired to the City's satisfaction. C. Damaged or missing test station components shall be replaced by equal components. 3.8 SYSTEM STARTUP A. Commissioning Native state structure -to -soil potentials shall be acquired along the water main and submitted to the City. B. Method 1. Measure native state structure -to -soil potentials along the water line using a portable reference electrode at the following locations: a. Each test station b. Above grade pipeline appurtenances c. Test stations on foreign pipelines crossing or parallel to the water main. 2. Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. C. Contractor is responsible for all testing. D. All testing is to be done by or under the supervision of certified NACE personnel. E. Record results and submit in accordance with this Specification. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330411-8 CORROSION CONTROL TEST STATIONS Page 8 of 7 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Refer to Section 33 04 12. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.D.2 —revised insulation color coding CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330412-1 MAGNESIUM ANODE CATHODIC PROTECTION Page 1 of 10 SECTION 33 0412 MAGNESIUM ANODE CATHODIC PROTECTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for Cathodic Protection Systems on concrete cylinder pipes, carbon steel pipes and ductile iron pipes using Magnesium Anodes 2. The Cathodic Protection System shall include, but not be limited to the following: a. Materials and installation b. Post -installation survey c. Final Report to include recommendations B. Deviations from this City of Fort Worth Standard Specification 1. Undated for uroiect suecific requirements. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Divisionl — General Requirements 3. Section 33 05 26 —Utility Markers/Locators 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measure a. Measurement for this Item shall be by lump sum and shall include ioint bonding, electrical isolation and corrosion control test stations. 2. Payment: a. The work performed and materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Cathodic Protection" for each material of utility pipe bid. 3. The price bid shall include: a. Mobilization b. Anode groundbeds c. Anode test stations d. Excavation e. Furnishing, placement, and compaction of backfill f. Field welding g. Connections h. Adjustments i. Testing j. Clean-up k. Start-up/Commissioning 1.3 REFERENCES A. Abbreviations and Acronyms CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330412-2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of 10 1. AWG: American Wire Gauge 2. CSE: Copper/Copper Sulfate Reference Electrode 3. HMWPE: High Molecular Weight Polyethylene B. Definitions 1. Anode: The electrode of an electrochemical cell at which oxidation occurs. 2. Cable/Wire: One conductor or multiple conductors insulated from one another. 3. Cathode: The electrode of an electrochemical cell at which reduction is the principal reaction. 4. Cathodic Polarization: The change of electrode potential in the negative direction caused by direct current (DC) flow across the electrode/electrolyte interface. 5. Cathodic Protection: A technique used to reduce the corrosion of a metal surface by making that surface the cathode of an electrochemical cell. 6. Corrosion: Degradation of a material, usually a metal, that results from a reaction with its environment. 7. Contractor's Corrosion Control Engineer: NACE certified, licensed engineer in the state of Texas, employed by a Corrosion Engineering Firm. 8. Corrosion Engineering Firm: Engineering firm in charge of the corrosion protection design installation and testing on behalf of the Contractor. 9. Criterion: Standard for assessment of the effectiveness of a Cathodic Protection System. 10. Current: Flow of electric charge. 11. Electrode: A conductor used to establish contact with an electrolyte and through which current is transferred to or from an electrolyte. 12. Electrolyte: A chemical substance containing ions that migrate in an electric field (i.e., soil or water). 13. Foreign Structure: Any metallic structure that is not intended as a part of a system under Cathodic Protection. 14. Galvanic Anode: A metal that provides sacrificial protection to another metal that is less active (more noble) when electrically coupled in an electrolyte. 15. Interference: Any electrical disturbance on a metallic structure as a result of stray current. 16. Pipe -to -Electrolyte Potential: The potential difference between the pipe and the electrolyte that is measured with reference to an electrode in contact with the electrolyte. 17. Polarized Potential: The potential across the structure/electrolyte interface that is the sum of the free corrosion potential and the cathodic polarization 18. Reference Electrode: An electrode whose open -circuit potential is constant under similar conditions of measurement and is used to measure the relative potentials of other electrodes 19. Stray Current: Current flow through paths other than the intended circuit. 20. Voltage: Electromotive force or difference in electrode potential expressed in volts. C. Reference Standards 1. NACE International (MACE). CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330412-3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Submit product data for all components of the Cathodic Protection System. Data submitted shall include: a. Anodes b. Anode Test Stations c. Wiring d. Splicing Materials e. Thermite Weld Materials f. Weld Coatings B. Corrosion Engineer/Technician Ouatifications 1. Submit documentation regarding the experience and certifications of the corrosion technician and engineer as defined in the previous section. 1.7 CLOSEOUT SUBMITTALS A. The results of all testing procedures shall be submitted to the Engineer or the City for review and approval. Testing information required includes: 1. Anode groundbed current outputs 2. Pipe -to -soil potentials 3. Results of interference testing 4. Results of electrical isolation joint tests 5. Operating and maintenance instructions B. Results of all testing are to be submitted to Owner for inclusion in the O&M manual. C. Provide written documentation from the Corrosion Control Engineer of any deficiencies discovered during the post installation inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Cathodic Protection installer shall show adequate documented experience in the type of Cathodic Protection work required for the project. B. Certifications 1. The Contractor shall.. von reanest b v City. furnish manufacturer's certified test reports that indicate that anodes meet Specifications and that all tests have been performed in accordance with the applicable standards. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330412-4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of 10 B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section 01 6600. C. Packaging Waste Management 1. Dispose of anode and thermite weld material packaging properly and remove from the job site after installation is complete. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Sacrificial Anodes - Magnesium 1. Magnesium Anodes a. Use high potential prepackaged Magnesium Anodes with a cast anode weight of 60 wounds, and a nominal 4" x 4" 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 Maximum (Total) Magnesium Remainder 2. Magnesium Anode Current Capacity a. Magnesium Anodes require a current capacity of no less than 500 amp -hours per pound of magnesium. 3. Anode Backfill Material a. Use chemical backfll material around all galvanic anodes. b. Backfill provides a reduced contact resistance to earth, provides a uniform environment surrounding the anode, retains moisture around the anode and prevents passivation of the anode. c. All galvanic anodes shall come prepackaged in a backfill material conforming to the following composition: 1) Ground hydrated gypsum: 75 percent 2) Powdered bentonite: 20 percent 3) Anhydrous sodium sulfate: 5 percent CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of 10 4) Have a grain size backfill such that 100 percent is capable of passing through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. d. Completely surround the anode with the backfill mixture within a cotton bag. e. For cast magnesium ingots, the required weight of backfill shall be as follows: Anode Weight Backfill Weight Total Weight (Pounds) (Pounds) (Pounds) 17 44 61 20 50 70 32 58 90 40 65 105 48 48 96 60 70 130 4. Anode Lead Wires a. For the lead wire for the Magnesium Anodes, use a 10-foot length of No. 12 AWG solid copper wire equipped with TW or THW insulation. 5. Lead Wire Connection to Magnesium Anode a. Cast Magnesium Anodes with a 20 gauge galvanized steel core. b. Extend 1 end of the core beyond the anode for the lead wire connection. c. Silver -solder the lead wire to the core and fully insulate the connection. B. Splicing Tape 1. Tape used for covering anode lead wire to anode header cable connections shall be 2 layers of Scotch 130C rubber splicing tape, then 2 layers of Scotch 88 vinyl electrical tape as manufactured by 3M Scotch, or approved equal. 2. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, or approved equal. C. Crimping Lugs Crimping lugs used to connect the anode lead wire to anode header cable shall be copper compression crimpit Catalog No. YC 1 OC 10 as manufactured by Burndy, or approved equal. D. Anode Header Cable 1. Anode header cables routed between the anode groundbed and the test stations shall be #4-0 #8 AWG stranded copper conductors with type HMWPE insulation (black). E. Anode Test Stations 1. Anode test stations shall be flush mounted or pole mounted as identified on the Drawings and consist of test wires, non-metallic. UV resistant riser and a terminal head and a "-.,ff:,. bpl . Test Station components are defined in Specification Section 33 04 11. 2. The terminal box head shall be 7 terminal NM 7 v4th east ir-o leekable Biu Fink test station lid as manufactured by CP Test Sei:viee Cott Manufacturing Companv. or approved equal. 3. The Pr-ee st Gone -ete traffic tior ., 10.25 ineh a; metar 3 RT -vitlh a oac marke "CP Te t" a nuf ducts, Im, G\- :terra :£d 4. if the o is not paved, the test on zbal 1!-_tnst ilea : 2 Noh r 21 insh �i C- CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 10 5. ins all a marl„ cV.-itat;y-m. F. Shunt 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by Holloway, or approved equal. 2. There shall be at least 1 shunt in each Magnesium Anode test station. G. Test Lead Wire Test station lead wires shall be #12 AWG stranded copper cable with type TW, THW or THHN insulation, hlaek in color of lead wires shall be as shown on the drawings. H. Permanent Reference Electrode 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double membrane ceramic cell in a geomembrane package, as manufactured by Corrpro Companies, Inc., or approved equal. 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded copper wire with blue HMWPE insulation of suitable length to attach to the terminal board of the test station. I. Marker Sign 1. Provide marker sign in accordance with Section 33 05 26. 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. Installation of Sacrificial Anodes 1. Placement a. Each anode shall be installed vertically in a 12-inch diameter bv 10 foot deea hole with the ton of the anode at the same elevation as the ton of nineline of by tfefieh maintaining the same spacing as shown on the Drawings. b. Centerline of the anode shall be at a minimum of 10 feet from the centerline of the pipe. c. Anodes shall be installed within the permanent pipeline right-of- way/easement. d. For steel and concrete cvlinder pipes. the anodes shall be placed on the side of the easement closest to the gas pipelines as shown on the Drawings. For ductile iron nine, the second row of anodes shall be placed on the opposite side of the ninelines. 2. Augured Hole a. The anode hole diameter shall easily accommodate the anode. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 10 Backfilling a. After the hole is augured, the packaged anode shall be lowered into the hole and the soil shall be firmly tamped around the package so that it is in intimate contact with the package. b. Pour a minimum of 5 gallons of water into the anode hole. c. Backfill the remainder of the anode hole. 4. Anode Lead Wire a. Lead wires from the anodes shall be run underground at a minimum depth of 24 inches. b. Each anode lead wire shall be connected to an anode header cable as indicated on the Drawings. 5. Handling a. Anodes shall be handled in a manner that will avoid damaging anode materials and wire connections. B. Installation of Permanent Anode Reference Electrode 1. Location a. Install 1 permanent copper sulfate reference electrode at each anode ground bed. b. The permanent reference electrode shall be within 6 inches of the pipe away from the anode bed at pipe depth. c. Prepare and install the permanent reference electrode in strict accordance with the manufacturer's recommendations. 2. Placement a. Place the permanent reference electrode in the same ditch with the water line and carefully covered with the same soil as the pipeline backfill. 3. Lead Wire a. Protect the permanent reference electrode lead wire during Backfill operations and route to the test station along with the water line test leads and anode ground bed cables. C. Installation of Wire and Cable 1. Depth a. All underground wire and cable shall be installed at a minimum of 24 inches below final grade with a minimum separation of 6 inches from other underground structures. 2. Anode Header Cable a. Each anode lead wire shall be connected to a #4-0 #8 AWG/HMWPE header cable which shall be routed into an anode test station. 3. Anode Lead Wire to Header Cable Connection a. Each anode lead wire to header cable connection shall be made using a copper compression connector. b. Each connection shall be taped using double laver rubber tape, followed by double laver vinyl tape and coated with Scotchkote electrical coating as shown on the Drawings. 4. Anode -to -Pipeline Connection a. Connect each group of anodes to the pipeline through a test station as shown on the Drawings. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330412-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 10 b. A 0.01 ohm shunt shall be used to connect the anode header cable to the pipeline as shown on the Drawings. 5. A 3-inch wide, yellow, non -detectable warning tape labeled "CAUTION Cathodic Protection Cable Buried Below" shall be buried at a depth of 18 inches below the surface and along the length of all Cathodic Protection cable trenches. D. Test Lead Wire Attachment 1. Test lead cables shall be attached to the pipe by thermite welding. 2. The pipe to which the wires are to be attached shall be clean and dry. 3. A grinding wheel or file shall be used to remove all coating, mill scale, oxide, grease and dirt from the pipe over an area approximately 3 inches square. a. The surface shall be cleaned to bright metal. 4. The wires to be thermite welded to the pipe shall have approximately 1 inch of insulation removed from each end, exposing clean, oxide -free copper for welding. 5. Charges and Molds a. Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. b. Care shall be taken during installation to be sure correct charges are used. c. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such materials. 6. Using the proper size thermite weld mold as recommended by the manufacturer, the wire shall be placed between the graphite mold and the prepared metal surface. 7. The metal disk shall be placed in the bottom of the mold. 8. The cap from the weld charge container shall be removed and the contents poured into the mold. 9. Squeeze the bottom of the weld charge container to spread ignition powder over the charge. 10. Close the mold cover and ignite the starting powder with a flint gun. The mold should be held firmly in place until all of the charge has burned and the weld has cooled slightly. 11. Remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. 12. Pull on the wire to assure a secure connection. 13. If the weld is not secure or the wire breaks, repeat the procedure. 14. If the weld is secure, coat all bare metal and weld metal with Steppe bitumastic coating and protective can; Rovston Handi-Cap. or approved equal. E. Flush to GFa Anode Test Stations 1. Flush to grade Flush Mount and Pole mounted anode test stations shall be installed as shown on the Drawings and as defined in Specification Section 33 04 11. 2. Test stations shall be installed in a 24 ineh x 24 inch x 6 inch sauare concrete 2 Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 a. Additional slack shall be left in the test station riser to allow for wit removal of the terminal board a minimum of 12 inches above the top of the eocnxcva pad -riser for test -settlement or repair purposes. F. Post Installation Backfilling of Cables 1. General a. During the backfilling operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity. 3.5 REPAIR A. Cut wires shall be spliced by using a copper compression connector. 1. The connection shall be completely sealed against moisture penetration by the use of rubber tape, vinyl tape and Scotchkote electrical coating. B. Damaged or missing test station components shall be replaced by equal components. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. All components of the Cathodic Protection System shall be visually inspected by the City prior to commissioning of the system. 3.8 SYSTEM STARTUP A. General 1. The Cathodic Protection System shall be inspected, energized and adjusted (commissioned) as soon as possible after the Cathodic Protection equipment has been installed. B. Equipment 1. All Cathodic Protection testing instruments shall be in proper working order and calibrated according to factory specifications. C. Commissioning 1. The commissioning of the Cathodic Protection System shall be performed by, or under the direct supervision of, the Corrosion Engineering Firm qualified to verify compliance with this Specification and with the referenced corrosion control standards set forth by NACE International. D. Method 1. Measure native state structure -to -soil potentials along the water line using the permanent reference electrodes at each anode test station and a portable reference electrode at all other test stations and at above grade pipeline appurtenances. 2. Measure close interval. native state structure -to -soil potentials along the water lines at utilizing portable reference electrodes at intervals not exceeding 3' along the entire route. 3. Energize the Cathodic Protection System by connecting each Magnesium Anode groundbed to the pipeline lead in the test station junction box by means of a 0.01 ohm shunt. 4. Record each anode groundbed current using the shunt. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330412-10 MAGNESIUM ANODE CATHODIC PROTECTION Page 10 of 10 5. Allow sufficient time for the pipeline to polarize. 6. Adjust, if necessary, the Cathodic Protection current output in each anode test station to satisfy the 100 frAl polaroation chi er-iteriea erthe 950 millivelts- S corrosion protection criteria as established by NACE International standards for steel pipe. For concrete cvlinder pipe and ductile iron pipe materials record the values as measured. For ductile iron pipe the primary intent of the anode systems is strav current and corrosion mitigation, not satisfving the 100 mV polarization shift NACE criterion even if it is achieved. For concrete cvlinder pipe the primary intent of the anode systems is strav current mitigation. 7. Record all final current outputs measured at each test station. 8. Verify that all electrical isolation devices are operating properly including flange isolators and casing spacers. 9. Verify that interference does not exist with foreign structures. 10. Perform joint tests with owners of the foreign structures (if any) and mitigate any interference detected. 11. If necessary, install resistance bonds to mitigate interference. 12. Interference testing coordination with the owners of foreign structures is the responsibility of the Cathodic Protection tester. E. Verification and Responsibilities 1. Contractor shall correct, at his expense, any deficiencies in materials or installation procedures discovered during the post -installation inspection. 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] 1040IZI7 OM Xej I [I]\I Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330440-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Pagel of 8 SECTION 33 04 40 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS PART1- GENERAL 1.1 SUMMARY A. General Before any newly constructed potable water mains will be permitted to be placed into service in the Fort Worth Water Department's Water Distribution System, it shall be cleaned (purged) and tested, or cleaned, disinfected, and tested until the bacteria count within the water main meets the standards established by the Fort Worth Water Department and the requirements of Chapter 290 of the Texas Administrative Code (TAC) established by the Texas Commission on Environmental Quality (TCEQ). B. Deviations from this City of Fort Worth Standard Specification 1. Added 1.1.C.3 2. Modified 1.5.A 3. Modified 3.10.A.1 4. Added 3.10.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0133 — Closed Circuit Television (CCTV) Insuection for Water Transmission Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the water main being Cleaned and Tested. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to cleaning, disinfection, hydrostatic testing, and bacteriological testing and shall be subsidiary to the unit price bid per linear foot of water pipe 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 Water Works Association/American (AWWA): a. C301, Prestressed Concrete Pressure Pipe, Steel -Cylinder Type. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 b. C303, Concrete Pressure Pipe, Bar -Wrapped, Steel -Cylinder Type. c. C651, Disinfecting Water Mains. d. C655, Field De -Chlorination. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals should be in accordance with Section 0133 00. For 24-inch and larger water mains, provide the following: 1. Cleaning Plan — Prior to the start of construction, submit a water main cleaning plan detailing the methods and schedule, including: a. A detailed description of cleaning procedures b. Pigging entry and exit ports c. Flushing procedures d. Plans and hydraulic calculations to demonstrate adequate flushing velocities e. Control of water f. Disposal 2. Disinfection Plan — prior to the start of construction submit a disinfection plan including: a. The method mixing and introducing chlorine b. Flushing c. De -chlorination d. Sampling 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES A. Pigs 1. Open cell polyurethane foam body 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 3. May be wrapped with polyurethane spiral bands 4. Abrasives are not permitted, unless expressly approved by the City in writing for the particular application. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 5. Must pass through a reduction up to 65 percent of the cross sectional area of the nominal pipe diameter 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, tees, crosses, wyes, and gate valves. 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 ERECTION/INSTALLATION/APPLICATION [NOT USED] 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 A. General 1. All water mains shall be cleaned prior to bacteriological testing. a. Pig all 36-inch and smaller water mains not equipued with butterfly valves. b. Flush all 36-inch water mains equipued with butterflv valves. c. Pig-er Flush and manually sweep 42-inch and larger mains. i. Flushing iz -*ily ponmitt. 2. For lines equipped with butterflv valves, uerform CCTV insuection immediatelv uuon completion of line flushing in accordance with Section 33 01 32 and urior to uerforming hvdrostatic testing, disinfection. and bacteriological testing. B. Pigging Method If the method of pigging is to be used, prepare the main for the installation and removal of a pig, including: a. Furnish all equipment, material and labor to satisfactorily expose cleaning Wye, remove cleaning Wye covers, etc. b. Where expulsion of the pig is required through a dead -ended conduit: 1) Prevent backflow of purged water into the main after passage of the pig. 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and smaller mains to prevent backwater re-entry into the main. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 3) Additional excavation of the trench may be performed on mains over 12 inches, to prevent backwater re-entry into the main. 4) Flush any backflow water that inadvertently enters the main. c. Flush short dead-end pipe sections not swabbed by a pig. d. Once pigging is complete: 1) Pigging wyes shall remain in place unless otherwise specified in the Contract Documents. 2) Install cleaning wye, blind flanges or mechanical joint plugs. 3) Plug and place blocking at other openings. 4) Backfill 5) Complete all appurtenant work necessary to secure the system and proceed with disinfection. C. Flushing Method Prepare the main by installing blow -offs at appropriate locations, of sufficient sizes and numbers, and with adequate flushing to achieve a minimum velocity in the main of 2.5 feet per second. a. Minimum blow -off sizes for various main sizes are as follows: 1) 4-inch through 8-inch main —3/4-inch blow -off 2) 10-inch through 12-inch main —1-inch blow -off 3) 16-inch and greater main — 2-inch blow -off b. Flushing shall be subject to the following limitations: 1) Limit the volume of water for flushing to 3 times the volume of the water main. 2) Do not unlawfully discharge chlorinated water. 3) Do not damage private property. 4) Do not create a traffic hazard. c. Once Flushing is complete: 1) Corporations stops used for flushing shall be plugged. D. Daily main cleaning 1. Wipe joints and then inspect for proper installation. 2. Sweep each joint and keep clean during construction. 3. Install a temporary plug on all exposed mains at the end of each working day or an extended period of work stoppage. E. Hydrostatic Testing All water main that is to be under pressure, shall be hydrostatically tested to meet the following criteria: a. Furnish and install corporations for proper testing of the main. 1) Furnish adequate and satisfactory equipment and supplies necessary to make such hydrostatic tests. 2) The section of line to be tested shall be gradually filled with water, carefully expelling the air and the specified pressure applied. b. The City will furnish water required for the testing at its nearest City line. c. Expel air from the pipe before applying the required test pressure. d. Test Pressure 1) Test pressures should meet the following criteria: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 a) Not less than 1.25 (187 psi minimum) times the stated working pressure of the pipeline measured at the highest elevation along the test section. b) Not less than 1.5 (225 psi minimum) times the stated working pressure at the lowest elevation of the test section. e. Test Conditions 1) Must be at least 2 hour duration 2) Add water as necessary to sustain the required test pressure. 3) Test fire hydrants to the fire hydrant valve. a) Leave the isolation valve on the fire hydrant lead line open during the hydrostatic testing. 4) Test service lines to curb stop a) Leave the corporation stop on the service line open during the hydrostatic testing. 5) Close isolation valves for air release valves. 6) Makeup water must come from a container of fixed 55 gallon container that does not have a water source. f. Measure all water used in the pressure test through an approved meter, or measure the difference in volume within a 55 gallon container. 1) Do not test against existing water distribution valves unless expressly provided for in the Drawings, or approved by the City. 2) If the City denies approval to test against existing water distribution system valve, then make arrangements to plug and test the pipe at no additional cost. 2. Allowable Leakage a. No pipe installation should be accepted if the amount of makeup water is greater than that determined using the following formula: In inch -pound units, L = SD SIP 148,000 Where: L = testing allowance (make up water), gallons per hour S = length of pipe tested, ft. D = nominal diameter of pipe, in. P = average test pressure during the hydrostatic test, psi b. For any pipeline that fails to pass hydrostatic test: 1) Identify the cause 2) Repair the leak 3) Restore the trench and surface 4) Retest c. All costs associated with repairing the pipeline to pass the hydrostatic test is the sole responsibility of the Contractor and included in the price per linear foot of pipe. d. If the City determines that an existing system valve is responsible for the hydrostatic test to fail, the Contractor shall make provisions to test the pipeline without the use of the system valve. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 e. There shall be no additional payment to the Contractor if the existing valve is unable to sustain the hydrostatic test and shall be included in the price per linear foot of pipe. F. Disinfection 1. General a. Disinfection of the main shall be accomplished by the "continuous feed" method or the "slug" method as determined by the Contractor. b. The free chlorine amounts shown are minimums. The Contractor may require higher rates. 1) Calcium hypochlorite granules shall be used as the source of chlorine. c. Continuous Feed Method 1) Apply water at a constant rate in the newly laid main. a) Use the existing distribution system or other approved source of supply. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 50 mg/L minimum, or as required by TCEQ, whichever is greater. b) Chlorine applications shall not cease until the entire conduit is filled with heavily chlorinated water. 3) Retain chlorinated water in the main for at least 24 hours. a) Operate valves and hydrants in the section treated in order to disinfect the appurtenances. b) Prevent the flow of chlorinated water into mains in active service. c) Residual at the end of the 24-hour period: l0 mg /L free chlorine, minimum, for the treated water in all portions of the main. 4) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 5) Test the chlorine residual prior to flushing operations. a) If the chlorine residual exceeds 4 mg/L, the water shall remain in the new main until the chlorine residual is less the 4 mg/L. b) The Contractor may choose to evacuate the water into water trucks, or other approved storage facility, and treat the water with Sodium Bisulfate, or another de -chlorination chemical, or method appropriate for potable water and approved by the City until the chlorine residual is reduced to 4 mg/L or less. c) After the specified chlorine residual is obtained, the water may then be discharged into the drainage system or utilized by the Contractor. d. Slug Method 1) Water from the existing distribution system or other approved source of supply shall be made to flow at a constant rate in the newly laid main. 2) At a point not more than 10 feet downstream from the beginning of the new main, water entering the new main shall receive a dose of chlorine. a) Free chlorine concentration: 100 mg/L minimum, or as required by TCEQ, whichever is greater. b) The chlorine shall be applied continuously and for a sufficient time to develop a solid column or "slug" of chlorinated water that shall expose all interior surfaces to the "slug" for at least 3 hours. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 3) Operate the fittings and valves as the chlorinated water flows past to disinfect the appurtenances. 4) Prevent the flow of chlorinated water into mains in active service. 5) Flush the heavily chlorinated water from the main and dispose of in a manner and at a location accepted by the City. 6) Upon completion, test the chlorine residual remaining in the main. a) Chlorine levels of 4 mg/1 or less should be maintained. 2. Contractor Requirements a. Furnish all equipment, material and labor to satisfactorily prepare the main for the disinfection method approved by the City with adequate provisions for sampling. b. Make all necessary taps into the main to accomplish chlorination of a new line, unless otherwise specified in the Contract Documents. c. After satisfactory completion of the disinfection operation, as determined by the City, remove surplus pipe at the chlorination and sampling points, plug the remaining pipe, backfill and complete all appurtenant work necessary to secure the main. G. Dechlorination 1. General. All chlorinated water shall be de -chlorinated before discharge to the environment. Chemical amounts, as listed in ANSUAWWA C651: "Disinfecting Water Mains", shall be used to neutralize the residual chlorine concentrations using de -chlorination procedures listed in ANSI/AWWA C655: "Field De -Chlorination". De -Chlorination shall continue until chlorine residual is non -detectable. 2. Testing. Contractor shall continuously test for the chlorine residual level immediately downstream of the de -chlorination process, during the entire discharge of the chlorinated water. Contractor shall periodically conduct chlorine residual testing and check for possible fish kills at locations where discharged water enters the existing watershed. 3. Fish Kill. If a fish kill occurs associated with the discharge of water from the distribution system or any other construction activities: a. The Contract shall immediately alter activities to prevent further fish kills. b. The Contractor shall immediately notify Water Department Field Operations Dispatch. c. The Contractor shall coordinate with City to properly notify TCEQ. d. Any fines assessed by the TCEQ (or local, state of federal agencies) for fish kills shall be the responsibility of the Contractor. H. Bacteriological Testing (Water Sampling) 1. General a. Notify the City when the main is suitable for sampling. b. The City shall then take water samples from a suitable tap for analysis by the City's laboratory, unless otherwise specified in the Contract Documents. 1) No hose or fire hydrant shall be used in the collection of samples. 2. Water Sampling a. Complete microbiological sampling prior to connecting the new main into the existing distribution system in accordance with AWWA C651. b. Collect samples for bacteriological analysis in sterile bottles treated with sodium thiosulfate. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 330440-8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 c. Collect 2 consecutive sets of acceptable samples, taken at least 24 hours apart, from the new main. d. Collect at least 1 set of samples from every 1,000 linear feet of the new main (or at the next available sampling point beyond 1,000 linear feet as designated by the City), plus 1 set from the end of the line and at least 1 set from each branch. e. If trench water has entered the new main during construction or, if in the opinion of the City, excessive quantities of dirt or debris have entered the new main, obtain bacteriological samples at intervals of approximately 200 linear feet. f. Obtain samples from water that has stood in the new main for at least 16 hours after formal flushing. 3. Repetition of Sampling a. Unsatisfactory test results require a repeat of the disinfection process and re - sampling as required above until a satisfactory sample is obtained. 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 3.10.E.1.e.- Added service lines to hydrostatic testing requirements 1.3.A.2.d Added AWWA C655 Field De -Chlorination as reference 2/6/2013 D Townsend 3.10.G —Added De -Chlorination Requirement CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 330521-1 TUNNEL LINER PLATE Page 1 of 6 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. Added 1.1.C.3.6-9 2. Added 1.2.A.c.5 and 6 3. Added 1.3.13 4. Modified 2.2.B.a and b 5. Modified 2.2.C.1.b.7 6. Modified 3.4.A and C C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 22 — Steel Casing Piue 4. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 5. Section 33 05 28 — Open -Face Tunneling 6. Section 33 05 41— Shaft Excavation and Suvoort 7. Section 33 05 42 — Water Control for Shaft and Tunnel Construction 8. Section 33 05 45 — Contact Grouting 26 1.2 PRICE AND PAYMENT PROCEDURES 27 28 29 30 31 32 33 34 35 36 37 38 39 40 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: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330521-2 TUNNEL LINER PLATE Page 2 of 6 1 a) Various Sizes 2 c. The price bid shall include: 3 1) Furnishing and installing Tunnel Liner Plate as specified by the Drawings 4 2) Mobilization 5 3) Launching shaft 6 4) Receiving shaft 7 5) Portal stabilization 8 6) Settlement monitoring 9 7) Contact grouting 10 8) Pavement removal 11 9) Excavation 12 10) Hauling 13 11) Disposal of excess material 14 12) Furnishing, placement, and compaction of backfill 15 13) Clean-up 161.3 REFERENCES 17 A. Reference Standards 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification, unless a date is specifically cited. 21 2. American Association of State Highway and Transportation Officials (AASHTO) 22 a. LRFD, Bridge Design Manual, Section 12.13 23 b. M190, Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches. 24 3. American Society of Testing and Materials (ASTM): 25 a. A123, Standard Specification for Zinc (Hot- Dip Galvanized) Coating on Iron 26 and Steel Products. 27 b. A153, Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel 28 Hardware. 29 c. A1011, Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, 30 Structural, High -Strength Low -Alloy and High -Strength Los -Alloy with 31 Improved Formability, and Ultra -High Strength. 32 B. Reference Documents: 33 1. "Geotechnical Engineering Studv, Northside III Water Main, Exuedited 34 Alignment. Boat Club Road to West Bonds Ranch Road, Fort Worth, Texas". 35 CMJ Engineering, Inc., Report No. 103-24-529. dated June 18. 2024. 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 0133 00. 39 B. All submittals shall be approved by the City prior to delivery. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Product Data 42 1. Tunnel Liner Plate and fasteners 43 a. Material data 44 2. Exterior Coating CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330521-3 TUNNEL LINER PLATE Page 3 of 6 1 a. Material data 2 b. Field touch-up procedures 3 3. Grout Mix 4 a. Material data 5 B. Shop Drawings 6 1. Submit calculations for the design of the Tunnel Liner Plate sealed by a Licensed 7 Engineer in the State of Texas. 8 2. Detailed plan for grouting the void space on the exterior of the Tunnel Liner Plate 9 3. Grout coupling location and spacing 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING 14 A. Deliver, handle and store Tunnel Liner Plate in accordance with the Manufacturer's 15 recommendations to protect coating systems. 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS [NOT USED] 19 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 20 2.2 MATERIALS 21 A. Manufacturers 22 1. Only the manufacturers as listed on the City's Standard Products List will be 23 considered as shown in Section 0160 00, and/or as specified herein. 24 a. The manufacturer must comply with this Specification and related Sections. 25 b. Manufactured by Contech Construction Products, Inc., American Commercial 26 Inc., or approved equal. 27 2. Any product that is not listed on the Standard Products List is considered a 28 substitution and shall be submitted in accordance with Section 0125 00. 29 B. Design Criteria 30 a. Contractor to design Tunnel Liner Plate in accordance with the methods and 31 criteria as specified in AASHTO LRFD, Bridge Design Manual, Section 12.13. 32 b. Ground condition parameters shall be determined by the Tunnel Liner Plate 33 Manufacturer, consistent with the conditions described in the Geotechnical 34 Report. 35 c. Allow a maximum deflection of 3 percent. 36 d. Thickness of the Tunnel Liner Plate specified herein is the minimum acceptable 37 and shall be increased as necessary to obtain adequate joint strength, stiffness, 38 buckling strength and resistance to deflection. 39 C. Materials CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330521-4 TUNNEL LINER PLATE Page 4 of 6 1 1. Tunnel Liner Plate 2 a. Provide new, corrugated metal Tunnel Liner Plates made from steel sheets 3 conforming to the requirements of ASTM A1011. 4 1) Potable and Reclaimed Water carrier pipe 5 a) Galvanized 6 (1) Plate to be galvanized with zinc coating in accordance with 7 ASTM A123 with the following exception: 8 (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on 9 each side. 10 b) Coated 11 (1) Plate to be coated with a bituminous coating meeting the 12 performance requirements of AASHTO M190 13 (2) Uniformly coat pipe inside and out to minimum thickness of 0.05 14 inches, measured on crests of corrugations. 15 2) Sanitary Sewer carrier pipe 16 a) Galvanized 17 (1) Plate to be galvanized with zinc coating in accordance with ASTM 18 A123 with the following exception: 19 (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on 20 each side. 21 b. Tunnel Liner Plates and fasteners shall comply with the requirements of 22 AASHTO LRFD, Bridge Design Manual, Section 12.13. 23 1) Liner plates shall be punched for bolting on both longitudinal and 24 circumferential seams and fabricated to permit complete erection from the 25 inside of the tunnel. 26 2) Bolts and nuts shall be galvanized to conform to ASTM A153. 27 3) Where groundwater is encountered gasketed liner plates shall be used. 28 4) Plates shall be of uniform fabrication and those intended for 1 size tunnel 29 shall be interchangeable. 30 5) Field welding of Tunnel Liner Plate, including grout couplings shall not be 31 allowed. 32 6) The material used for the construction of these plates shall be new, unused 33 and suitable for the purpose intended. 34 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330521-5 TUNNEL LINER PLATE Page 5 of 6 1 7) Minimum thickness of Tunnel Liner Plate shall be as follows*: 2 2-Flanged Liner 4-Flanged Liner Tunnel Plate Thickness Plate Thickness Diameter (gauge) (gauge) (inches) Bury Depth: 8 feet —16 feet 48 14 12 54 14 12 60 14 11 66 12 10 72 12 8 Bury Depth: 8 feet — 24 feet" 78 12 1 8 Bury Depth: 25 feet — 38 feet** 78 10 8 Greater than 72 Project Specific Project Specific Design Design 3 4 *The information in the above table is based on the following assumptions: 5 AASHTO Section 16: "Steel Tunnel Liner Plates", H2O loading angle of 0 and 6 bury depth of 8 feet to 16 feet. For projects not meeting these assumptions, a 7 specific design should be performed to determine the appropriate thickness for 8 the liner plate. 9 **Bury death shall account for anv future fill over the pipeline. 10 2. Casing Insulators 11 a. Casing insulators/supports shall be used for this project in accordance with 12 Section 33 05 24. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION [NOT USED] IVE 20 21 22 23 24 25 lk sWKIV.11PwvIC13u A. Tunnel Liner Plate shall be installed in accordance with appropriate portions of Section 33 05 28. 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 Sections 33 05 45 and 33 05 28. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330521-6 TUNNEL LINER PLATE Page 6 of 6 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 12 13 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 05 22 STEEL CASING PIPE 330522-1 STEEL CASING PIPE Page 1 of 6 5 A. Section Includes: 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing 7 Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown 8 on the Drawings. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. Added 1.2 A.2.c.5 through 7 — Added additional work items to be included in 11 bid. 12 2. Added 1.3.13 — Include reference to geotechnical reports. 13 3. Modified 2.2.A.3 — Include minimum thickness requirements for 60"-84" steel 14 casing pipe. 15 4. Modified 2.2.13.4 - Revised text to add claritv about welding pipe before 16 iacking. 17 5. Modified 2.2.13.3 18 6. Deleted 2.2.11.5 19 7. Modified 2.2.C.1— Coating not required inside steel casing for water. 20 8. Modified 3.4.A.3 - Revised text to add claritv about welding pipe before 21 iacking. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 24 Contract 25 2. Division 1 — General Requirements 26 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 27 4. Section 33 05 27 — Open -Face Pipeiacking 28 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 29 6. Section 33 05 45 — Contact Grouting 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Open Cut 33 a. Measurement 34 1) Measured horizontally along the surface for length of Steel Casing Pipe 35 installed 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under "Measurement" will be paid for at the unit 39 price bid per linear foot of "Casing, By Open Cut" installed for: 40 a) Various Sizes 41 c. The price bid shall include: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 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 330522-2 STEEL CASING PIPE Page 2 of 6 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) M bilization 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. M asurement 1) M asured 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) M bilization 3) Launching shaft 4) Receiving shaft 5) Portal Stabilization 6) Settlement Monitoring 7) Contact Grouting 8) Pavement removal 9) Excavation 10) Hauling 11) Disposal of excess material 12) Furnishing, placement, and compaction of backfill 13) Clean-up 38 1.3 REFERENCES 39 A. Reference Standards 40 41 42 43 44 45 46 47 48 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A139, Standard Specification for Electric -Fusion (Arc) -Welded Steel Pipe (NPS Sizes 4 and Over). 3. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330522-3 STEEL CASING PIPE Page 3 of 6 1 B. Reference Documents: 2 1. "Geotechnical Engineering Studv, Northside III Water Main, Expedited 3 Alignment, Boat Club Road to West Bonds Ranch Road, Fort Worth, Texas". 4 CMJ Engineering, Inc., Report No. 103-24-529, dated June 18, 2024. 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 0133 00. 8 B. All submittals shall be approved by the City prior to delivery. 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 10 A. Product Data 11 1. Exterior Coating 12 a. M terial data 13 b. Field touch-up procedures 14 2. Interior Coating 15 a. M terial data 16 b. Field touch-up procedures 17 B. Shop Drawings 18 1. Provide the following: 19 a. Furnish detailed drawings for Steel Casing Pipe outlining the following: 20 1) Grout/lubrication ports 21 2) Joint details 22 3) Other miscellaneous items for furnishing and fabricating pipe 23 b. Submit calculations in a neat, legible format that is sealed by a Licensed 24 Professional Engineer in Texas, consistent with the information provided in the 25 geotechnical report, and includes: 26 1) Calculations confirming that pipe jacking capacity is adequate to resist the 27 anticipated jacking loads for each crossing, with a minimum factor of safety 28 of 2. 29 2) Calculations confirming that pipe capacity is adequate to safely support all 30 other anticipated loads, including earth and groundwater pressures, 31 surcharge loads, and handling loads 32 3) Calculations confirming that jointing method will support all loading 33 conditions 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE [NOT USED] 37 1.10 DELIVERY, STORAGE, AND HANDLING 38 A. Delivery, Handling, and Storage 39 1. Prior to delivery of the pipe, end/intemal bracing shall be furnished and installed, 40 as recommended by the manufacturer, for protection during shipping and storage. 41 2. Deliver, handle and store pipe in accordance with the Manufacturer's 42 recommendations to protect coating systems. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330522-4 STEEL CASING PIPE Page 4 of 6 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 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 A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 2. For Steel Casing Pipe utilized for by other than open cut installations: a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. 3. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter (inches) 14 — 18 20 — 24 26 — 32 34-42 44 — 48 60-84 Greater than 84 Minimum Wall Thickness (inches) .3125 (5/16) .375 (3/8) .5 (1/2) .625 (5/8) .6875 (11/16) 0.75 (3/4)* 1.00 (1) *For the 78-inch steel casing uiue between STA. 32+16 to 33+21, a minimum wall thickness of 1.0" shall be used. 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers/Contractor-designed pipe supports as required in Section 33 05 24. a. Intended 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. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330522-5 STEEL CASING PIPE Page 5 of 6 1 6. Random segments of pipe will not be permitted for straight runs of casing. 2 a. Closing piece segments, however, shall be acceptable. 3 7. When required by installation method, provide grout/lubricant ports along the pipe 4 at intervals of 10 feet or less. 5 a. Ports and fittings shall be attached to the pipe in a manner that will not 6 materially affect the strength of the pipe nor interfere with installation of carrier 7 pipe. 8 b. Plugs for sealing the fittings shall be provided by the Contractor and shall be 9 capable of withstanding all external and internal pressures and loads without 10 leaking. 11 B. Materials 12 1. Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B. 13 2. Dimensional Tolerances 14 a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are 15 compatible with performance requirements and proposed installation methods 16 that meet or exceed the specific requirements below: 17 1) M nimum wall thickness at any point shall be at least 87.5 percent of the 18 nominal wall thickness. 19 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal 20 circumference, whichever is less. 21 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside 22 diameter. 23 4) Roundness such that the difference between the major and minor outside 24 diameters shall not exceed 0.5 percent of the specified nominal outside 25 diameter or 1/4 inch, whichever is less. 26 5) M ximum allowable straightness deviation of 1/8 inch in any 10-foot 27 length. 28 3. AR The beginning and end section of the steel pipe casing shall have square ends. 29 a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from 30 a true plane perpendicular to the axis of the pipe and passing through the center 31 of the pipe at the end. 32 b. When pipe ends have to be beveled for welding, the ends shall be beveled on 33 the outside to an angle of 35 degrees with a tolerance of ± 2%2 degrees and with 34 a width of root face 1/16 inch ± 1/32 inch. 35 4. Steel Casing Pipe connections shall be achieved by full penetration field butt 36 welding or an integral machine press -fit connection (Permalok or equal), prior to 37 jacking of the pipe. 38 5. Steel Cassia Piye shall be f brie&te K+h loneitudinal weld seams. 39 a. An eiFt .weld seams shall be a nd flush-. 40 C. Finishes 41 1. Coat W,., vide inside -and outside of Steel Casing Pipe with a coal -tar protective 42 coating in accordance with the requirements of AWWA C203. 43 a. Touch up after field welds shall provide coating equal to those specified above. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330522-6 STEEL CASING PIPE Page 6 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Method for installation of Steel Casing Pipe for By Other than Open Cut shall be 9 in accordance with Section 33 05 27. Install Steel Casing Pipe for Open Cut in 10 accordance with Section 33 05 10. 11 1. Steel Casing Pipe connections shall be achieved by full penetration field butt 12 welding or an integral machine press -fit connection (Permalok or equal), prior to 13 jacking of the pipe. 14 2. Allowable joint types for each crossing are shown on the Drawings. 15 3. Field butt welding a square end piece of steel pipe to a 35-degree beveled end of 16 steel pipe is acceptable. 17 4. Integral machined press -fit connections shall be installed in accordance with the 18 manufacturer's installation procedures and recommendations. 19 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with 20 Section 33 05 24. 21 C. Contact grouting of the annulus outside the casing pipe shall be performed in 22 accordance with Section 33 05 27 and 33 05 45. 23 3.5 REPAIR / RESTORATION [NOT USED] 24 3.6 RE -INSTALLATION [NOT USED] 25 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 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 34 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 33 05 24 - 1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 11 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. Added 1.1.C.4-8: Reference to Related Specifications. 10 2. Modified 1.2.A.2.c.3: Revised text for claritv. 11 3. Modified 1.6.A.2: Revised text for claritv. 12 4. Modified 1.6.B.1: Submittals required for 24-inch and larger carrier pipe. 13 5. Modified 1.6.B.3: Casing spacers for ductile iron pipe onlv. 14 6. Modified 1.6.B.5: Annular Space grouting for sanitary sewer onlv. 15 7. Modified 3.4.C.2: Clarified casing spacers for ductile iron carrier pipe onlv. 16 8. Deleted 3.4.C.2.f.1: Guide rails shall be allowed for installation of carrier pipe. 17 9. Modified 3.4.C.2.h: Changed "carrier" to "casing spacer" for claritv. 18 10. Added 3.4.C.4: Added mortar band spacing requirements. 19 11. Modified 3.4.C.5.d: No annular space grouting for water pipe. 20 12. Modified 3.7.A: Reporting is required for 24-inch and larger casing pipe for 21 runs longer than 250 feet. 22 C.Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 24 Contract 25 2. Division 1 — General Requirements 26 3. Section 33 0130 — Sewer and Manhole Testing 27 4. Section 33 05 21— Tunnel Liner Plate 28 5. Section 33 05 22 — Steel Casing Pipe 29 6. Section 33 05 27 — Open -Face Piveiacking 30 7. Section 33 05 28 — Open -Face Tunneling 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A.Measurement and Payment 33 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 34 a. Measurement 35 1) Measured horizontally along the surface from centerline to centerline of the 36 beginning of the casing/liner to the end of the casing/liner 37 b. Payment CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 11 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" shall be paid for at the unit 3 price bid per linear foot for "Sewer Carrier Pipe" complete in place for: 4 a) Various Sizes 5 c. The price bid shall include: 6 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/Tunnel 7 Liner Plate as specified by the Drawings 8 2) Mobilization 9 3) Casing Spacers/Supports 10 4) End seals 11 5) Annular Space Grout 12 6) Excavation 13 7) Hauling 14 8) Disposal of excess material 15 9) Clean-up 16 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate 17 a. Measurement 18 1) Measured horizontally along the surface from centerline to centerline of the 19 beginning of the casing/liner to the end of the casing/liner 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under "Measurement" shall be paid for at the unit 23 price bid per linear foot for "Water Carrier Pipe" complete in place for: 24 a) Various Sizes 25 c. The price bid shall include: 26 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate 27 as specified by the Drawings 28 2) Mobilization 29 3) Joint restraint 30 4) Casing Spacers/Suuuorts 31 5) End seals 32 6) Annular Space Grout 33 7) Excavation 34 8) Hauling 35 9) Disposal of excess material 36 10) Clean-up 37 1.3 REFERENCES 38 A.Definitions 39 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 40 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 41 ground and provides a stable underground excavation for installation of the carrier 42 pipe 43 B.Reference Standards 44 1. Reference standards cited in this Specification refer to the current reference 45 standard published at the time of the latest revision date logged at the end of this 46 Specification, unless a date is specifically cited. 47 2. American Society of Testing and Materials (ASTM) CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330524-3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 11 1 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 2 Specimens. 3 b. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 4 Mortars (Using 2-in or [50 mm] Cube Specimens). 5 c. C869, Standard Specification for Foaming Agents Used in Making Preformed 6 Foam for Cellular Concrete 7 d. D638, Standard Test Method for Tensile Properties of Plastics. 8 3. International Organization for Standardization (ISO): 9 a. 9001, Quality Management Systems - Requirements. 10 4. Occupational Safety and Health Administration (OSHA) 11 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 12 1926, Subpart S, Underground Construction and Subpart P, Excavation. 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A.Submittals shall be in accordance with Section 0133 00. 16 B.All submittals shall be approved by the City prior to delivery. 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 18 A.Product Data 19 1. Casing Isolators/Spacers 20 a. Material Data 21 2. Annular Space Grout Mix 22 a. Material Data 23 B. Shop Drawings 24 1. Required for 24-inch and larger carrier pipe installations 25 2. Submit Work Plan describing the carrier pipe installation equipment, materials and 26 construction methods to be employed. 27 3. Casing Spacers/Isolators (for Ductile Iron casing uiue installations) 28 a. Detail drawings and manufacturer's information for the casing isolators/spacers 29 that will be used. 30 1) Include dimension and component materials and documentation of 31 manufacturer's ISO 9001:2000 certification. 32 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 33 by -case basis. 34 c. For consideration of alternate method, submit a detailed description of method 35 including details and calculations. 36 4. End seal or bulkhead designs and locations for casing/liners. 37 5. Annular Space (between pipe and casing/tunnel liner plate) Grouting Work Plan 38 and Methods including (for sanitary sewer uiue onlv): 39 a. Grouting Methods 40 b. Details of equipment 41 c. Grouting procedures and sequences including: 42 1) Injection methods 43 2) Injection pressures CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 11 1 3) Monitoring and recording equipment 2 4) Pressure gauge calibration data 3 5) Materials 4 d. Grout mix details including: 5 1) Proportions 6 2) Admixtures including: 7 a) Manufacturer's literature 8 b) Laboratory test data verifying the strength of the proposed grout mix 9 c) Proposed grout densities 10 d) Viscosity 11 e) Initial set time of grout 12 (1) Data for these requirements shall be derived from trial batches from 13 an approved testing laboratory. 14 e. Submit a minimum of 3 other similar projects where the proposed grout mix 15 design was used. 16 f. Submit anticipated volumes of grout to be pumped for each application and 45 17 reach grouted. 18 g. For pipe installations greater than 36-inches, without hold down jacks or a 2 19 restrained spacer, provide buoyant force calculations during grouting and 20 measures to prevent flotation. 21 1) Calculations sealed by a licensed Engineer in the State of Texas. 22 h. Description of methods and devices to prevent buckling of carrier pipe during 23 grouting of annular space, if required 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE 27 A. Certifications 28 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 29 IS09001:2000. 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS 34 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 35 2.2 MATERIALS 36 A.Manufacturers 37 1. Only the manufacturers as listed on the City's Standard Products List will be 38 considered as shown in Section 0160 00. 39 a. The manufacturer must comply with this Specification and related Sections. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 11 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 0125 00. 3 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 4 regularly engaged in the manufacturing of casing spacers/isolators. 5 B.Design Criteria and Materials 6 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 7 indicated in PART 3 of this Specification, incorporating all support/insulator 8 dimensions required. Diameter Specification (inches) Material Reference Water Line 6-12 DIP (Restrained) 33 11 10 DIP (Restrained) 33 11 10 16-20 AWWA C303 (Restrained) 33 11 13 DIP (Restrained) 33 11 10 24 and greater AWWA C303 (Restrained) 33 11 13 AWWA C200 (Restrained) 33 11 14 AWWA C301 (Restrained) 33 11 15 Sanitary DIP (with Ceramic Epoxy) 33 11 10 Sewer Line 8-16 PVC C900 DR14 33 31 20 18 and greater DIP (with Ceramic Epoxy) 33 11 10 9 2. Grout of annular space 10 a. For gravity sewer carrier pipe installation: 11 1) Fill all voids between the carrier pipe and the casing or liner with grout. 12 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 13 shall be in contact with the grout. 14 b. For water line installation: 15 1) No annular space fill will be used. 16 3. Grout Mixes 17 a. Low Density Cellular Grout (LDCG) 18 1) Annular space (between carrier pipe and casing/liner) grout shall be LDCG. 19 2) The LDCG shall be Portland cement -based grout mix with the addition of a 20 foaming agent designed for this application. The foaming agent shall 21 conform to ASTM C 869. 22 3) Develop one or more grout mixes designed to completely fill the annular 23 space based on the following requirements: 24 a) Provide adequate retardation to completely fill the annular space in one 25 monolithic pour. 26 b) Provide less than one (1%) percent shrinkage by volume. 27 c) Compressive Strength 28 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 29 d) Design grout mix with the proper density and use proper methods to 30 prevent floatation or damage of the carrier pipe. 31 e) Proportion grout to flow and to completely fill all voids between the 32 carrier pipe and the casing or liner. 33 4. End Seals 34 a. Provide end seals at each end of the casing or liner to contain the grout backfill 35 or to close the casing/liner ends to prevent the inflow of water or soil. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 11 1 1) For water piping less than 24-inch diameter, use hard rubber seals, Model 2 PL Link Seal as manufactured by the Thunderline Corporation or approved 3 equal. 4 2) For water piping 24-inch diameter and greater, use pull -on, 1/8-inch thick, 5 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 6 Insulator, Inc. or approved equal. 7 3) For sewer piping, no end seals are required since the annular space between 8 the carrier pipe and the casing will be grouted. 9 b. Design end seals to withstand the anticipated soil or grouting pressure and be 10 watertight to prevent groundwater from entering the casing. 11 5. Casing Spacers/Insulators 12 a. Provide casing spacers/insulators to support the carrier pipe during installation 13 and grouting (where grout is used). 14 1) For concrete pressure pipe, mortar bands may be allowed in lieu of casing 15 spacers/isolators. 16 2) Mortar bands shall be in accordance with Section 33 11 13. 17 b. Casing Spacers/Isolators material and properties: 18 1) Shall be minimum 14 gage 19 2) For water pipe, utilize Stainless Steel. 20 3) For sewer pipe, utilize Coated Steel. 21 4) Suitable for supporting weight of carrier pipe without deformation or 22 collapse during installation 23 c. Provide restrained -style casing spacers to hold all pipes stable during grouting 24 operations and prevent floating or movement. 25 d. Provide dielectric strength sufficient to electrically isolate each component from 26 one another and from the casing. 27 e. Design risers for appropriate loads, and, as a minimum: 28 1) Provide 10 gage steel risers 29 a) Provide stainless steel bands and risers for water installations. 30 £ Band material and criteria 31 1) Provide polyvinyl chloride inner liner with: 32 a) Minimum thickness of 0.09 inches 33 b) Durometer "A" of 85-90 hardness 34 c) Minimum dielectric strength of 58,000 volts 35 g. Runner material and criteria 36 1) Provide pressure -molded glass reinforced polymer or UHMW with: 37 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 38 2) Attach to the band or riser with 3/8-inch minimum welded steel or stainless 39 steel studs. 40 3) Runner studs and nuts shall be recessed well below the wearing surface of 41 the runner 42 a) Fill recess with a corrosion inhibiting filler. 43 h. Riser height 44 1) Provide sufficient height with attached runner allow a minimum clearance 45 of 2 inches between the outside of carrier pipe bells or couplings and the 46 inside of the casing liner surface. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 11 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Carrier pipe installation shall not begin until the following tasks have been 10 completed: 11 a. All required submittals have been provided, reviewed and accepted. 12 b. All casing/liner joints are watertight and no water is entering casing or liner 13 from any sources. 14 c. All contact grouting is complete. 15 d. Casing/liner alignment record drawings have been submitted and accepted by 16 City to document deviations due to casing/liner installation. 17 e. Site safety representative has prepared a code of safe practices and an 18 emergency plan in accordance with applicable requirements. 19 2. The carrier pipe shall be installed within the casings or liners between the limits 20 indicated on the Drawings, to the specified lines and grades and utilizing methods 21 which include due regard for safety of workers, adjacent structures and 22 improvements, utilities and the public. 23 B. Control of Line and Grade 24 1. Install Carrier pipe inside the steel casing within the following tolerances: 25 a. Horizontal 26 1) ± 2 inches from design line 27 b. Vertical 28 1) ±1 inch from design grade 29 2. Check line and grade set up prior to beginning carrier pipe installation. 30 3. Perform survey checks of line -and -grade of carrier pipe during installation 31 operations. 32 4. The Contractor is fully responsible for the accuracy of the installation and the 33 correction of it, as required. 34 a. Where the carrier pipe installation does not satisfy the specified tolerances, 35 correct the installation, including if necessary, redesign of the pipe or structures 36 at no additional cost to City. 37 C.Installation of Carrier Pipe 38 1. Pipe Installation 39 a. Remove all soil from casing or liner. 40 b. Grind smooth all rough welds at casing joints. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 11 1 2. Installation of Casing Spacers 2 a. Provide casing spacers, insulators or other approved devices to prevent flotation, 3 movement or damage to the pipe during installation and grout backfill 4 placement. 5 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 6 casings or tunnels. 7 c. Correctly assemble, evenly tighten and prevent damage during tightening of the 8 insulators and pipe insertion. 9 d. Install spacers in accordance with manufacturer's recommendations. 10 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 11 and the casing. 12 f. For ductile iron carrier pipe shall be installed without sliding or dragging it on 13 the ground or in the casing/liner in a manner that could damage the pipe or 14 coatings. 15 ) ifgu�e �'ls �eallowed, laee-eem�taron • es of the 16 r 17 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 18 lubricant to minimize friction when installing the carrier pipe. 19 h. The casing spacers shall be electrically isolated from the carrier pipe and from 20 the casing. 21 i. Grade the bottom of the trench adjacent to each end of the casing to provide a 22 firm, uniform and continuous support for the pipe. If the trench requires some 23 backfill to establish the final trench bottom grade, place the backfill material in 24 6-inch lifts and compact each layer. 25 j. After the casing or tunnel liner has been placed, pump dry and maintain dry until 26 the casing spacers and end seals are installed. 27 3. Insulator Spacing (For ductile iron carrier wipe) 28 a. Maximum distance between spacers is to be 6 feet. 29 b. For 18- and 20-foot-long joints, install a minimum of 4 spacers. 30 1) Install 2 spacers within 1 foot on each side of the bell or flange. 31 2) Remaining 2 spacers shall be spaced equally. 32 c. If the casing or pipe is angled or bent, reduce the spacing. 33 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 34 of size of casing and pipe or type of spacer used. 35 e. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the 36 spigot into the bell. 37 4. Mortar Band Spacing (For steel and bar -wrapped concrete cvlinder carrier 38 Rim) 39 a. Maximum distance between mortar bands shall be per manufacturer's 40 recommendations. 41 b. Install 2 mortar bands per ioint. 42 c. The end mortar band must be within 6 inches of the end of the casing pipe, 43 regardless of size of casing and pipe used. 44 5. After installation of the carrier pipe: 45 a. Mortar inside and outside of the joints, as applicable 46 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 47 1) If continuity exists, remedy the short, by all means necessary including 48 removing and reinstalling the carrier pipe, prior to applying cellular grout. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 330524-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 11 1 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 2 casing. 3 d. If steel carrier, pipe is used, the pipe shall be welded prior to installation in 4 casing/liner.. , Iddin . of ..;.., wiH onl- , be allowed after- a „pine of annular 5 sanee is eomalete. 6 D.Installation of End Seals 7 1. For Water Pipes 8 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 9 b. Place pull -on synthetic rubber end seals on the pipe and pull over the end of the 10 casing. Securely fasten with stainless steel bands. 11 2. For Sewer Pipes 12 a. Grout annular space between carrier pipe and casing as indicated in this 13 Specification. 14 E. Annular Space Grouting (For Sewer Only) 15 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 16 operation as necessary. 17 2. Mixing of Grout 18 a. Mix material in equipment of sufficient size to provide the desired amount of 19 grout material for each stage in a single operation. 20 1) The equipment shall be capable of mixing the grout at the required densities 21 for the approved procedure and shall be capable of changing the densities as 22 required by field conditions. 23 3. Backfill Annular Space with Grout 24 a. Prior to filling of the annular space, test the carrier pipe in accordance with 25 Section 33 0130. 26 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 27 do not exceed this pressure. 28 c. After the installation of the carrier pipe, the remaining space (all voids) between 29 the casing/liner and the carrier shall be filled with LDCG grout. 30 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 31 be in contact with the grout. 32 2) Grout shall be pumped through a pipe or hose. 33 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier 34 pipe during grouting. 35 4. Injection of LDCG Grout 36 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 37 approved recommendations or 5 psi (whichever is lower). 38 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 39 velocity, and pressure compatible with the size/volume of the annular space. 40 c. Once grouting operations begin, grouting shall proceed uninterrupted, unless 41 grouting procedures require multiple stages. 42 d. Grout placements shall not be terminated until the estimated annular volume of 43 grout has been injected. 44 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 45 6. Protect and preserve the interior surfaces of the casing from damage. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 33 05 24 - 10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 11 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL 4 A.Revorts and Records required for casing pipe installations greater than 24-inches 5 1. Maintain and submit daily logs of grouting operations. 6 a. Include: 7 1) Grouting locations 8 2) Pressures 9 3) Volumes 10 4) Grout mix pumped 11 5) Time of pumping 12 2. Note any problems or unusual observations on logs. 13 B.Grout Strength Tests 14 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 15 cylinder molds or grout cubes obtained during grouting operations. 16 2. City will perform field sampling during annular space grouting. 17 a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 18 cubic yards of grout injected but not less than 1 set for each grouting shift. 19 b. City will perform 24-hour and 28-day compressive strength tests per ASTM C39 20 (cylindrical specimens) or ASTM C109 (cube specimens). 21 c. Remaining samples shall be tested as directed by City. 22 C. Safety 23 1. The Contractor is responsible for safety on the job site. 24 a. Perform all Work in accordance with the current applicable regulations of the 25 Federal, State and local agencies. 26 b. In the event of conflict, comply with the more restrictive applicable requirement. 27 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 28 shafts/pits. 29 a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to 30 applicable local, State and Federal regulations. 31 3. Methods of construction shall be such as to ensure the safety of the Work, 32 Contractor's and other employees on site and the public. 33 4. Furnish and operate a temporary ventilation system in accordance with applicable 34 safety requirements when personnel are underground. 35 a. Perform all required air and gas monitoring. 36 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 37 atmosphere free of toxic or flammable gasses in all underground work areas. 38 5. Perform all Work in accordance with all current applicable regulations and safety 39 requirements of the federal, state and local agencies. 40 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 41 Underground Construction and Subpart P, Excavations. 42 b. In the event of conflict, comply with the more stringent requirements. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 33 05 24 - 11 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 11 of 11 1 6. If personnel will enter the pipe during construction, the Contractor shall develop an 2 emergency response plan for rescuing personnel trapped underground in a shaft 3 excavation or pipe. 4 a. Keep on -site all equipment required for emergency response in accordance with 5 the agency having jurisdiction 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.1 — Modified minimum water line diameter from 8-inches to 6-inches Added Blue Text for clarification 1.1.0 — Added Concrete Pressure Pipe Specification reference. 6/19/2013 D. Johnson 2.2.B.5 — Added provisions for mortar bands on concrete pressure pipe. 3.4.C.3 — Revised language related to spacing of casing spacers to correspond to the City's Standard Detail. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 23, 2024 CITY PROJECT NO. 104940-2 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 SECTION 33 05 27 OPEN -FACE PIPEJACKING PART GENERAL 1.1 SUMMARY 33 05 27 OPEN -FACE PIPEJACKING Page 1 of 14 A. Section Includes: 1. Minimum requirements for the installation of casing pipe using open -face pipe] acking. Open -face pipejacking shall be used to install steel casing pipe at locations shown on the Drawings. Jacking pipe shall be provided in accordance with 33 05 22 — Steel Casing Pipe. B. Deviations from this City of Fort Worth Standard Specification 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION 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. 33 05 22 — Steel Casing Pipe 4. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 5. 33 05 41 — Shaft Excavation and Support 6. 33 05 42 —Water Control for Shaft and Tunnel Construction 7. 33 05 44 — Settlement Monitoring 8. 33 05 45 — Contact Grouting 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Measurement: a. This Item is considered subsidiary to Steel Casing Pipe installation. 2. Payment: a. The work performed and materials furnished in accordance with this Item are considered subsidiary to the unit price bid per unit linear foot of By Other than Open Cut installation of Steel Casing to be completed in place and no other compensation will be allowed. 1.3 REFERENCES A. Definitions: 1. Open -Face Pipejacking: Open -face pipejacking is a technique for installing jacking pipe from a jacking shaft to a receiving shaft, using hydraulic jacks. Soil/rock excavation is carried out within a shield in front of the lead pipe segment using hand - mining, mechanical methods such as a roadheader or digger -boom, or with mechanized equipment such as a rotary tunnel boring machine (TBM). The excavation method should be chosen to be compatible with the anticipated ground conditions. The shield is steerable using hydraulic or mechanical jacks to orient an CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 27 OPEN -FACE PIPEJACKING Page 2 of 14 1 articulated section of the shield, and guidance is provided using a laser, theodolite, or 2 gyroscope system supplemented with a water level if necessary. 3 2. Jacking Pipe: The pipe jacked behind the shield. The jacking pipe shall be 4 specifically designed to be installed by pipejacking. 5 3. Launch/Retrieval Seal or Entry/Exit Seal: A mechanical seal usually comprised of 6 one or more rubber flanges attached to a steel housing that is mounted to the wall of 7 the jacking/receiving shaft. The shield or jacking pipe distends the flange seal as it 8 passes through, reducing water, lubricant, and soil/rock inflows into the shaft during 9 pipejacking operations. 10 4. Lubrication/Grout Port: A port located within the shield or in a jacking pipe segment, 11 fitted with a one-way valve, for injection of lubrication material or grout into the 12 annular space between the pipe and the ground. 13 B. Reference Standards: 14 1. Reference standards cited in this Specification refer to the current reference standard 15 published at the time of the latest revision date logged at the end of this Specification, 16 unless a date is specifically cited. 17 2. Occupational Safety and Health Administration (OSHA) 18 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 19 1926 Subpart P — Excavations, and Subpart S — Underground Construction. 20 C. Reference Documents: 21 1. "Geotechnical Engineering Study, Northside III Water Main, Expedited Alignment, 22 Boat Club Road to West Bonds Ranch Road, Fort Worth, Texas". CMJ Engineering, 23 Inc., Report No. 103-24-529, dated June 18, 2024. 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. The Contractor shall provide written notice to the Engineer at least 72 hours in advance of 26 the planned launch of the pipejacking drive. 27 1.5 SUBMITTALS 28 A. Submittals shall be made in accordance with Section 0133 00. 29 B. All submittals shall be approved by the City prior to delivery. 30 C. Review and acceptance of the Contractor's submittals by the Engineer shall not be 31 construed in any way as relieving the Contractor of its responsibilities under this Contract. 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 33 A. Qualifications: 34 1. Submit the names of the project superintendent, shield operator(s)/tunnel foreman, site 35 safety representative, and surveyor. 36 2. Submit personnel qualifications in accordance with Paragraphs 1.9 B through E. 37 3. Provide qualifications and training records for site safety representative, personnel 38 responsible for air quality monitoring, and licensed surveyor. 39 B. Shop Drawings: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 27 OPEN -FACE PIPEJACKING Page 3 of 14 1 1. Pipejacking Equipment: Submit the following describing the pipejacking equipment 2 and construction methods: 3 a. A detailed description of the methods and equipment to be used in completing 4 each pipejacking drive. 5 b. Manufacturer's literature describing the pipejacking system including the shield 6 and all ancillary equipment. Provide descriptions of projects on which this 7 system has been successfully used including names, current addresses, and 8 telephone numbers of owner's representatives for these projects as well as 9 length, diameter, ground conditions, and pipe material used. 10 C. The excavation diameter based upon the outermost dimensions of the shield. 11 Also provide the radial overcut, which shall be determined as the difference 12 between the maximum excavation diameter and the outer diameter of the 13 jacking pipe, divided by two. 14 d. A description of the alignment control system. 15 1) Provide manufacturer's literature and drawings, showing setup and 16 support provisions, and other details for the laser, gyroscope, water level, 17 and/or theodolite system. Confirm that these systems can achieve the 18 required line and grade within the specified tolerances. 19 2) Submit a description of surveying methods to set guidance system 20 positions and a description of procedures to check and reset or realign 21 guidance system during construction, including how the alignment system 22 will be mounted so as not to be affected by jacking operations. 23 3) Submit a description of methods to ensure that thrust block, entry seal, and 24 jacking frame are installed on proper line and grade. 25 4) Submit results of line and grade survey to ensure that the thrust block, 26 jacking frame, and launch and retrieval seals are installed properly, prior 27 to launch. 28 e. Capacity, number, and arrangement of main jacks. Provide details of: 29 1) Thrust block 30 2) Jacking frame and thrust ring 31 3) Jacking calibration data (hydraulic pressure vs. jacking force relationship 32 for each stage of the jacks). 33 f. Details of pipe lubrication injection system and pipe lubricants to be used during 34 pipejacking, including: 35 1) Manufacturer's literature and SDS sheets. 36 2) A description of proposed lubrication procedures during jacking, including 37 estimated volumes of lubricant that will be pumped. 38 3) Confirm that sufficient volume of lubricant will be pumped at all times to 39 completely fill the annular space outside the jacking pipe. 40 g. Detailed description of equipment and procedures for spoil removal, 41 containment, transport, and off -site disposal. Provide written documentation CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 27 OPEN -FACE PIPEJACKING Page 4 of 14 1 from the disposal site(s) indicating that they will accept the spoil and are in 2 compliance with applicable regulations. 3 h. Ventilation and air quality monitoring system, including monitors for shield or 4 TBM deactivation and alarm activation. 5 2. Shaft Layout Drawings: 6 a. The Contractor shall submit shaft layout drawings for both jacking and receiving 7 shafts detailing dimensions and locations of all equipment. 8 b. The Contractor's layout drawings shall show that all equipment and operations 9 will be completely contained within the allowable work areas shown on the 10 Drawings. 11 3. Calculations: 12 a. Calculations shall be consistent with information provided in the Geotechnical 13 Engineering Reports. Calculations shall be prepared, stamped and signed by a 14 Civil or Structural engineer licensed in the State of Texas. 15 1) Provide an estimate of the maximum jacking force expected to complete 16 each drive, accounting for both face pressures and frictional resistance 17 along the pipe string. 18 2) Calculations demonstrating that the ground behind the thrust block can 19 transfer the maximum planned jacking forces exerted by the main jacks to 20 the ground during pipe installation with an acceptable factor of safety of at 21 least 1.25, without excessive deflection or displacement. The thrust block 22 capacity submittal shall be coordinated between the Contractor, shaft 23 subcontractor, and pipejacking subcontractor to ensure an adequate 24 jacking system is provided to complete the work. 25 4. Schedule: 26 a. Provide a schedule for all pipejacking work, identifying all major construction 27 activities as independent items. The schedule shall include, at a minimum, the 28 following activities: mobilization, water control, shaft excavation and support, 29 working slab construction, thrust block construction, jacking equipment setup, 30 entry/exit seal installation for launch/retrieval of shield, portal stabilization and 31 testing, pipejacking, retrieval of the shield, contact grouting, installation of carrier 32 pipe, shaft backfill, site restoration, cleanup, and demobilization. 33 b. The schedule shall also include the planned work hours and workdays. 34 C. Daily Records: The following daily records shall be submitted to the onsite Engineer for 35 review, by noon on the day following the shift for which the data or records were taken: 36 1. Jacking Records: The Contractor shall provide complete written jacking records to the 37 Engineer. These records shall include, at a minimum: date, time, name of operator, 38 tunnel drive identification, installed pipe number and corresponding tunnel length, 39 time required to jack each pipe and time required to set subsequent pipe, spoil 40 volumes (muck carts per pipe joint, and estimated volume per cart), ground conditions 41 including occurrences of unstable ground and estimated groundwater inflow rates if 42 any, jacking forces, steering jack positions, line and grade offsets and any movement 43 of the guidance system, hydraulic pressures of excavation equipment CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 27 OPEN -FACE PIPEJACKING Page 5 of 14 1 (TBM/roadheader torque, digger arm pressure, etc.), shield roll, volume and location 2 of lubricant pumped, and problems encountered with the pipejacking shield or other 3 components or equipment, and durations and reasons for delays. 4 2. Manually recorded observations shall be made at intervals of not less than three times 5 per pipe, as conditions change, and as directed by the Engineer. 6 3. At least fourteen (14) days prior to the launch of the shield, the Contractor shall 7 submit samples of the jacking logs or records to be used. 8 D. Safety Plan: 9 1. Submit a Safety Plan for the pipejacking operations including: 10 a. Air monitoring equipment 11 b. Procedures and provisions for lighting, ventilation, and electrical system 12 safeguards. 13 C. Provide name of site safety representative responsible for implementing safety 14 program 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Failure to meet the qualification requirements is failure to fulfill the Contract and the 19 Contractor will be required to obtain a subcontractor that meets the qualification 20 requirements. 21 B. The project superintendent shall have at least five (5) years of experience supervising open- 22 face tunneling construction. The Contractor shall submit details of referenced projects 23 including owner's name and contact information, project superintendent, and shield 24 operators. 25 C. The open -face tunneling operator(s)/tunnel foreman shall have technical training in the 26 operation of the proposed open -face tunneling equipment and shall have completed, as a 27 primary operator/foreman, at least five (5) similar open -face tunnel drives of at least 200 28 feet on each drive. At least two (2) of the drives shall have tunnel diameters equal to or 29 greater than 72 inches. The Contractor shall submit details of referenced projects including 30 owner's name and contact information, project superintendent, and machine operators. 31 D. The site safety representative and personnel responsible for air quality monitoring shall be 32 experienced in tunnel construction and shall have current certification by OSHA. 33 E. The surveyor responsible for line -and -grade control shall be a Licensed Surveyor registered 34 in the State of Texas who has prior experience on trenchless projects. 35 F. The Contractor shall immediately notify the Engineer, in writing, when any problems are 36 encountered with equipment or materials, or if the Contractor believes the conditions 37 encountered are materially and significantly different from those represented within the 38 Contract Documents. 39 G. The Contractor shall allow access to the Engineer and shall furnish necessary assistance and 40 cooperation to aid the Engineer in observations, measurements, data, and sample collection, 41 including, but not limited to the following: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 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 33 05 27 OPEN -FACE PIPEJACKING Page 6 of 14 1. The Engineer shall have access to the pipejacking shield and jacking system hydraulic pressure gauges prior to, during, and following all pipejacking operations. Additionally, the Contractor shall allow the Engineer reasonable access to the pipejacking shield for inspection of the excavation face. 2. The Engineer shall have access to the jacking and reception shafts prior to, during, and following all jacking operations. The Contractor shall provide safe access in accordance with all safety regulations. This shall include, but not be limited to: a. Visual inspection of installed pipes b. Launch and retrieval seals C. Verification of line and grade. 3. The Engineer shall have access to spoils removed from the tunnel excavation prior to, during, and following all pipejacking operations. The Engineer shall be allowed to collect samples from the muck buckets or spoil piles a minimum of once per installed pipe section, or every ten (10) feet, whichever is more often, and at any time when changes in ground conditions or obstructions are apparent or suspected. 4. The Engineer shall have access to the bentonite lubrication plant prior to, during, and following all jacking operations. This shall include, but not be limited to, access to visually inspect: a. Storage and mixing tanks b. Lubricant pressures and pumping rates C. Amount and type of lubricants on site. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Steel Casing Pipe: Steel casing pipe used as jacking pipe shall conform to 33 05 22 — Steel Casing Pipe. B. Design Criteria: 1. Pipejacking Equipment: a. The Contractor shall conduct all pipejacking excavation work from within ground support that provides adequate protection for workers. 1) Contractor shall determine if a pipejacking shield is required per geotechnical conditions encountered at project site and the conditions anticipated by the Contractor. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 27 OPEN -FACE PIPEJACKING Page 7 of 14 1 b. The pipejacking shield shall be designed to support all ground loads which may be 2 imposed upon it as well as any surcharge loads and loads imposed by the thrust 3 jacks, steering mechanisms, and other appurtenances. 4 C. The pipejacking shield, including the weight, dimensions, steering capabilities, 5 excavation capabilities, and other characteristics, shall be suitable for, and 6 capable of, efficiently advancing through the conditions indicated in the 7 Geotechnical Engineering Report, and the conditions anticipated by the 8 Contractor. The spoil conveyance system shall also be designed for the full 9 range of ground conditions indicated. 10 d. Non -rotary type shields shall have a hood that covers the crown and projects not 11 less than two (2) feet nor more than three (3) feet beyond the shield edge. 12 e. If a rotary -type cutterhead is used, the cutterhead shall have a reversible drive 13 system so that it can rotate in either direction or have other suitable provisions to 14 minimize rotation or roll of the shield and/or pipe during installation. 15 £ The tunneling methods shall be capable of fully supporting the excavation face at 16 all times, including periods of shutdown or raveling/running/flowing ground 17 conditions. 18 g. The tunneling methods shall be capable of full -face closure or shall permit ready 19 installation of breasting boards, sand shelves, or closeable flood doors, and shall 20 be designed to handle adverse ground conditions including groundwater ingress. 21 The upper half of the tunnel heading shall be supported whenever ground 22 conditions indicate potential raveling of the crown. The tunnel heading shall be 23 completely closed off whenever tunneling work is not being performed. 24 1) Sand shelves, hydraulic louvers, breasting tables, or other means of 25 controlling the face of the excavation shall be present on site with the ability 26 to be installed immediately should unstable ground or a change of 27 conditions be encountered. 28 2) For tunneling where a hooded shield is not used, spiling shall be provided in 29 the roof of the excavation to support any unstable ground. 30 h. The pipejacking shield shall have an articulation joint between two segments of 31 the shield to allow for steering. 32 i. The shield shall be steerable in both the vertical and horizontal directions to 33 allow the operator to maintain line and grade within the specified tolerances 34 listed in Paragraph 3.4 C. 35 j. The shield shall be laser, theodolite, water level, or gyroscope guided, and 36 monitored continuously by the operator. 37 k. The guidance system shall be designed to function at the maximum required 38 drive length without loss of accuracy or reliability of function. 39 1. The shield shall have provisions to prevent material from moving into the tunnel 40 through the articulation joint, and the joint between the tail skin and the jacking 41 pipe. 42 m. The maximum radial overcut shall be one (1.0) inch. The minimum radial 43 overcut shall be one-half (0.5) of one inch. The radial overcut shall be CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 27 OPEN -FACE PIPEJACKING Page 8 of 14 1 determined as the difference between the maximum diameter created by the 2 cutting teeth or overcut band on the shield (whichever is greater) and the outer 3 diameter of the pipeline, divided by two. 4 n. The jacking system shall be capable of continuously monitoring the jacking 5 pressure, the rate of advancement, and the distance jacked. The jacking system 6 shall develop a uniform distribution of jacking forces on the end of the pipe. 7 0. A lubrication injection system shall be provided to inject pipe lubricant around 8 the shield and jacking pipe to decrease frictional resistance. 9 1) Lubrication materials may include a mixture of bentonite and/or polymers 10 and water. 11 2) Lubrication ports shall be provided in the shield and jacking pipe to allow 12 for lubrication along the pipe string at intervals not more than ten (10) 13 feet. 14 3) Lubrication ports shall be installed in the pipe by the manufacturer. 15 2. A thrust block shall be used to transfer jacking loads to the ground behind the jacking 16 shaft. 17 a. The thrust block face shall be constructed perpendicular to the proposed pipe 18 alignment. 19 b. The thrust block shall be designed to withstand the maximum jacking forces 20 developed by the main jacks, without excessive deflection or displacement. 21 C. Forces applied to the ground shall not exceed the allowable passive earth 22 pressure, with a minimum factor of safety of 1.25, or the strength of the ground 23 support system with consideration of passive earth resistance and allowable 24 deformations of the support system and ground mass. 25 3. Pipe design for jacking loads and acceptable fabrication tolerances is the 26 responsibility of the Contractor. 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION 31 1. Pipejacking shall not begin until the following tasks have been completed: 32 a. All required submittals have been provided, reviewed, and accepted. 33 b. The Contractor shall notify the Texas One Call system (811 or 800-245-4545) to 34 request marking of utilities by utility owners / operators that subscribe to One 35 Call, and shall individually notify all other known or suspected utilities to 36 request marking of these utilities. 37 C. The Contractor shall confirm that all requested locates are made prior to 38 commencing tunneling operations. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 27 OPEN -FACE PIPEJACKING Page 9 of 14 1 d. The Contractor shall visually confirm and stake all existing lines, cables, or 2 other underground facilities including exposing all crossing utilities and utilities 3 within ten (10) feet laterally of the designed tunnel. 4 e. Contractor shall make diligent efforts to locate any unmarked or abandoned 5 utilities by conducting a visual site inspection and using available information, 6 maps, and drawings. 7 f. The Contractor shall control tunneling and grouting practices to prevent damage 8 to existing utilities 9 g. Jacking and receiving shaft excavations and support systems have been 10 completed in accordance with accepted submittals and the requirements of 33 05 11 41 — Shaft Excavation and Support. 12 h. The Contractor has confirmed that the ground at all portal locations has been 13 stabilized to the extent that it will remain stable while the shield is being 14 launched or received into a shaft, or during jacking operations. 15 i. The location, orientation, and grade of the jacking frame or guide rails and 16 entry/exit seals have been surveyed to ensure they are on the proper line and 17 grade and to verify that they are properly supported. 18 j. Guide rails or jacking frame shall be securely attached to the concrete working 19 slab, with supplementary braces, concrete, or grout, as necessary, to prevent 20 movement or shifting during the work. 21 k. A start-up inspection of all mechanical and hydraulic systems associated with 22 the pipejacking operations has been completed. 23 1) The system shall be tested to ensure that the pipejacking shield and 24 supporting equipment is functioning properly. 25 2) The Engineer shall be notified at least 72 hours prior to the start-up 26 inspection and a site inspector representing the City shall be present during 27 the start-up inspection. 28 3) Key shield performance data shall be measured and recorded by the 29 Contractor during this inspection, including cutterhead rotational torque, 30 correct functioning of main and steering jacks, guidance system, and other 31 components. 32 4) The records of the start-up inspection shall be submitted to the Engineer 33 within 24 hours of the completed inspection. 34 1. Site safety representative has prepared a code of safe practices and an 35 emergency plan in accordance with OSHA and other applicable requirements. 36 Provide the Engineer with a copy of each prior to starting pipejacking. 37 in. Hold safety meetings and provide safety instruction for new employees as 38 required by OSHA. 39 n. All specified settlement monitoring instrumentation has been installed, 40 approved, and baselined in accordance with 33 05 44 — Settlement Monitoring. 41 3.4 INSTALLATION 42 A. General: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 27 OPEN -FACE PIPEJACKING Page 10 of 14 1 1. The Contractor shall furnish all necessary equipment, power, water, and utilities for 2 pipejacking, pipe lubricant mixing and pumping, spoil removal and disposal, grouting, 3 and other associated work required for the Contractor's methods of construction. 4 2. The Contractor shall properly manage and dispose of groundwater, surface water, and 5 construction water inflows to the shafts and/or tunnels in accordance with the 6 requirements of 33 05 42 — Water Control for Shaft and Tunnel Construction. 7 3. Conduct all operations such that trucks and other vehicles do not interfere with traffic 8 or create a mud, dust, or noise nuisance in the streets and to adjacent properties. 9 Promptly clean up, remove, and dispose of mud or spoil spillage. 10 4. All work shall be done so as not to disturb roadways, railroads, levees, waterways, 11 adjacent structures, landscaped areas, or existing utilities. Any damage shall be 12 immediately repaired to original or better condition. 13 5. Whenever there is a condition that is likely to endanger the stability of the excavation 14 or adjacent structures, the Contractor shall operate with a full crew 24 hours a day, 15 including weekends and holidays, without interruption, until those conditions no 16 longer jeopardize the stability of the work. 17 B. Pipejacking: 18 1. Provide a suitable jacking frame and thrust block to carry out the work. 19 2. Transport the jacking pipe from storage to jacking shaft without damage. Transport 20 methods shall be acceptable to pipe manufacturer. 21 3. Damaged jacking pipe shall not be used in the work, unless permitted in writing by 22 the Engineer. 23 4. Set the pipe to be jacked on properly braced and supported guide rails or jacking 24 frame. 25 5. The axial forces from the thrust jacks shall be distributed to the jacking pipe 26 uniformly through a properly designed thrust ring and cushion material to prevent 27 damage to the ends of the pipe. Jacking forces applied to the pipe shall not exceed the 28 allowable compressive stresses specified in Section 33 05 22 — Steel Casing Pipe. 29 6. Jacking pipe sections shall be jacked into position following the design line and grade 30 without damaging the pipe. In the event a section of pipe is damaged during the 31 jacking operation, the Contractor, with written approval from the Engineer, shall make 32 temporary repairs to the pipe and shall jack the pipe through to the next shaft for 33 removal. 34 7. Excavated Material: 35 a. The pipejacking shield shall be operated to restrict the excavation of the 36 materials to a volume equal to the shield and pipe jacked, to prevent loss of 37 ground, and settlement or damage to overlying structures. 38 b. The Contractor shall monitor excavated spoil volume. If excavated spoil 39 volume exceeds the theoretical volume of the shield and pipe being installed, 40 with a reasonable accommodation for material bulking, the Contractor shall 41 notify the Engineer and promptly modify excavation and face support 42 procedures to prevent further overexcavation. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 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 41 42 33 05 27 OPEN -FACE PIPEJACKING Page 11 of 14 Pipejacking operations shall control surface settlement and heave above the pipeline to prevent damage to existing utilities, facilities, and improvements. In no case shall ground movements (settlement/heave) exceed the values specified in 33 05 44 — Settlement Monitoring, and ground movements shall not cause damage to adjacent structures, roadways, or utilities. The Contractor shall repair any damage resulting from construction activities, at no additional cost to City and without extension of schedule for completion. The Contractor shall modify equipment and procedures as required to avoid recurrence of excessive settlements or damage. 9. Keep the excavation face breasted or otherwise supported and prevent ground losses, excessive raveling, or erosion. Maintain standby face supports for immediate use when needed. During shutdown periods, support the face of the excavation by positive means; no support shall rely solely on hydraulic pressure. 10. Pipe Lubrication: a. Inject pipe lubricants through injection ports at the rear of the pipejacking shield and ports in the jacking pipe to minimize pipe friction. b. Pipe lubricants shall be injected continuously as the pipe is advanced. C. The volume injected shall not be less than that required to fill the annular void space outside the pipe. Inject greater volumes as required to minimize jacking forces. 11. Completely contain, transport, and dispose of all excavated materials away from the construction site. Use only the disposal sites identified in approved submittals for spoil disposal. 12. The Contractor shall perform contact grouting for shaft construction and pipejacking as specified in 33 05 45 — Contact Grouting. C. Control of Line and Grade: The Contractor will establish the survey control points indicated on the Drawings, at ground surface. The Contractor shall verify these control points by survey prior to the start of construction, and shall confirm positions or report any errors or discrepancies in writing to the Engineer. 2. After confirming that all established survey control points provided for the Contractor's use are accurate, the Contractor shall use these control points to furnish and maintain all reference lines and grades for pipejacking. The Contractor shall use these lines and grades to establish the exact location of the jacking pipe using a laser, gyroscope, or theodolite guidance system supplemented with a water level, as necessary. 4. Submit to the Engineer copies of field notes used to establish all lines and grades and Contractor shall check guidance system setup prior to beginning each pipejacking drive. The Contractor is fully responsible for the accuracy of the work and the correction of it, as required. 6. The Contractor shall install the jacking pipe in accordance with the following tolerances: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 27 OPEN -FACE PIPEJACKING Page 12 of 14 1 a. Variations from design line (Horizontal): +/- three (3) inch maximum. 2 b. Variations from design grade (Vertical): +/- three (3) inch maximum. 3 7. The shield shall be steered to maintain line and grade within the tolerances specified. 4 This shall be achieved by continuously monitoring and adjusting line, grade, roll, and 5 steering attitude during the operation. 6 8. If the installation is off of design line or grade, make the necessary corrections and 7 return to the design alignment and grade at a rate of not more than one (1) inch per 8 twenty-five (25) feet. 9 9. Guidance System: 10 a. The guidance system shall be mounted independently from the thrust block and 11 jacking frame and independent of shaft shoring system to maintain alignment if 12 there is movement of equipment during jacking. 13 b. Stop pipejacking operations and reset guidance system if its alignment shifts or 14 is moved off design alignment and grade for any reason. 15 C. Check guidance system setup at least once per shift during pipejacking 16 operations. Guidance system shall only be reset by experienced, competent 17 surveying personnel in accordance with acceptable procedures. 18 10. Monitor line and grade continuously during pipejacking operations. Record deviation 19 with respect to design line and grade at least three times per pipe joint and submit 20 records to Engineer daily. 21 11. If the pipe installation does not meet the specified tolerance, the Contractor shall 22 correct the installation including any necessary redesign of the pipeline or structures 23 and acquisition of necessary easements. All corrective work shall be performed by 24 the Contractor at no additional cost to the City and without schedule extension, and is 25 subject to the written approval of the Engineer. 26 D. Obstructions: 27 1. If the tunneling operations should encounter an object or condition that impedes the 28 forward progress of the shield, notify the City immediately. 29 2. Correct the condition and remove, clear or otherwise make it possible for the shield to 30 advance past any objects or obstructions that impede forward progress. 31 3. Proceed with removal of the object or obstruction by methods submitted by the 32 Contractor and accepted by the City and/or Engineer. 33 4. Compensation 34 a. The Contractor will receive compensation by change order for removal of 35 obstructions, as defined as metallic debris, reinforced concrete, rocks, whole 36 trees and other hard objects with a maximum dimension larger than 50 percent 37 of the outer diameter of the shield which: 38 1) Cannot be broken up by the cutting tools with diligent effort, and 39 2) Are located partially or wholly within the cross -sectional area of the bore 40 3) Contain utilities or ditch lines located longitudinally within the tunnel 41 horizon CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 27 OPEN -FACE PIPEJACKING Page 13 of 14 1 b. Payment will be negotiated with the Contractor on a case -by -case basis. 2 C. The City and/or Engineer shall be provided an opportunity to view obstruction 3 prior to removal. 4 1) Any removal process that does not allow direct inspection of the nature 5 and position of the obstruction will not be considered for payment. 6 d. No additional compensation will be allowed for removing, clearing or otherwise 7 making it possible for the shield to advance past objects consisting of cobbles, 8 boulders, wood, reinforced concrete, and other objects or debris with maximum 9 lateral dimensions less than 50 percent of the outer diameter of the shield. 10 Additionally, partial- or full -face rock with unconfined compressive strength of 11 less than 7,000 psi will not be considered an obstruction and will not be grounds 12 for additional compensation. 13 3.5 CLEANUP AND RESTORATION 14 A. Cleanup: 15 1. After completion of pipejacking, all construction debris, spoils, oil, grease, and other 16 materials shall be removed from the jacking pipe, jacking and receiving shafts, and all 17 Contractor and project work areas. 18 B. Restoration: 19 1. Restoration shall follow construction as the work progresses, and shall be completed as 20 soon as possible. Restore and repair any damage resulting from surface settlement 21 caused by shaft excavation, or pipejacking. Any property damaged or destroyed, shall 22 be restored to a condition equal to or better than existing prior to construction. 23 Restoration shall be completed no later than thirty (30) days after the pipejacking is 24 complete. This provision for restoration shall include all property affected by the 25 construction operations 26 3.6 RE -INSTALLATION [NOT USED] 27 3.7 SITE QUALITY CONTROL 28 A. Safety: 29 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. 30 a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject 31 to applicable local, State, and Federal regulations. 32 2. Furnish and operate a temporary ventilation system in accordance with applicable 33 safety requirements when personnel are underground. 34 a. Perform all required air and gas monitoring. 35 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an 36 atmosphere free of toxic or flammable gasses in all underground work areas. 37 3. Perform all Work in accordance with all current applicable regulations and safety 38 requirements of the Federal, State, and Local agencies. Comply with all applicable 39 provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and 40 Subpart P, Excavations. 41 a. In the event of conflict, comply with the more stringent requirements. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 3.8 3.9 3.10 3.11 3.12 3.13 3.14 33 05 27 OPEN -FACE PIPEJACKING Page 14 of 14 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. a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction. SYSTEM STARTUP [NOT USED] ADJUSTING [NOT USED] CLEANING [NOT USED] CLOSEOUT [NOT USED] PROTECTION [NOT USED] MAINTENANCE [NOT USED] ATTACHMENTS [NOT USED] CITY OF FORT WORTH END OF SECTION NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 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 SECTION 33 05 28 OPEN -FACE TUNNELING PART GENERAL 1.1 SUMMARY 33 05 28 OPEN -FACE TUNNELING Page 1 of 14 A. Section Includes: 1. This Section includes the minimum requirements for the installation of primary tunnel liners using open -face tunneling methods, for the subsequent installation of water carrier pipe at the locations shown on the Drawings. 2. Carrier pipe shall be provided in accordance with the applicable Specification Section and installed in accordance with Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate. B. Deviations from this City of Fort Worth Standard Specification 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION 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. 33 05 21— Tunnel Liner Plate 4. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 5. 33 05 41 — Shaft Excavation and Support 6. 33 05 42 —Water Control for Shaft and Tunnel Construction 7. 33 05 44 — Settlement Monitoring 8. 33 05 45 — Contact Grouting 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Measurement: a. This Item is considered subsidiary to Tunnel Liner Plate installation. 2. Payment: a. The work performed and materials furnished in accordance with this Item are considered subsidiary to the unit price bid per unit linear foot of By Other than Open Cut installation of Tunnel Liner Plate to be completed in place, and no other compensation will be allowed. 1.3 REFERENCES A. Definitions: 1. Grout Port: A port located within the primary tunnel liner for injection of contact grout into the annular space between the excavated ground and the liner. Grout ports are threaded to accept grout fittings and plugs, to be inserted once grouting is complete. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 28 OPEN -FACE TUNNELING Page 2 of 14 1 2. Open -Face Tunneling: Open -face tunneling is a technique for installing a primary 2 tunnel liner between a launch shaft and a receiving shaft. Soil/rock excavation is 3 carried out within a tunneling shield at the front of the tunnel excavation, using hand 4 mining or mechanical methods such as a roadheader, or digger -boom. The excavation 5 method should be chosen to be compatible with the anticipated ground conditions. 6 The shield may be steerable using hydraulic or mechanical jacks to orient an 7 articulated section, and guidance is provided using a laser or theodolite system. The 8 shield has a tail section that allows for the safe erection of the primary tunnel liner, 9 and a propulsion system that advances the shield by pushing against the previously 10 installed tunnel liner section. 11 3. Primary Tunnel Liner: Elements designed, fabricated, furnished, installed, monitored, 12 and maintained in the tunnel by the Contractor for initial ground support to provide 13 excavation stability and safety during construction. The primary liner provides 14 temporary ground support to allow for the installation of the carrier pipe and annular 15 space grout which serve as the final lining system. 16 B. Reference Standards: 17 1. Reference standards cited in this Specification refer to the current reference standard 18 published at the time of the latest revision date logged at the end of this Specification, 19 unless a date is specifically cited. 20 2. American Association of State Highway and Transportation Officials (AASHTO): 21 a. HB-17, Standard Specifications for Highway Bridges, Section 15 22 3. Occupational Safety and Health Administration (OSHA) 23 a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 24 1926 Subpart P — Excavations, and Subpart S — Underground Construction. 25 C. Reference Documents: 26 1. "Geotechnical Engineering Study, Northside III Water Main, Expedited Alignment, 27 Boat Club Road to West Bonds Ranch Road, Fort Worth, Texas". CMJ Engineering, 28 Inc., Report No. 103-24-529, dated June 18, 2024. 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. The Contractor shall provide written notice to the Engineer at least 72 hours in advance of 31 the planned launch of any tunnel drive. 32 1.5 SUBMITTALS 33 A. Submittals shall be made in accordance with Section 0133 00. 34 B. All submittals shall be approved by the prior to delivery. 35 C. Review and acceptance of the Contractor's submittals by the Engineer shall not be 36 construed in any way as relieving the Contractor of its responsibilities under this Contract. 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Qualifications: 39 1. Qualifications: Submit the name of the contractor or subcontractor that will perform 40 the tunneling Work and written documentation summarizing the qualifications of the CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 28 OPEN -FACE TUNNELING Page 3 of 14 1 firm, description of reference projects including owner's name and contact 2 information, project superintendent, and site safety representative. Submit personnel 3 qualifications in accordance with Paragraphs 1.9 B through E. Provide qualifications 4 and training records for site safety representative, personnel responsible for air quality 5 monitoring, and licensed surveyor. 6 B. Tunneling Work Plan: 7 1. Submit a detailed description of the methods and equipment to be used in completing 8 each tunneled reach. 9 2. Manufacturer and type of tunneling shield and other equipment to be used: description 10 and details of the shield excavation system, machine controls, propulsion system 11 including jacks and methods of pushing off primary tunnel liner, steering systems, 12 excavation tools, cutter types and arrangement, face breasting or flood door 13 provisions, mucking system, and liner erection equipment. 14 3. Submit a description of the alignment control system: 15 a. Provide manufacturer's literature and drawings, showing setup and support 16 provisions, and other details for the laser, and/or theodolite system. Confirm that 17 these systems can achieve the required line and grade within the specified 18 tolerances, including through curved alignments. 19 b. Submit a description of surveying methods to set guidance system positions and 20 a description of procedures to check and reset or realign guidance system during 21 construction. 22 C. Submit results of line and grade survey to ensure that the floor slab, and launch 23 and retrieval portals are installed properly, prior to launch. 24 4. Detailed description of equipment and procedures for excavation, spoil removal, 25 containment, transport, and off -site disposal. Provide written documentation from the 26 disposal site(s) indicating that they will accept the spoil and are in compliance with 27 applicable regulations. 28 5. Details of the methods to be used to measure volume or weight of excavated material 29 from the heading, and to compare with the theoretical tunnel volume to monitor for 30 potential overexcavation. 31 6. Ventilation and air quality monitoring system, including monitors and alarm 32 activation. 33 7. Procedures for installation of the primary tunnel liner system from within the tail 34 shield. Procedures for expanding the primary tunnel liner and installing final lagging, 35 or for grouting the annular space behind the tunnel liner, after the shield has been 36 pushed forward to expose the liner. 37 8. Primary Tunnel Liner Contact Grouting Plan: 38 a. A description of primary tunnel liner contact grouting methods and equipment 39 that includes sketches as appropriate, indicating type and location of mixing 40 equipment, pumps, injection ports, pressure measurement and maximum 41 allowable pressure, blocking or otherwise securing liner to avoid excessive CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 28 OPEN -FACE TUNNELING Page 4 of 14 1 displacement, volume measurement, grouting sequence, schedule, and stage 2 volumes. Include planned grout port locations and spacing. 3 b. A grout mix design including: grout mix constituents and proportions, including 4 materials by weight and volume; grout densities and viscosities, including wet 5 density at point of placement and initial set time of the grout; and compressive 6 strength 7 C. Work Area Layout Drawings: The Contractor shall submit shaft work area layout drawings 8 detailing dimensions and locations of all equipment, including overall work area 9 boundaries, crane, front-end loader, forklift, spoil stockpiles, spoil hauling equipment, 10 pumps, generator, tunnel liner segment storage area, tool trailer or containers, fences, and 11 staging area. Shaft layout drawings will be required for all shaft locations and shall be to 12 scale or show correct dimensions. The Contractor's layout drawings shall show that all 13 equipment and operations shall be completely contained within the allowable construction 14 zones shown on the Drawings. 15 D. Schedule: 16 1. Provide a schedule for all tunneling work, identifying all major construction activities 17 as independent items. The schedule shall include, at a minimum, the following 18 activities: mobilization, water control, shaft excavation and support, working slab 19 construction, tunneling equipment setup, portal stabilization and testing, tunneling, 20 contact grouting, installation of carrier pipe, shaft backfill, site restoration, cleanup, and 21 demobilization. The schedule shall also include the planned work hours and 22 workdays. 23 E. Daily Records: The following daily records shall be submitted to the onsite Engineer for 24 review, by noon on the day following the shift for which the data or records were taken: 25 1. Tunneling Records: The Contractor shall provide complete written tunneling records 26 to the Engineer. These records shall include, at a minimum: date, time, name of 27 superintendent, foreman, operator, tunnel drive identification, installed tunnel liner 28 ring number and corresponding tunnel length, time required to excavate each segment, 29 time required to set subsequent liner segment ring, expansion of liner segments, spoil 30 volumes (for example: muck carts per pipe segment and estimated volume per cart), 31 soil conditions (including occurrences of unstable soils/rock and any corresponding 32 ground loss) and groundwater inflow rates (if any), line and grade offsets, any 33 movement of the guidance system, problems encountered with tunnel components or 34 equipment, any observed deformations of the primary liner, and durations and reasons 35 for delays. 36 2. Grouting Records: Maintain daily logs of grouting operations and submit records of 37 grouting to the Engineer. The records shall include the following information: time 38 and date, name of the grouting supervisor, tunnel station, tunnel liner ring number and 39 port number, grout mix, grout volume pumped and pumping pressures, observations 40 of any liner deformations, interruptions, leakages, or other grouting issues. 41 3. Manually recorded observations shall be made at intervals of not less than one time 42 per tunnel liner ring, as conditions change, and as directed by the Engineer. 43 4. At least seven (7) days prior to the launch of the shield, the Contractor shall submit 44 samples of the tunneling logs or records to be used. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 28 OPEN -FACE TUNNELING Page 5 of 14 1 F. Safety Plan: 2 1. Submit a Safety Plan for the tunneling operations including: 3 a. Air monitoring equipment 4 b. Procedures and provisions for lighting, ventilation, and electrical system 5 safeguards. 6 C. Provide name of site safety representative responsible for implementing safety 7 program 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Failure to meet the qualification requirements is failure to fulfill the Contract and the 12 Contractor will be required to obtain a subcontractor that meets the qualification 13 requirements. 14 B. The project superintendent shall have at least five (5) years of experience supervising open- 15 face tunneling construction. The Contractor shall submit details of referenced projects 16 including owner's name and contact information, project superintendent, and shield 17 operators. 18 C. The open -face tunnel foreman shall have technical training in the operation of the proposed 19 tunneling equipment and shall have completed, as a foreman, at least five (5) similar open- 20 face tunnel drives of at least 200 feet on each drive. At least two (2) of the drives shall have 21 tunnel diameters equal to or greater than 72 inches. The Contractor shall submit details of 22 referenced projects including owner's name and contact information, project 23 superintendent. 24 D. The site safety representative and personnel responsible for air quality monitoring shall be 25 experienced in tunnel construction and shall have current certification by OSHA. 26 E. The surveyor responsible for line -and -grade control shall be a Licensed Surveyor registered 27 in the State of Texas who has prior experience on trenchless projects. 28 F. The Contractor shall immediately notify the Engineer, in writing, when any problems are 29 encountered with equipment or materials, or if the Contractor believes the conditions 30 encountered are materially and significantly different from those represented within the 31 Contract Documents. 32 G. The Contractor shall allow access to the Engineer and shall furnish necessary assistance and 33 cooperation to aid the Engineer in observations, measurements, data, and sample collection, 34 including, but not limited to the following: 35 1. The Engineer shall have access to the tunnel and shield prior to, during, and following 36 all tunneling operations. This shall include, but not be limited to, visual inspection of 37 installed tunnel liners and verification of line and grade. 38 2. The Engineer shall have access to the tunneling shafts prior to, during, and following 39 all tunneling operations. The Contractor shall provide safe access in accordance with 40 all safety regulations. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 28 OPEN -FACE TUNNELING Page 6 of 14 1 3. The Engineer shall have access to spoils removed from the tunnel excavation prior to, 2 during, and following all tunneling operations. The Engineer shall be allowed to 3 collect soil samples from the muck buckets or spoil piles a minimum of once every ten 4 (10) feet, whichever is more often, and at any time when changes in soil conditions or 5 obstructions are apparent or suspected. 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 10 PART 2 - PRODUCTS 11 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Tunnel Liner Plate shall conform to 33 05 21 — Tunnel Liner Plate. 14 B. Design Criteria: 15 1. Select methods of tunnel excavation and primary tunnel support that are compatible 16 with conditions described in the Geotechnical Data, and with the Specified 17 requirements for placement of permanent carrier pipe, control of groundwater, safety 18 of personnel, and protection of adjacent property. 19 2. The tunneling method, equipment, and primary tunnel liner shall be designed to the 20 ground conditions described in the Geotechnical Data. Contractor shall verify that 21 ground and surcharge loads used for design are appropriate for the anticipated ground 22 conditions and are appropriate for the type of primary tunnel liner system proposed. 23 Contractor shall add construction loads appropriate to the means and methods of 24 construction. 25 3. The excavated tunnel diameter may vary between a maximum OD of 82 inches and a 26 minimum OD of 74 inches. The Contractor shall determine the appropriate tunnel 27 diameter to match the proposed construction methods and to meet these Specification 28 requirements. Tunnel shall be of sufficient size to permit efficient excavation 29 operations, to provide sufficient working space for placing the primary tunnel liner, 30 and to allow for installation of the carrier pipes and annular space grout as described 31 in the Contract Documents. The minimum allowable ID of the primary tunnel liner 32 shall be 75 inches. 33 4. Tunnel Shield: 34 a. The Contractor shall conduct all tunnel excavation work from within ground 35 support that provides adequate protection for workers. 36 b. Contractor shall determine if tunnel shield is required per geotechnical ground 37 conditions encountered at project site and the conditions anticipated by the 38 Contractor. 39 C. The Contractor shall be responsible for selection of tunneling equipment which, 40 based on the Contractor's experience, has proven to be satisfactory for 41 excavation and support of the ground conditions described in the Geotechnical CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 28 OPEN -FACE TUNNELING Page 7 of 14 1 Data, and the conditions anticipated by the Contractor. The tunneling 2 equipment shall be capable of handling the various ground conditions 3 anticipated and shall minimize loss of ground ahead of the face. 4 d. Tunneling shields may use rotary or non -rotary excavation systems such as a 5 rotary TBM, hydraulic digger boom, road -header, or hand mining methods, as 6 determined most appropriate by the Contractor, and shall be propelled by 7 thrusting directly against the installed primary tunnel liner. 8 e. The shield shall be designed to support all ground loads which may be imposed 9 upon it, as well any loads imposed by the thrust jacks, steering mechanisms, or 10 other appurtenances. 11 f. Non -rotary shields shall have a hood that covers the crown and projects not less 12 than two (2) feet nor more than three (3) feet beyond the shield invert. 13 g. The tunneling shield shall conform to the shape of the tunnel with a uniform 14 perimeter that is free of projections that could produce over excavation or voids. 15 h. The tunneling shield shall have a propulsion system capable of steering and 16 moving the shield forward while maintaining the construction tolerances with 17 respect to line and grade. The propulsion system shall include a thrust ring or 18 other provision for distributing the jacking forces uniformly around the tunnel 19 perimeter to avoid damaging or distorting the tunnel liner. The propulsion 20 system shall be designed so that in the event of failure of any element of the 21 system there will be no backward movement and no overstressing or distortion 22 of the tunnel liner. 23 5. The tunnel shield and excavation equipment shall include the capability to efficiently 24 excavate mixed conditions of soil and both weathered and competent rock, as may be 25 encountered along the bore. 26 6. The tunneling methods shall be capable of full -face closure or shall permit ready 27 installation of breasting boards, sand shelves, or closeable flood doors, and shall be 28 designed to handle adverse ground conditions including groundwater ingress. The 29 upper half of the tunnel heading shall be supported whenever ground conditions 30 indicate potential raveling of the crown. The tunnel heading shall be completely 31 closed off whenever tunneling work is not being performed. 32 a. Sand shelves, hydraulic louvers, breasting tables, or other means of controlling 33 the face of the excavation shall be present on site with the ability to be installed 34 immediately should unstable ground or a change of conditions be encountered. 35 b. For tunneling where a hooded shield is not used, spiling shall be provided in the 36 roof of the excavation to support any unstable ground. 37 7. The tunneling shield shall maintain the face of the excavation to allow the minimum 38 of void space outside the primary tunnel liner. 39 a. Maintain a maximum of 1/2" radial overcut between the outside of the shield 40 O.D. and the excavation. 41 b. In no case shall the excavated tunnel diameter be greater than 4" larger than the 42 tunnel liner O.D., or greater than that recommended by the liner plate 43 manufacturer or Contractor's design engineer. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 28 OPEN -FACE TUNNELING Page 8 of 14 1 8. The tunneling equipment shall be capable of full directional guidance, shall be 2 equipped with visual display to show the operator actual position of the shield relative 3 to the design line and grade reference, and shall be capable of correcting roll. The 4 Contractor shall control the drift of any heading to maintain design line and grade 5 tolerances. 6 9. The guidance system used for tunneling work shall be designed to function at the 7 maximum required drive length without loss of accuracy or reliability of function. 8 10. The spoil conveyance system shall be designed for the full range of ground conditions 9 as described in the Geotechnical Data, and as anticipated by the Contractor. 10 11. Tunneling methods and equipment used shall control surface settlement and heave 11 above the tunnel to prevent damage to existing utilities, facilities, and improvements. 12 Any ground movements (settlement/heave) shall be limited to values that shall not cause 13 damage to adjacent utilities and facilities. In no case shall settlements exceed the 14 applicable values listed in Section 33 05 44 — Settlement Monitoring. The Contractor 15 shall repair any damage caused by ground movements at no cost to the City. 16 12. All remaining space between the fully installed and expanded primary tunnel liner and 17 the surrounding ground shall be filled with grout forced under low pressure. Grouting 18 shall closely follow the primary tunnel liner installation, since it is important that firm 19 contact exist between the tunnel liner system and surrounding ground. At a minimum, 20 contact grouting shall take place once per working shift to backfill any annular space 21 between liner sections outside of the tunnel shield. If necessary, grout stops shall be 22 placed at the end of the lining to permit grouting to or near the forward end of the 23 erected tunnel liner. 24 C. Contact Grout for Initial Tunnel Support: 25 1. Contact grout shall have a minimum unconfined compressive strength of 10 psi 26 in 24 hours, and 50 psi in 28 days 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION 31 A. Tunneling shall not begin until the following tasks have been completed: 32 1. All required submittals have been provided, reviewed, and accepted. 33 2. The Contractor shall notify the Texas One Call system (811 or 800-245-4545) to 34 request marking of utilities by utility owners / operators that subscribe to One Call, 35 and shall individually notify all other known or suspected utilities to request marking 36 of these utilities. 37 a. The Contractor shall confirm that all requested locates are made prior to 38 commencing tunneling operations. 39 b. The Contractor shall visually confirm and stake all existing lines, cables, or 40 other underground facilities including exposing all crossing utilities and utilities 41 within ten (10) feet laterally of the designed tunnel. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 28 OPEN -FACE TUNNELING Page 9 of 14 1 C. Contractor shall make diligent efforts to locate any unmarked or abandoned 2 utilities by conducting a visual site inspection and using available information, 3 maps, and drawings. 4 3. Shaft excavations and support systems for each drive have been completed in 5 accordance with submittals and the requirements of this Section and Section 33 05 41 6 — Shaft Excavation and Support. 7 4. The Contractor has confirmed that the ground will remain stable without movement of 8 soil/rock or water while the entry/exit location shoring is removed and while the 9 tunnel is being launched or received into a shaft. 10 5. Existing groundwater has been lowered to an elevation beneath the proposed tunnel 11 invert in locations called on out on the Drawings, and in locations where groundwater 12 is encountered at or above the excavation. 13 6. Site safety representative has prepared a code of safe practices and an emergency plan 14 in accordance with OSHA and other applicable requirements. Provide the Engineer 15 with a copy of each prior to starting to tunnel. Hold safety meetings and provide 16 safety instruction for new employees as required by OSHA. Conduct a pre- 17 construction safety conference in accordance with OSHA requirements. 18 7. All specified settlement instrumentation has been installed, approved, and baselined in 19 accordance with Section 33 05 44 — Settlement Monitoring. 20 8. The Contractor has provided written notice of the inception of tunneling operations a 21 minimum of 72 hours prior to start. 22 3.4 INSTALLATION 23 A. The Contractor shall provide the necessary groundwater control measures to perform the 24 work and to provide safe working conditions. The Contractor shall properly manage and 25 dispose of groundwater inflows to the shafts in accordance with the requirements of Section 26 33 05 42 - Water Control for Shafts and Tunnel Construction and all permit conditions. The 27 Contractor shall not discharge groundwater inflow into storm sewers, sanitary sewers, water 28 bodies, or streets without proper approval and permits. 29 B. The Contractor shall furnish all labor, equipment, power, and materials necessary for 30 tunneling, spoil removal and disposal, primary tunnel liner installation, contact grouting 31 behind tunnel liners, and other associated work required for the Contractor's methods of 32 construction. 33 C. Conduct all operations such that trucks and other vehicles do not interfere with traffic or 34 create a mud, dust, or noise nuisance in the streets and to adjacent properties. Promptly 35 clean up, remove, and dispose of mud or spoil spillage. 36 D. All Work shall be done so as not to disturb roadways, railroads, creek channels, adjacent 37 structures, landscaped areas, or existing utilities. Any damage shall be immediately 38 repaired to original or better condition and to the satisfaction of Engineer, at no additional 39 cost to the City. 40 E. Whenever there is a condition that is likely to endanger the stability of the tunnel or 41 adjacent facilities or structures, the Contractor shall operate with a full crew 24 hours a day, 42 including weekends and holidays, without interruption, until those conditions no longer 43 jeopardize the stability of the Work CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 28 OPEN -FACE TUNNELING Page 10 of 14 1 F. Tunneling: 2 1. During tunnel excavation, support the ground continuously in a manner to prevent loss 3 of ground and keep the perimeter and face of the tunnel stable. Advance the tunnel 4 only far enough to permit construction of one ring of primary tunnel liner. 5 2. Accurately maintain the face of the excavation so as to allow the absolute minimum of 6 void space outside the primary tunnel liner. Maintain a maximum of 1/2" tolerance 7 between the outside of the tunneling shield and the excavation wherever possible. In 8 no case shall the excavated tunnel diameter be greater than 4" larger than the un- 9 expanded tunnel liner O.D., or greater than that recommended by the liner plate 10 manufacturer or Contractor's design engineer. 11 3. Keep the excavation face breasted or otherwise supported and prevent ground losses, 12 excessive raveling, or erosion. Maintain standby face supports for immediate use 13 when needed. 14 4. During shutdown periods, support the face of the excavation by positive means; no 15 support shall rely solely on hydraulic pressure. 16 5. The tunnel excavation shall be controlled to restrict the excavation of the materials to 17 a volume equal to the tunnel liner installed, plus the allowable annular space, to 18 prevent loss of ground and settlement or other damage to overlying structures. 19 6. The Contractor shall monitor excavated spoil volume. If excavated spoil volume 20 exceeds the theoretical volume of the tunnel liner being installed (including 21 reasonable allowance for spoil bulking), the Contractor shall notify the Engineer and 22 promptly modify excavation and face support procedures to prevent further 23 overexcavation. 24 7. Tunneling operations shall control surface settlement and heave above the pipeline to 25 prevent damage to existing utilities, facilities, and improvements. In no case shall 26 ground movements (settlement/heave) exceed the values specified in Section 33 05 44 27 - Settlement Monitoring, and shall not cause damage to adjacent structures, roadways, 28 or utilities. The Contractor shall repair any damage resulting from construction 29 activities, at no additional cost to City and without extension of schedule for 30 completion. 31 8. Completely contain, transport, and dispose of all excavated materials away from the 32 construction site. Use only the disposal sites identified in approved submittals for 33 spoil disposal. 34 G. Primary Tunnel Liner: 35 1. Primary tunnel liner installation shall proceed as closely as possible behind the 36 excavation. Excavation shall at no time be more than 6" ahead of the required space 37 to install an individual tunnel liner segment. 38 2. If inflow of soil/rock through the primary tunnel liner is detected, take immediate 39 action to prevent further inflow. 40 3. The completed primary tunnel liner shall have full bearing against the ground. The 41 annular space between the liner segments and the excavated ground shall be filled 42 with grout as Specified herein. The Contractor shall pressure grout any additional CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 28 OPEN -FACE TUNNELING Page 11 of 14 1 voids caused by or encountered during the shaft construction or tunneling as specified 2 in Section 33 05 45 - Contact Grouting. 3 4. Install the tunnel liner plates to the limits indicated in submittals and as specified in 4 AASHTO H13-17, Division II, Section 25. 5 5. When the liner plates are being installed, care shall be taken to maintain alignment, 6 grade, and the circular shape of the tunnel. Plates in consecutive rings shall be 7 installed so that the longitudinal joints in adjacent rings are staggered and not 8 alignment more often than ever second ring. 9 6. Tunnel liner plate shall not be allowed to deflect vertically during installation. If 10 deflections are detected that indicate, in the opinion of the Contractor's design 11 engineer or Engineer, a potential safety or stability hazard, take appropriate measures 12 to prevent further deformation. 13 7. Use tie rods or other spacing restraint as required to maintain liner plate in a true 14 circle until grouting operations are completed. Provide stiffener angles welded to liner 15 plate, if required to protect the liner from buckling or damage, at no additional cost to 16 the City. 17 8. Maintain an adequate supply of tunnel liner plates at the work site at all times. 18 H. Installation Of Contact Grout: 19 1. Install contact grout in the void space between the outside of the fully expanded 20 tunnel liner system and the surrounding excavated ground. At a minimum, install 21 contact grout at the end of each work shift, or more often as conditions warrant. The 22 daily grouting requirement may be waived, at the sole discretion of the Engineer, in 23 instances of very low daily forward progress. 24 2. After grouting, deflection of the primary tunnel liner shall be no more than allowed in 25 this Specification, nor shall the liner be distorted by excessive pressure. 26 3. Unless specified otherwise, install contact grout through grout fittings. Remove and 27 plug grout fittings after contact grouting. 28 4. An attempt shall be made to hook-up and pump grout at every installed grout port. 29 5. In general, contact grouting at a port shall be considered completed when less than 30 one cubic foot of grout of the accepted mix and consistency can be pumped in 5 31 minutes under the maximum safe contact grout pressure, or if grout issues forth of the 32 same consistency, and at the same rate as that being pumped, from the next grout port 33 in the line. 34 6. As grout pumping through any port is stopped, the port shall be plugged to prevent 35 backflow or flow of grout 36 I. Control of Line and Grade: 37 1. The Contractor will establish the survey control points indicated on the Drawings, at 38 ground surface. The Contractor shall verify these control points by survey prior to the 39 start of construction, and shall confirm positions or report any errors or discrepancies 40 in writing to the Engineer. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 28 OPEN -FACE TUNNELING Page 12 of 14 1 2. After confirming that all established survey control points provided for the 2 Contractor's use are accurate, the Contractor shall use these control points to furnish 3 and maintain all reference lines and grades for tunneling. 4 3. The Contractor shall use these lines and grades to establish the exact location of the 5 tunnel liner using a laser, gyroscope, or theodolite guidance system supplemented 6 with a water level, as necessary. 7 4. Submit to the Engineer copies of field notes used to establish all lines and grades and 8 Contractor shall check guidance system setup prior to beginning each tunnel drive. 9 5. The Contractor is fully responsible for the accuracy of the work and the correction of 10 it, as required. 11 6. The primary tunnel liner shall be installed in accordance with the following 12 tolerances, and within such tolerances that allow for the carrier pipe to be installed on 13 the design line and grade while providing adequate space for annular space grouting, 14 as Specified in Section 33 05 24 — Installation of Carrier Pipe In Casing or Tunnel 15 Liner Plate: 16 a. Variations from design line (Horizontal): +/- three (3) inch maximum. 17 b. Variations from design grade (Vertical): +/- three (3) inch maximum. 18 7. If the installation is off of design line or grade, make the necessary corrections and 19 return to the design alignment and grade at a rate of not more than one (1) inch per 20 twenty-five (25) feet. 21 8. Monitor line and grade continuously during tunneling operations. Record deviation 22 with respect to design line and grade once per ten (10) feet of tunnel advancement and 23 submit records to Engineer daily. 24 9. If the pipe installation does not meet the specified tolerance, the Contractor shall 25 correct the installation including any necessary redesign of the pipeline or structures 26 and acquisition of necessary easements. All corrective work shall be performed by 27 the Contractor at no additional cost to the City and without schedule extension, and is 28 subject to the written approval of the Engineer. 29 J. Installation Of Carrier Pipe In Tunnel Liner: 30 1. Place, align, and anchor guide rails and/or carrier pipe supports inside the tunnel liner. 31 If guide rails are used, place cement mortar on both sides of the rails. 32 2. After carrier pipe installation is complete, the annular space between the carrier pipe 33 and tunnel liner shall be filled with annular space grout per Section 33 05 24 — 34 Installation of Carrier Pipe in Casing or Tunnel Liner Plate. 35 K. Obstructions: 36 1. If the tunneling operations should encounter an object or condition that impedes the 37 forward progress of the shield, notify the City immediately. 38 2. Correct the condition and remove, clear or otherwise make it possible for the shield to 39 advance past any objects or obstructions that impede forward progress. 40 3. Proceed with removal of the object or obstruction by methods submitted by the 41 Contractor and accepted by the City and/or Engineer. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 28 OPEN -FACE TUNNELING Page 13 of 14 1 4. Compensation 2 a. The Contractor will receive compensation by change order for removal of 3 obstructions, as defined as metallic debris, reinforced concrete, rocks, whole 4 trees and other hard objects with a maximum dimension larger than 50 percent 5 of the outer diameter of the shield which: 6 1) Cannot be broken up by the cutting tools with diligent effort, and 7 2) Are located partially or wholly within the cross -sectional area of the bore 8 3) Contain utilities or ditch lines located longitudinally within the tunnel 9 horizon 10 b. Payment will be negotiated with the Contractor on a case -by -case basis. 11 C. The City and/or Engineer shall be provided an opportunity to view obstruction 12 prior to removal. 13 1) Any removal process that does not allow direct inspection of the nature 14 and position of the obstruction will not be considered for payment. 15 d. No additional compensation will be allowed for removing, clearing or otherwise 16 making it possible for the shield to advance past objects consisting of cobbles, 17 boulders, wood, reinforced concrete, and other objects or debris with maximum 18 lateral dimensions less than 50 percent of the outer diameter of the shield. 19 Additionally, partial- or full -face rock with unconfined compressive strength of 20 less than 7,000 psi will not be considered an obstruction and will not be grounds 21 for additional compensation. 22 3.5 CLEANUP AND RESTORATION 23 A. Cleanup: 24 1. After completion of tunneling, all construction debris, spoils, oil, grease, and other 25 materials shall be removed from the tunnel liner, launch and receiving shafts, and all 26 Contractor and project work areas. 27 B. Restoration: 28 1. Restoration shall follow construction as the work progresses, and shall be completed as 29 soon as possible. Restore and repair any damage resulting from surface settlement 30 caused by shaft excavation, or tunneling. Any property damaged or destroyed, shall be 31 restored to a condition equal to or better than existing prior to construction. Restoration 32 shall be completed no later than thirty (30) days after the tunneling is complete. This 33 provision for restoration shall include all property affected by the construction 34 operations 35 3.6 RE -INSTALLATION [NOT USED] 36 3.7 SITE QUALITY CONTROL 37 A. Safety: 38 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. 39 a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject 40 to applicable local, State, and Federal regulations. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 3.8 3.9 3.10 3.11 3.12 3.13 3.14 33 05 28 OPEN -FACE TUNNELING Page 14 of 14 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. a. Keep on -site all equipment required for emergency response in accordance with the agency having jurisdiction. SYSTEM STARTUP [NOT USED] ADJUSTING [NOT USED] CLEANING [NOT USED] CLOSEOUT [NOT USED] PROTECTION [NOT USED] MAINTENANCE [NOT USED] ATTACHMENTS [NOT USED] 24 END OF SECTION CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 1 SHAFT EXCAVATION AND SUPPORT Page 1 of 18 1 SECTION 33 05 41 2 SHAFT EXCAVATION AND SUPPORT 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The minimum requirements and acceptable construction methods for 7 excavation and support of shafts for the trenchless crossings. The shafts will 8 also be used to facilitate the construction of connections, valves, vaults, 9 access manholes and other permanent structures shown on the Drawings. 10 2. Design, furnish, install, and maintain a system of temporary supports, 11 including all bracing and associated items, to retain excavations in a safe 12 manner, to control ground movements, and to control groundwater inflows. 13 3. The Work shall include: site grading; temporary access road construction; 14 safety fencing and signage; construction staging areas; design and 15 construction of shaft excavations and excavation support systems; material 16 disposal; ground improvement, where necessary; protection of existing 17 utilities; control and disposal of groundwater that infiltrates shafts, surface 18 water, and construction water; tunnel portal stabilization; removal, 19 backfilling, and abandoning of shafts; and site restoration. 20 4. Acceptable shaft types include slide rails, soldier piles and lagging, ring beam 21 and lagging, liner plate, or other Contractor -proposed construction methods 22 for launch/receiving shafts subject to review and written approval by the City 23 and Engineer. Sloped open excavations, and speed shores shall not be 24 allowed at any crossing. 25 B. Deviations from this City of Fort Worth Standard Specification 26 1. THIS IS NOT A CITY OF FORT WORTH STANDARD 27 SPECIFICATION 28 C. Related Specification Sections include, but are not necessarily limited to: 29 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 30 Contract 31 2. Division 1 — General Requirements 32 3. 33 05 10 — Utility Trench Excavation, Embedment, and Backfill 33 4. 33 05 21 — Tunnel Liner Plate 34 5. 33 05 22 — Steel Casing Pipe 35 6. 33 05 27 — Open -Face Pipejacking 36 7. 33 05 28 — Open -Face Tunneling 37 8. 33 05 42 — Water Control for Shaft and Tunnel Construction 38 9. 33 05 45 — Contract Grouting CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 2 SHAFT EXCAVATION AND SUPPORT Page 2 of 18 1 1.2 PRICE AND PAYMENT PROCEDURES 2 A. Measurement and Payment: 3 1. Measurement: 4 a. This Item is considered subsidiary to Steel Casing Pipe or Tunnel Liner 5 Plate installation. 6 2. Payment: 7 a. The work performed and materials furnished in accordance with this are 8 considered subsidiary to the unit price bid per linear foot of By Other 9 than Open Cut installation of Steel Casing Pipe or Tunnel Liner Plate to 10 be completed in place and no other compensation will be allowed. 11 3. The Price bid shall include: 12 a. Mobilization 13 b. Development of Shaft Design 14 c. Site Preparation and Grading 15 d. Furnishing and Installing Proposed Shaft 16 e. Portal Stabilization 17 i Dewatering / Water Control 18 g. Hauling 19 h. Disposal of Excess Material 20 i. Furnishing, placement, and compaction of backfill 21 j. Cleanup 22 1.3 REFERENCES 23 A. Definitions: 24 1. Liner Plate Shaft: A shaft formed by sequential excavation and erection of 25 support rings consisting of segmental steel liner plates. All voids between the 26 excavation and the liner plates are backfilled with grout to ensure complete 27 contact with the ground. A liner plate shaft is generally considered a non- 28 watertight shaft. External dewatering may be required if groundwater levels 29 are above shaft invert. 30 2. Ring Beam and Lagging Shaft: A shaft formed by sequential excavation and 31 erection of continuous support rings consisting of segmental, circular steel 32 beams. Lagging, consisting of wooden boards or steel C-channels, is inserted 33 between the flanges of the adjacent ring beams to support the excavation and 34 prevent soil/rock from sloughing or caving into the excavation. A ring beam 35 and lagging shaft is generally considered a non -watertight shaft. External 36 dewatering may be required if groundwater levels are above shaft invert. The 37 shaft bottom is covered with a concrete slab with one or more sumps. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 3 SHAFT EXCAVATION AND SUPPORT Page 3 of 18 1 3. Soldier Pile and Lagging Shaft: An excavation support system composed of 2 vertical steel piles, wales, struts, and lagging. The vertical piles extend from 3 ground surface to a sufficient depth below the final excavation depth to 4 provide adequate resistance against earth pressures. Lagging, consisting of 5 wooden boards or steel sheets is inserted between the flanges of the adjacent 6 H-beams to support the excavation and prevent soil from sloughing or caving 7 into the excavation. Wales are installed to stiffen the support system and are 8 sized and installed at a vertical spacing to safely support external earth loads. 9 The shaft bottom is covered with a concrete slab with one or more sumps. A 10 soldier pile and lagging shaft is considered a non -watertight shaft. External 11 dewatering may be required if groundwater levels are above shaft invert. 12 4. Tunnel Portal Stabilization: Where the new tunneled pipelines enter or exit a 13 shaft excavation, the Contractor shall stabilize the portal to prevent soil or 14 groundwater inflows into the shaft that may lead to settlement around the 15 shaft or flooding of the excavation. Portal stabilization is required at all 16 shafts. 17 B. Reference Standards: 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of 20 this Specification, unless a date is specifically cited. 21 2. American Association of State Highway and Transportation Officials 22 (AASHTO): 23 a. HB-17, Standard Specifications for Highway Bridges, Section 15. 24 3. Occupational Safety and Health Administration (OSHA) 25 a. Regulations and Standards for Underground Construction, 29 CFR Part 26 1926, Subpart S, Underground Construction, and Subpart P, Excavations 27 C. Reference Documents: 28 1. "Geotechnical Engineering Study, Northside III Water Main, Expedited 29 Alignment, Boat Club Road to West Bonds Ranch Road, Fort Worth, Texas". 30 CMJ Engineering, Inc., Report No. 103-24-529, dated June 18, 2024. 31 1.4 ADMINISTRATIVE REQUIREMENTS 32 A. All work by the Contractor shall be done in the presence of the Engineer's 33 representative unless the Engineer grants prior written approval to perform such 34 work in Engineer's representative's absence. 35 1.5 SUBMITTALS 36 A. Submittals shall be made in accordance with Section 0133 00. 37 B. All submittals shall be approved by the Engineer or the City prior to delivery. 38 C. Review and acceptance of the Contractor's submittals by the City and Engineer shall 39 not be construed in any way as relieving the Contractor of its responsibilities under 40 this Contract. 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 A. Qualifications: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 4 SHAFT EXCAVATION AND SUPPORT Page 4 of 18 1 1. Submit the name and qualifications of person(s) responsible for each 2 excavation support system design. 3 2. Submit the qualifications of shaft subcontractor for each shaft type to be 4 constructed. Submit information confirming that each subcontractor meets 5 the requirements listed in Paragraph 1.9 A 2. Provide project names, dates, 6 owner's contact information, details of shaft geometry and construction, and 7 soil and groundwater conditions. 8 B. Shop Drawings: 9 1. Schedule of type of shafts to be used at each location specified on the Plans. 10 2. Sequence of each type of shaft construction including major milestones such 11 as: installation of shoring, water control, soil excavation, installation of 12 wales/struts, installation of seal slab/groundwater control, installation of 13 working slab, dewatering of shaft interior, etc. 14 3. Scaled drawings (plan and section views with dimensions and sizes) showing: 15 a. The proposed shaft elements and shoring system to be used at each 16 crossing location 17 b. Existing structures and utilities with 10 feet of the shaft perimeter 18 c. Details of trenchless pipe penetrations 19 d. Staging areas for all shaft construction operations indicating that all 20 work, equipment, and materials will be contained within the allowable 21 work areas. 22 4. Design Calculations: submit all calculations in a legible, comprehensible 23 format, the calculations shall be performed by or under the direct supervision 24 of a Civil or Structural Engineer registered in the State of Texas, who shall 25 stamp and sign the design calculations. 26 a. Provide design calculations for the shoring and bracing indicating the 27 system can withstand all earth and unrelieved groundwater pressures, 28 equipment and applicable traffic and construction loads, and other 29 surcharge loads in accordance with the site conditions, the information 30 listed in the Geotechnical Report, and any other requirements described 31 in these Drawings and Specifications. 32 b. For shafts subject to groundwater loading, provide design calculations 33 indicating the structural design of the seal slab and working slab and 34 uplift resistance of the shaft. 35 1) Confirm that seal slab and working slab weight, structural 36 connection to shaft walls, and any frictional resistance assumed 37 along sidewalls of the shaft are adequate to resist uplift. 38 2) Show that a minimum factor of safety against uplift failure of 1.1 is 39 achieved under the most extreme loading conditions. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 5 SHAFT EXCAVATION AND SUPPORT Page 5 of 18 1 5. Signed letter from the trenchless subcontractor confirming that the proposed 2 shaft designs have been reviewed and will provide the necessary internal 3 dimensions, ground support, thrust resistance, groundwater control, and portal 4 provisions (tunneling equipment can efficiently excavate through the shaft 5 walls/any portal grout, etc.) to allow for completion of the trenchless work. 6 6. Describe procedures for excavation of the spoils from the shaft interior. 7 a. Describe the procedures for excavation of material below the reach of 8 conventional hydraulic excavators or for hard/very dense soils and rock. 9 b. For shafts that extend below groundwater, describe procedures for 10 groundwater control during excavation (sumping, groundwater cutoff, 11 grouting, etc.) or procedures for "in -the -wet" excavation and shaft 12 bottom seals. 13 7. Written documentation signed by the intended spoil disposal site owner or 14 manager indicating that the site will accept the spoils and that the site is in 15 compliance with all applicable local, State, and Federal regulations. 16 8. Describe procedures for dewatering the shaft interior after excavation is 17 complete (for "in -the -wet' construction), and for control of groundwater 18 inflows after excavation has been completed, method of maintaining bottom 19 stability, and protection of subgrade. 20 9. Concrete mix information and placement procedures for the seal slab, 21 working slab and/or any annular grout. Describe procedure for installing 22 concrete seal slab and working slab to the required thickness and at the correct 23 elevation. 24 10. Details for protecting existing utilities and structures within zone of influence. 25 11. Additional submittals for Specific Shaft Types: 26 a. Soldier Piles/Ring Beams and Lagging: 27 1) Describe the equipment, procedures, and sequence to be used to 28 construct the shafts. 29 2) Provide details for installation piles/ring beams, lagging, plates, 30 wales, struts, and braces. 31 3) Describe method of monitoring deviation of shaft supports and 32 proposed corrective measures to be implemented if necessary. 33 b. Liner Plate Shafts: 34 1) Description of the equipment, procedures, and sequence to be used to 35 construct the liner plate shafts and to execute the associated grouting. 36 a). Manufacturer's literature and design calculations for the liner 37 plate, based on anticipated loading conditions. 38 b). Details of plates including grout holes, bolt holes, bolt sizes, 39 sealants, gaskets, and grommets where used. 40 c). Excavation dimensions for each proposed shaft section. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 6 SHAFT EXCAVATION AND SUPPORT Page 6 of 18 1 d). Details of assembly, backfilling, and grouting. Show installation 2 details including: 3 (1). Requirements for staggering of adjacent rings 4 (2). Use of tie rods if necessary during grouting operations 5 e). A grout mix design including: grout type and designation; grout 6 mix constituents and proportions, including materials by weight 7 and volume; grout densities and viscosities, including wet 8 density at point of placement; initial set time of grout; 9 shrinkage/expansion; and compressive strength. 10 f). A description for backfill/primary grouting operations that 11 includes sketches as appropriate, indicating type of mixing 12 pumps, injection points, venting method, direction of flow, 13 pressure measurement and maximum allowable pressure, 14 blocking or otherwise securing liner to avoid floating or 15 excessive displacement, volume measurement, grouting 16 sequence, and stage volumes. 17 2) Grouting Records: Maintain daily logs of grouting operations and 18 submit records of grouting to the Engineer's representative. The 19 records shall include the following information hole name, collar 20 station, face station, date. 21 C. Daily Records: 22 1. Written daily progress reports shall be submitted during construction. The 23 progress reports shall have field logs recorded at intervals of five feet or less 24 during excavation and shall be submitted to the Engineer's representative 25 within one working day of the shift for which the logs were created. As a 26 minimum, the logs shall include: 27 a. The date, starting time, and finish time 28 b. Equipment used 29 c. Actual quantities and descriptions of excavated material including 30 soil/rock types 31 d. Any unusual conditions, breakdowns, and delays, including problems 32 with support, bottom instability, and obstructions 33 e. Detailed description of the support installed, including sizes, lengths, 34 spacing, and elevations relative to excavation elevation 35 f. Pumping rates from shaft sumps and inflow conditions or flooding levels 36 for shafts excavated "in the wet" 37 g. Deformation monitoring results, and record of action taken by the 38 designer of record and the Contractor if predicted deflections are 39 exceeded. 40 h. Details of any QA/QC testing performed on concrete/soilcrete. 41 1.7 CLOSEOUT SUBMITTALS 42 A. Post -Construction: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 7 SHAFT EXCAVATION AND SUPPORT Page 7 of 18 1 1. Within 15 days of backfill of excavations, the Contractor shall submit a 2 detailed as -built location plan of any remaining buried shoring members 3 including size, location, and cutoff elevation. 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Qualifications: 7 1. Failure to meet the qualification requirements is failure to fulfill the Contract 8 and the Contractor will be required to obtain a subcontractor that meets the 9 qualification requirements. 10 2. The Contractor who shall perform the Work specified herein shall have 11 successfully completed at least three (3) shafts utilizing each of the proposed 12 shaft construction methods of similar size, depth, and complexity, and in 13 similar ground conditions, within the past ten (10) years. In addition, the 14 Superintendent(s) for the construction work shall have demonstrated similar 15 successful experience with the proposed shaft construction method(s). 16 3. Excavation support systems shall be designed by or under the direct 17 supervision of a Civil or Structural Engineer registered in the State of Texas 18 who shall stamp and sign the submittals and shop drawings. The Contractor's 19 design engineer shall have a minimum of five (5) years' experience in the 20 design of soil retaining structures, and previous experience designing at least 21 one shaft excavation for each type proposed to be constructed. 22 4. Quality control, testing, and inspection shall be provided as required by the 23 Contractor's design engineer and in accordance with approved submittals. 24 The Contractor's design engineer shall visit the site to observe the Work in 25 progress. The Contractor's design engineer shall provide report summarizing 26 condition encountered, potential problems, and general assessment of the 27 work. 28 5. The Contractor shall immediately notify the City and Engineer, in writing, 29 when any problems are encountered with equipment or materials, or if the 30 Contractor believes the conditions encountered are materially and 31 significantly different from those represented within the Contract Documents. 32 6. The Contractor shall allow access to the City and Engineer and shall furnish 33 necessary assistance and cooperation to aid the City and Engineer in 34 observations and data and sample collection. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 8 SHAFT EXCAVATION AND SUPPORT Page 8 of 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART2- PRODUCTS 5 2.1 CITY -FURNISHED [OR] CITY -SUPPLIED PRODUCTS [NOT USED] 6 2.2 MATERIALS 7 A. All timber and structural steel used for the supporting systems, whether new or used, 8 shall be sound and free from defects which may impair strength. 9 B. Liner Plate: Section 15 of AASHTO HB-17 "Standard Specifications for Highway 10 Bridges". 11 1. Corrugated metal tunnel liner plates shall be made from steel sheets 12 conforming to the requirements of ASTM A-1011. 13 2. Steel liner plates may be either 2-flange or 4-flange type, 16 inches to 24 14 inches in width. 15 3. Tunnel Liner Plates and fasteners shall comply with the requirements of 16 AASHTO HB-17. 17 4. Liner plates shall be punched for bolting on both longitudinal and 18 circumferential seams and fabricated to permit complete erection from the 19 inside of the shaft. 20 5. Every other plate radially of every second ring vertically shall be fitted with a 21 minimum 1'/z -inch diameter grout hole. 22 6. Field welding of liner plates, including grout couplings shall not be allowed. 23 7. The material used for the construction of these plates shall be new, unused 24 and suitable for the purpose intended. 25 8. Bolts used with lapped -seam (2-flange) liner plates shall be not less than 5/8" 26 diameter. Bolts shall conform to ASTM A-449 for plate thickness equal to or 27 greater than 0.209", and to ASTM A-307 for plate thickness less than 0.209". 28 The nuts shall conform to ASTM A-307. 29 9. Bolts used with 4-flange liner plates shall be not less than ''/2" diameter for 30 plate thickness up to and including 0.179", and not less than 5/8" diameter for 31 plates of greater thickness. The bolts and nuts shall be quick -acting coarse 32 thread and shall conform to ASTM A-307, Grade A. 33 C. Design Criteria: 34 1. The Contractor shall have sole responsibility for selection of shaft types, 35 construction methods, and shaft excavation sizes to complete the Work, 36 meeting the requirements of these Specifications. The size of the shafts shall 37 be adequate to complete all trenchless construction and to construct all 38 pipelines, structures, and appurtenances shown on the Drawings. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 9 SHAFT EXCAVATION AND SUPPORT Page 9 of 18 1 2. Acceptable shaft types may include: slide rail systems, soldier piles and 2 lagging, liner plate, or other Contractor proposed construction methods for 3 jacking/receiving shafts subject to review and written approval by the City 4 and Engineer. Sloped open excavations and speed shores shall not be allowed 5 at any crossing. 6 3. The use of blasting is prohibited. 7 4. Excavation support systems shall be designed by or under the direct 8 supervision of a Civil or Structural Engineer registered in the State of Texas 9 who shall stamp and sign the submittals and shop drawings. 10 5. The Contractor's licensed engineer shall design all shafts to provide a 11 continuous, dry, excavation support system, with appropriate groundwater 12 control systems as needed. 13 6. Shafts shall be designed to support earth and unrelieved groundwater 14 pressures; equipment, applicable traffic, and construction loads and pressures 15 (i.e. annulus grouting pressures); and other surcharge loads consistent with the 16 site conditions, the conditions described in the Geotechnical Report, and any 17 other requirements described in these Drawings and Specifications. 18 7. Shafts shall be designed to withstand the full hydrostatic head of groundwater 19 or shall include provisions for dewatering to completely remove groundwater 20 loading. 21 8. Design excavation support systems in accordance with AISC and ACI code 22 provisions, as applicable. 23 9. The shaft design shall allow the safe and expeditious construction of the 24 permanent facilities without excessive movement or settlement of the ground 25 and in a manner that will prevent damage to, or movement of, any adjacent 26 structures, utilities, or other facilities. 27 10. The shafts shall be of a size large enough to facilitate all necessary 28 groundwater control, construction operations including the trenchless pipe 29 installation, construction of any structures shown on the Drawings, and 30 pipeline connections to open -cut reaches of the work. 31 11. The Contractor shall ensure that the depth of the shaft excavations allows 32 sufficient vertical clearance for placement of the working slab and jacking 33 frame at the required elevations and angles to install the pipeline as shown on 34 the Drawings. Survey of final shaft bottom elevations shall be recorded and 35 submitted. 36 12. The shaft floors shall be designed with a sump to remove any infiltrating 37 groundwater, rainwater, runoff, or construction water that enters the shaft. 38 a. The Contractor shall not discharge groundwater inflows into storm 39 sewers, sanitary sewers, water bodies, or streets without obtaining and 40 submitting copies of the required permissions and/or permits. 41 b. Contractor shall properly dispose of groundwater in accordance with 42 permit requirements and the requirements of 33 05 42 — Water Control 43 for Shaft and Tunnel Construction, and other applicable Sections. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 10 SHAFT EXCAVATION AND SUPPORT Page 10 of 18 1 13. All shafts shall be designed with a concrete working slab to provide a stable 2 platform to complete the Work. The working slab at each excavation where 3 groundwater is above the invert of the shaft shall be designed to protect the 4 excavation invert in accordance with these minimum design criteria: 5 a. All shafts shall have a finished concrete seal slab and/or working slab 6 and adequate sump pumping system to control groundwater inflows 7 through the bottom of the shaft and to resist uplift of the completed shaft. 8 b. The seal slab and working slab reinforcing may be designed to 9 structurally tie the slab to the shaft walls to take advantage of the shaft 10 dead weight and sidewall friction in resisting uplift due to buoyancy, if 11 necessary. 12 c. Shafts shall be capable of resisting expected hydrostatic uplift with a 13 minimum safety factor of at least 1.1. 14 d. Be capable of supporting such combined dead and live loads as are 15 required by the Contractor's means and methods. 16 14. Grout: 17 a. The strength of any concrete or grout mixture used to fill the annulus 18 between the internal shoring or other supports and the excavation, if 19 used, shall be selected to allow the tunneling equipment to efficiently 20 excavate or advance through the grouted annulus during both launch and 21 retrieval. 22 b. The tunneling subcontractor shall be consulted to ensure compatibility 23 between the grout strength and tunneling equipment. 24 c. The minimum strength of the grout mixture shall equal or exceed the 25 strength of the soils outside the excavation. 26 15. The support systems shall be designed to protect adjacent utilities from 27 damage and to minimize horizontal and vertical movements. 28 16. The shafts shall be designed for staged installation and removal of all portions 29 of the upper 10 feet and to accommodate construction of connections and 30 backfill sequences, unless otherwise noted on the Drawings. 31 17. Jacking shafts shall be designed to provide, when combined with a thrust 32 block, adequate, uniform thrust reaction capacity to resist anticipated jacking 33 loads for the trenchless work. 34 18. The Contractor is responsible for providing all necessary portal stabilization 35 measures to prevent the inflow of soil or rock and control the inflow of 36 groundwater through the tunnel portals at all shafts. 37 19. Provide necessary groundwater control measures to perform the shaft 38 construction work, to provide safe working conditions, and to prevent 39 excessive inflows of water in the shaft during and following construction. 40 Perform all water control work in accordance with 33 05 42 — Water Control 41 for Shaft and Tunnel Construction. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 11 SHAFT EXCAVATION AND SUPPORT Page 11 of 18 1 20. The Contractor's groundwater control methods shall provide means to prevent 2 removal of soil from the surrounding ground, or other adverse effects. In the 3 even any damage does occur as a result of groundwater control efforts, or lack 4 thereof, the Contractor shall be fully responsible for correction of damage. 5 21. Relocate overhead wires, poles, guy wires, and appurtenant items as needed to 6 install shoring systems and to perform other activities required for 7 construction of shafts and trenchless crossings. 8 22. Ring Beam/Soldier Pile and Lagging Shafts: 9 a. Install piles to the tip elevations shown in approved submittals. 10 b. Ring beams shall be bent to the tunnel diameter and shall be expandable 11 to have continuous contact with tunnel walls. 12 c. Provide timber, steel, or precast concrete lagging or sheets of sufficient 13 thickness to withstand lateral earth pressures. 14 d. Lagging shall span completely between ribs and cover the full 15 circumference. 16 e. Steel lagging may include channel iron or liner plates. 17 £ Struts/ring beams shall be installed and preloaded by jacking to 50 18 percent of design capacity, before excavation resumes. Steel wedges, or 19 shims, shall be installed and welded in place to lock in preloaded stresses 20 and prevent excessive lateral deformations. 21 23. Liner Plate Shafts: 22 a. Liner Plates 23 1) Liner plates shall be designed to that erection and assembly can be 24 accomplished entirely from inside the shaft. 25 2) Liner plates shall be capable of withstanding the ring thrust load and 26 transmitting this load from plate to plate. 27 3) The minimum thickness of liner plates shall be determined by the 28 Contractor's shaft design engineer. 29 b. Grouting 30 1) All voids behind liner plates shall be fully grouted. 31 2) Grouting shall be performed in a sequence which will preclude 32 deflections exceeding 5 percent of the shaft diameter. 33 3) At minimum, grouting shall be performed at the end of each day 34 2.3 ACCESSORIES [NOT USED] 35 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 12 SHAFT EXCAVATION AND SUPPORT Page 12 of 18 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION 5 A. Shaft Construction shall not begin until the following tasks have been completed: 6 1. All required submittals have been made and the City and/or Engineer has 7 reviewed and accepted all submittals. 8 2. Review of available utility drawings and location of conduits and 9 underground utilities in all areas where excavation is to be performed. 10 a. The Contractor shall notify the Texas One Call system (811 or 800-245- 11 4545) to request marking of utilities by utility owners / operators that 12 subscribe to One Call, and shall individually notify all other known or 13 suspected utilities to request marking of these utilities. 14 b. The Contractor shall confirm that all requested locates are made prior to 15 commencing excavation operations. 16 c. Contractor shall make diligent efforts to locate unmarked or abandoned 17 utilities using available information, maps, and drawings. 18 d. The Contractor shall visually confirm and stake all existing lines, cables, 19 or other underground facilities including exposing all crossing utilities 20 and utilities within ten (10) feet laterally of the designed extent of the 21 shaft work, including portal stability work. 22 3. Site safety representative has prepared a code of safe practices in accordance 23 with OSHA requirements. 24 a. Provide the Engineer and City with a copy of each prior to starting shaft 25 construction. 26 b. Hold safety meetings and provide safety instruction for new employees 27 as required by OSHA. 28 3.4 INSTALLATION 29 A. General: 30 1. Settling of adjacent property and/or facilities shall not be permitted. 31 2. Excavation shall be performed in sequence with installation of shoring and 32 bracing in a manner that limits settlement of surrounding ground and adjacent 33 vaults, utilities, structures, or roads, and that presents no hazard to traffic. 34 3. Corrective measures shall be immediately taken where movement or 35 deformation of support systems may in any way impair the integrity of the 36 support system or that of adjacent facilities. 37 4. Repair damage to existing utilities resulting from excavation at no additional 38 cost to the City. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 13 SHAFT EXCAVATION AND SUPPORT Page 13 of 18 1 5. All excavated spoils, and other materials used during shaft construction, shall 2 be completely contained when stockpiled on site, and shall be disposed of by 3 the Contractor in accordance with the accepted disposal plan at the 4 completion of shaft construction. 5 a. Any spills shall be completely contained and cleaned up promptly by the 6 Contractor. 7 b. Under no circumstances shall spoils, drilling fluids, groundwater inflows, 8 or construction water enter any sanitary or storm sewers, or any water 9 body. 10 C. Contractor shall properly dispose of groundwater in accordance with 11 permit requirements. 12 6. Vertical Deviation: 13 a. Care shall be taken to keep the shafts plumb during construction. The 14 deviation from plumb shall not exceed one (1) foot (12 inches) in 100 15 feet, or 1%, unless otherwise specified herein. 16 b. Any correction of shaft deviation, and any construction and associated 17 costs resulting from relocation of appurtenances inside the shaft, 18 including the tunneled pipe connections and the launch and retrieval 19 seals, caused by the shaft's deviation from plumb or other deficiencies in 20 workmanship shall be accomplished at the Contractor's expense and 21 shall not be cause for schedule extension. 22 7. Install all shoring with no gap between adjacent segments. As installation 23 progresses, backfill any voids between the excavation and the shoring with 24 sand, pea gravel, or lean grout packed into place. Pack with materials such as 25 hay, burlap, or geotextile fabric where necessary to allow drainage of 26 groundwater without loss of ground due to piping. 27 8. Shaft contractor shall ensure that there is no steel reinforcing or walers 28 obstructing the entry or exit portals of the shaft. 29 9. Any drainage of groundwater into shaft or pumping from shaft sumps shall 30 not result in boils, softening of the ground, or loss of fines. Sumps, subdrains, 31 geotextiles, and drain blankets shall be installed as necessary, using suitable 32 filters or screens so that fines are not removed from the surrounding ground. 33 10. Shafts in active use shall be surrounded by safety fencing, consisting of eight- 34 foot high chain link fence, installed completely around the shaft perimeter and 35 shall have a lockable entry gate to prevent unauthorized access. Shafts not in 36 active use for more than 72 hours shall be covered with traffic plates or 37 surrounded with an 8-foot high chain link fence and safety cage, plating, or 38 netting to prevent unauthorized entry or access. 39 11. Safety rails shall be installed in accordance with applicable safety regulations. 40 B. Internal Bracing and Support System: 41 1. The internal bracing support system for shafts shall include wales, struts, 42 and/or shores where necessary. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 14 SHAFT EXCAVATION AND SUPPORT Page 14 of 18 1 a. Struts with intermediate bracing shall be provided as needed to enable 2 shafts to carry maximum design load without distortion or buckling. 3 b. Struts shall be installed and preloaded by jacking to 50% of design 4 capacity, before excavation resumes. Steel wedges, or shims, shall be 5 installed and welded in place to lock in preloaded stresses and prevent 6 excessive lateral deformations. 7 c. Web stiffeners, plates, or angles shall be included as needed to prevent 8 rotation, crippling, or buckling of connections and points of bearing 9 between structural steel members. Allow for eccentricities caused by 10 field fabrication and assembly. 11 d. All bracing support members shall be installed and maintained in tight 12 contact with each other and with the surface being supported. 13 e. Procedures that produce uniform loading of bracing member shall be 14 used without eccentricities or overstressing and distortion of members of 15 system. 16 2. Internal supports, including ring beams, wales, struts, and corner braces, shall 17 be installed sequentially as the shaft is excavated. 18 a. At no time shall the unsupported excavation depth exceed the 19 Contractor's design location for wales or struts, plus 2 feet, as shown on 20 the Contractor's submittals. 21 b. All internal supports shall be installed within +/- 3 inches of design 22 locations shown on approved submittals. 23 C. Soldier Pile/Ring Beam and Lagging Shaft Installation: 24 1. Install piles in predrilled holes, to the tip elevations shown in approved 25 submittals. Provide casing or drilling mud as necessary to prevent caving of 26 holes and loss of ground. 27 2. After each soldier pile has been seated plumb in the drill hole, encase it with 28 concrete or crushed rock from the tip to the bottom level of the final 29 excavation. Apply vibration through the pile. 30 3. Concrete strength shall be in accordance with submittals and shall be placed 31 by means of a tremie system. 32 4. Install ring beam supports true to the required lines and grades. Ring beams 33 shall be erected to provide intimate contact with the excavated ground surface 34 and shall be blocked in erected position by steel shims, dutchmen or spacers 35 placed between ring butt plates, or by foot blocks. Repair damaged support at 36 no additional cost to the City. 37 5. Provide timber, steel, or precast concrete lagging or steel sheets that span 38 completely between adjacent soldier piles, and of sufficient thickness to 39 withstand lateral earth pressures. 40 6. Lagging shall be advanced concurrent with the excavation and at no time shall 41 the unsupported excavation depth exceed two (2) feet. 42 D. Liner Plate Shaft Construction: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 15 SHAFT EXCAVATION AND SUPPORT Page 15 of 18 1 1. Longitudinal joints in adjacent rings shall be staggered and not in alignment 2 more often than every second ring. 3 2. Grouting: 4 a. Every second liner plate in a ring shall be provided with 1.5-inch or 5 larger grouting holes located near the centers. 6 b. The holes in each ring shall be staggered resulting in a diamond pattern 7 for grout holes. 8 c. All space between the liner plate and the earth shall be filled with grout 9 forced in under pressure. 10 d. As the pumping through any hole is stopped, it shall be plugged to 11 prevent backflow of grout. 12 e. Grouting shall be performed in a sequence which will preclude 13 deflections exceeding 5 percent of the shaft diameter. 14 £ At minimum, grouting shall be performed at the end of each work shift. 15 3. Shaft excavation shall not proceed more than 30 inches below the bottom of 16 the last row of liner plate before installation of another row of liner plate. 17 4. Use steel ribs, tie rods, stiffeners, and/or other restraint as required to maintain 18 the liner plate ring in a true circle without buckling until backfill grouting 19 operations are complete. 20 5. Ribs shall be blocked to the liner plate by hardwood or steel 21 wedgingiblocking at two points per plate. Nail wedges to preclude loosening. 22 6. Erect liner plates with tight, clean joints, (and gaskets where shown on the 23 Drawings) and in a manner which will not deform or overstress the completed 24 rings. Flanges shall be clean and free from material that could interfere with 25 proper bearing. 26 7. Previously placed rings of liner plates shall be monitored daily for signs of 27 damage or distress. Where the City or the Contractor observes damage or 28 distress, promptly repair or replace such elements, as appropriate, and at no 29 additional cost to the City. 30 E. Shaft Bottom Stability and Groundwater Inflows: 31 1. The Contractor is responsible for preventing, controlling, or otherwise 32 handling groundwater inflows into the shaft excavations. All groundwater 33 inflows shall be collected and disposed of in accordance with 33 05 42 — 34 Water Control for Shaft and Tunnel Construction. 35 2. The Contractor shall control groundwater inflows to prevent heaving, boiling, 36 piping, or other loosening of the subgrade or surrounding ground that will 37 damage surrounding features, compromise shaft integrity, or provide 38 unsuitable foundation for the pipe and/or manholes. 39 3. Provide sufficient backup generators, pumping equipment, alarms, and 40 inspection at the site to assure that the operation of the groundwater control 41 system can be maintained without interruption. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 16 SHAFT EXCAVATION AND SUPPORT Page 16 of 18 1 F. Portal Stabilization: 2 1. For all shafts, prior to initiating penetration through the shaft wall, securely 3 install tunnel entry/exit seals. 4 2. The Contractor shall stabilize the ground outside the shaft seals to facilitate 5 launching or receiving of the tunneling equipment from the shafts without 6 excessive ground loss. 7 G. Settlement Instrumentation and Monitoring: 8 1. Performance of excavation support system shall be monitored for both 9 horizontal and vertical deflections. 10 2. If excessive settlement or deflections of supports or nearby utilities or other 11 improvements occur, modifications to the excavation and shoring approach 12 will be required. 13 a. Revised shop drawings and calculations shall be submitted to the City 14 and Engineer. 15 b. Changes to excavation sequence and shoring shall be implemented as 16 may be necessary at no additional cost to the City. 17 H. Shaft Removal and Backfill: 18 1. The Contractor shall remove shoring to a depth of 10 feet, and as required to 19 accommodate construction of connections and backfill sequences, unless 20 otherwise noted on the Drawings. 21 a. If shafts are planned in areas of significant future grade cuts, additional 22 removal may be required. 23 b. All shoring elements located in the upper 10 feet, including shaft walls, 24 wales, struts, lagging, and shores shall be removed from the excavation 25 prior to restoration. 26 C. Shoring elements that remain in place shall be identified on the record 27 drawings. 28 d. Removal of the support system shall be performed in a manner that will 29 not disturb or harm adjacent construction or facilities and only after 30 backfill has been fully compacted. 31 e. Any voids created or encountered during the removal of the support 32 system shall be immediately filled with grout as approved in writing by 33 the City and Engineer. 34 f. The support system removed from the excavation shall remain the 35 property of the Contractor and shall be removed from the site. 36 2. Materials for shaft backfilling shall be placed and compacted in accordance 37 with the requirements of Section 03 34 13 Controlled Low Strength Material 38 (CLSM) or select fill per Section 33 05 10 Utility Trench Excavation, 39 Embedment, and Backfill. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 41- 17 SHAFT EXCAVATION AND SUPPORT Page 17 of 18 1 3.5 CLEANUP AND RESTORATION 2 A. The Contractor shall remove all construction debris, spoil, slurry, oil, grease, and 3 other materials from the shaft, pipeline, and all surface work areas upon completion 4 of construction of the pipeline. 5 B. Restoration shall follow construction as the Work progresses and shall be completed 6 as soon as reasonably possible. 7 1. Restore and repair any damage resulting from surface settlement caused by 8 shaft excavation. 9 2. Any property damaged or destroyed, shall be restored to a condition equal to 10 or better than that to which it existed prior to construction. 11 3. Restoration shall be completed no later than 30 days after tunneling is 12 complete, or earlier if required as part of a permit or easement agreement. 13 4. This provision for restoration shall include all property affected by the 14 construction operations. 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 SITE QUALITY CONTROL 17 A. Safety: 18 1. No gasoline powered equipment shall be permitted in shafts/pits. 19 a. Diesel, electrical, hydraulic and air powered equipment are acceptable, 20 subject to applicable local, State, and Federal regulations. 21 2. The Contractor shall be solely responsible for and bear the sole burden of cost 22 for any and all damages resulting from improper shoring or failure to shore. 23 3. The safety of workers, the protection of adjacent structures, property and 24 utilities, and the installation of adequate supports for all excavations shall be 25 the sole responsibility of the Contractor. 26 4. The design, planning, installation, and removal of all shoring shall be 27 accomplished in such a manner as to maintain stability of the required 28 excavation and prevent movement of soil that may cause damage to adjacent 29 shoring systems, structures and utilities, damage or delay the Work, or 30 endanger life and health. 31 5. All materials and methods of construction shall meet the applicable 32 requirements of the Contract Documents. Particular attention is called to 33 Subpart P — Excavations and Subpart S — Underground Construction of the 34 Standards (29 CFR 1926/1920, published as U.S. Department of Labor 35 Publication 207, revised October 1, 1979, and revised again August 1, 1989. 36 6. Perform all Work in accordance with all current applicable regulations and 37 safety requirements of the Federal, State, and Local agencies. Comply with all 38 applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground 39 Construction and Subpart P, Excavations. 40 7. In the event of conflict, comply with the more stringent requirements. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 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 0 33 05 41- 18 SHAFT EXCAVATION AND SUPPORT Page 18 of 18 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 42 WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION Page 1 of 4 1 SECTION 33 05 42 2 WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. This section covers work necessary to control groundwater, surface water, runoff, and 6 nuisance water that may be encountered within shafts and tunnels, as required for 7 performance of the trenchless Work. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION 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. 33 05 27 — Open -Face Pipejacking 15 4. 33 05 28 — Open -Face Tunneling 16 5. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 17 6. 33 05 41 — Shaft Excavation and Support 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment: 20 1. Measurement: 21 a. This item is considered subsidiary to Tunnel Liner Plate or Steel Casing 22 Pipe installation. 23 2. Payment: 24 a. The work performed and materials furnished in accordance with this item 25 are considered subsidiary the unit price bid per linear foot of By Other than 26 Open Cut installation of Tunnel Liner Plate or Steel Casing to be completed 27 in place, and no other compensation will be allowed. 28 1.3 REFERENCES 29 A. 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 B. Reference Documents: 34 1. "Geotechnical Engineering Study, Northside III Water Main, Expedited Alignment, 35 Boat Club Road to West Bonds Ranch Road, Fort Worth, Texas". CMJ Engineering, 36 Inc., Report No. 103-24-529, dated June 18, 2024. 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 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 33 05 42 WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION Page 2 of 4 1.5 SUBMITTALS A. Submittals shall be made in accordance with Section 0133 00. B. All submittals shall be approved by the Engineer or the City prior to construction. C. Review and acceptance of the Contractor's submittals by the Engineer shall not be construed in any way as relieving the Contractor of its responsibilities under this Contract. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings: 1. Water Control Plan: No later than 30 days before installation of water control systems, submit methods and equipment proposed to be utilized to prevent excessive surface water and groundwater from entering shafts and tunnels, and to remove and dispose of the water that does enter. 2. Submit drawings indicating location and configuration of water control facilities including, but not limited to, water control barriers, dewatering wells, monitoring wells, sumps, discharge lines, storage tanks or basins, and discharge points or disposal methods. 3. Submit detailed descriptions of water control schedule, operation, maintenance, and abandonment procedures. 4. Submit drawings and details of any required treatment facilities to be used in treating water that collects within the shafts before it is discharged. 5. Submit a copy of all applicable permits required for discharge of collected water or documentation of proper offsite disposal plans. Confirm that disposal plan is in compliance with all permit requirements. 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] 30 PART 2 - PRODUCTS 31 32 33 34 35 36 37 38 39 2.1 CITY -FURNISHED [OR] CITY -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS A. Design Criteria: 1. Design, furnish, install, operate, and maintain all machinery, appliances, power, and equipment necessary to remove water from tunnels and shafts during construction. 2. Dewater, treat, and dispose of water so as not to cause injury to public or private property or to cause a nuisance or a menace to the public and in accordance with all applicable permit requirements. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 42 WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION Page 3 of 4 1 3. Have on hand at all times sufficient pumping equipment and machinery in good 2 working condition for all ordinary emergencies, including power outages and 3 flooding, and have available at all times competent workers for the continuous and 4 successful operation of the water control and monitoring systems. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 37 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION [NOT USED] 11 3.4 INSTALLATION 12 A. General: 13 1. Provide continuous control of surface water runoff and water in shafts and tunnels 14 during the course of construction, including weekends and holidays, and during 15 periods of work stoppages. 16 2. Take reasonable precautions necessary to ensure successful operation of water 17 control systems. 18 3. Dispose of water under terms, requirements, and restrictions of applicable permits. 19 4. Modify water control system after installation and while in operation if it causes, 20 or threatens to cause, damage to adjacent property or to existing buildings, 21 structures, or utilities. 22 B. Surface Drainage: 23 1. Intercept and divert surface drainage away from the Work by use of dikes, curb 24 walls, ditches, sumps, or other means, in accordance with the approved plan. 25 2. Design surface drainage system so as not to cause erosion on or off the site. 26 Surface runoff shall be controlled to prevent entry of water into excavations and 27 shafts, water bodies, sanitary sewers, or storm sewers, unless written permission is 28 provided by the facility owner allowing discharge. 29 C. Water Control in Underground Works: 30 1. Use water control methods that are appropriate for the ground conditions described 31 in the Geotechnical Reports, the planned construction operations, and requirements 32 of these Contract Documents. 33 2. If a large amount of subsurface water drains into an excavation, take immediate 34 steps to control water inflow. Large amounts of inflow requiring immediate 35 control shall be defined as that which adversely affects the Work and/or threatens 36 damage to adjacent structures or facilities. 37 3. Design and operate water control system to prevent removal of in situ soils or 38 loosening or softening of in situ soils surrounding the excavation. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 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 33 05 42 WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION Page 4 of 4 4. Water shall be removed during periods when concrete is being placed, during tunneling operations, when carrier pipe is being installed, during shaft excavation, and at such other times as is necessary for efficient and safe execution of the Work. 5. If a concrete seal slab or work slab for shaft construction is required, the slab shall not be subjected to unbalanced hydrostatic pressures until it has obtained compressive strength sufficient to resist uplift pressure. D. Treatment and Disposal of Water: 1. Obtain necessary permits from the authority having jurisdiction to use any sanitary sewers, storm sewers, drains, or waterways for water disposal purposes. 2. Discharge water removed from the site through pipes, tanks, or by truck and as required by the Contractor's discharge permit. Water shall be discharged in a manner that will not cause soil erosion at discharge point. 3. Treat collected water as required by regulatory agencies prior to discharge. E. System Removal: 1. Facilities shall be removed and abandoned at the completion of the Work in conformance with regulatory requirements and Contractor's permit. 3.5 CLEANUP AND RESTORATION 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 1 2 3 4 G 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 33 04 44 SETTLEMENT MONITORING Page 1 of 6 SECTION 33 04 44 SETTLEMENT MONITORING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing, installing, and monitoring settlement instrumentation for measuring ground movements around and above trenchless construction operations. The Work includes but is not limited to: furnishing monitoring equipment; installing surface monitoring points, and utility monitoring points; and recording observations and measurements from the monitoring points on a periodic basis before, during, and after trenchless construction. B. Deviations from this City of Fort Worth Standard Specification 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION 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. 33 05 27 — Open -Face Pipejacking 4. 33 05 28 — Open -Face Tunneling 5. 33 05 41 — Shaft Excavation and Support 6. 33 05 45 — Contact Grouting 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Measurement: a. This Item is considered subsidiary to Steel Casing Pipe or Tunnel Liner Plate. 2. Payment: a. The work performed and materials furnished in accordance with this Item are considered subsidiary to the unit price bid per unit linear foot of By Other than Open Cut Installation of Steel Casing or By Other than Open Cut Installation of Steel Liner Plate to be completed in place and no other compensation will be allowed. 1.3 REFERENCES A. Definitions: 1. Surface Monitoring Points: A marking established as a baseline for measuring elevation of the ground surface using optical survey methods. 2. Utility Monitoring Point: Instrumentation for directly monitoring vertical movements of specific existing utility. B. Geotechnical Reference Documents: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 1 2 3 4 1.4 5 1.5 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 1.6 33 04 44 SETTLEMENT MONITORING Page 2 of 6 1. "Geotechnical Engineering Study, Northside III Water Main, Expedited Alignment, Boat Club Road to West Bonds Ranch Road, Fort Worth, Texas". CMJ Engineering, Inc., Report No. 103-24-529, dated June 18, 2024. ADMINISTRATIVE REQUIREMENTS [NOT USED] SUBMITTALS A. Submittals shall be made in accordance with Section 0133 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. C. Review and acceptance of the Contractor's submittals by the Engineer shall not be construed in any way as relieving the Contractor of its responsibilities under this Contract. ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Qualifications: 1. Submit surveying personnel qualifications in accordance Paragraph 1.9A. B. Shop Drawings: 1. Submit the following, at least one (1) month before scheduled installation of monitoring points: a. Instrumentation Schedule: Submit the proposed schedule for installing the surface, and utility monitoring points. b. Description of methods and materials for installing and protecting surface, and utility monitoring points. C. Drawings with locations of proposed monitoring points shown in plan and profile. C. Reports and Records: 1. The Contractor shall submit all reports of monitoring data to the Engineer. 2. Within 72 hours following installation of the instruments, submit: a. Drawings showing the actual as -built installed location b. Instrument identification number C. Instrument type d. Installation date and time e. Tip elevation and instrument length. f. Include details of installed instruments, accessories and protective measures including all dimensions and materials used. 3. Submit surveyed baseline measurements of surface and utility monitoring points at least seven (7) days prior to commencing excavation. 4. Submit surveyed measurements of monitoring points during and after construction in accordance with Paragraph 3.4.13 of this Specification. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 04 44 SETTLEMENT MONITORING Page 3 of 6 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Surveyor Qualifications: All surveying shall be performed by a land surveyor licensed in 5 the State of Texas with previous experience surveying for the detection of surface 6 deformations. 7 B. Should actual field conditions prevent installation of instruments at the location shown on 8 the Drawings or specified herein, obtain written acceptance from the Engineer for new 9 instrument location and elevation. 10 C. Surveying for monitoring settlement instrumentation shall be referenced to the same control 11 points and benchmarks established for setting out the Work. Control points shall be tied to 12 benchmarks and other monuments outside of the zone of influence of the excavation or 13 trenchless construction. 14 D. Contractor shall provide access and assistance to the Engineer for obtaining supplemental 15 monitoring data, as requested by Engineer. 16 E. Provide data from readings of all monitoring points to the Engineer within 24 hours of 17 reading. 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 CITY -FURNISHED [OR] CITY -SUPPLIED PRODUCTS [NOT USED] 23 2.2 MATERIALS 24 A. Surface Monitoring Points: 25 1. Surface monitoring points shall be established by an inscribed marking or approved 26 surveyor's nail driven flush with the surface in asphalt or concrete paved areas. 27 2. In landscaped areas, surface monitoring points shall be established by driving a 28 minimum 0.5-inch diameter steel rod driven a minimum of 12-inches until flush with 29 the ground. The stake shall be driven to a depth required to provide a stable 30 monitoring point given the soil conditions. 31 3. Each monitoring point shall have a tag or marking indicating the station and offset 32 from centerline. 33 B. Utility Monitoring Points: 34 1. Each point shall consist of a non-metallic settlement rod installed and centralized 35 within a PVC -cased borehole. 36 2. Tip of settlement rod shall be rounded or otherwise protected so as not to damage the 37 utility to be monitored. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 04 44 SETTLEMENT MONITORING Page 4 of 6 1 3. The casing shall be flush with pavement or recessed, and capped and protected with a 2 road box if installed within traffic lanes, shoulders, parking lots, or bike lanes and 3 shall be in accordance with applicable permit requirements. 4 C. Design Criteria: 5 1. Any ground movements (settlement/heave) shall be limited to values that do not cause 6 damage to adjacent utilities and facilities. In no case shall settlements exceed the 7 applicable values listed in Table 1 below. 8 Table 1— Maximum Allowable Settlement / Heave Values Site Feature Maximum Settlement / Heave (inches) Roadways 1.00 Underground Utilities 1.00 Unimproved Ground 3.00 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION 13 3.4 INSTALLATION 14 A. General: 15 1. Notify the City and Engineer at least 7 days in advance of installing monitoring 16 points. 17 2. The Contractor shall locate conduits and underground utilities in all areas where 18 borings are to be drilled to install subsurface instruments. Instrument locations shall 19 be modified, as approved by the City or Engineer, to avoid interference with existing 20 utilities. The Contractor shall repair damage to existing utilities resulting from 21 instrument installations. 22 3. Surveying of all monitoring points shall consist of determining the elevation of each 23 monitoring point with respect to a benchmark selected by the Engineer to a precision 24 of 0.01 foot. 25 B. Monitoring Frequency: 26 1. Surface and Utility Monitoring Points: Survey measurements shall be obtained prior 27 to any excavation and at two-day intervals after beginning shaft excavation. Once 28 tunneling begins, surface monitoring points along the active tunneling reach shall be 29 surveyed once for every 40 feet of tunnel advance. Additionally, all surface 30 monitoring points along the active reach shall be surveyed at least once per day during 31 tunneling operations. 32 C. Once a tunneling reach is completed, all surface, and utility monitoring points along that 33 reach shall be surveyed once per day for the first 7 days, once at 14 days, and once at 30 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 04 44 SETTLEMENT MONITORING Page 5 of 6 1 days after completion of tunneling on that reach. Monitoring of monitoring points shall 2 continue on at least a weekly basis beyond 30 days if movements are observed between 3 subsequent readings until no further movements are observed for 3 consecutive readings. 4 Surface Monitoring Points: 5 1. Establish a system of surface monitoring points at locations shown on the Drawings. 6 D. Utility Monitoring Points: 7 1. The utility monitoring points shall be installed as close as practicable to the locations 8 shown on the Drawings. The City or Engineer may modify utility monitoring point 9 locations depending on field conditions, conflicting utilities, and monitoring 10 objectives. 11 2. Locate and confirm all utilities and protect utilities or relocate monitoring points as 12 necessary to protect all utilities. Follow State laws and accepted industry procedures 13 for One -Call notification and visual confirmation of locations of all crossing or 14 adjacent utilities. 15 3. Utility monitoring point installations shall be completed at least 7 days in advance of 16 commencing shaft or trenchless construction. 17 4. Conduct drilling operations using appropriate methods that are consistent with 18 anticipated geologic conditions and will not damage the utility to be monitored. 19 5. Affix monitoring rod to the utility so that the tip of the monitoring rod will not move 20 horizontally. Method shall be approved by the utility owner. 21 6. Protection: Install protective housing with cap. Protective housing shall be installed 22 within a flush -mounted precast concrete box or vault if in traffic lanes or paved areas, 23 so as not to obstruct vehicle or foot traffic, and shall be in accordance with TxDOT 24 standards and permit requirements. 25 7. All instrumentation shall remain the property of the Contractor following completion 26 of the Work and shall be removed or abandoned according to applicable codes and 27 standards, unless otherwise noted. 28 E. Instrument Protection, Maintenance and Repair: 29 1. Protect the instruments from damage. Damaged installations shall be replaced or 30 repaired prior to continuing excavation, or trenchless construction, unless permitted 31 otherwise in writing by the City and Engineer. 32 F. Abandonment of Instruments: 33 1. Surface Monitoring Points: 34 a. All surface monitoring points on public property shall remain in place at the 35 completion of the Work. 36 b. Remove all surface monitoring points on private property during the cleanup 37 and restoration work, or as required by the City or Engineer. 38 2. Utility Monitoring Points: 39 a. Utility monitoring points shall be abandoned at the conclusion of the monitoring 40 phase (See Paragraph 3.4 Q. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 33 04 44 SETTLEMENT MONITORING Page 6 of 6 b. Properly abandon all monitoring point boreholes, by removing the monitoring rod and then grouting the drilled holes in accordance with 33 05 45 — Contact Grouting, or as required by the utility owner. C. Remove flush mounted surface boxes and restore surface to original condition. 3.5 CLEANUP AND RESTORATION 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME CITY OF FORT WORTH LAST PAGE OF THIS SECTION Revision Log SUMMARY OF CHANGE NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 1 2 3 4 6i 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 SECTION 33 05 45 CONTACT GROUTING PART 1 -- GENERAL 1.1 SUMMARY 33 05 45 CONTACT GROUTING Page 1 of 8 A. Section includes: 1. M nimum requirements for contact grouting of all voids caused or encountered during casing installation, the annular space outside the casing pipe after trenchless installations are complete, around shafts as necessary to prevent surface settlement, as necessary to complete portal stabilization work, and for abandonment grouting of boreholes for monitoring points after trenchless construction is complete. B. Deviations from this City of Fort Worth Standard Specification 1. THIS IS NOT A CITY OF FORT WORTH STANDARD SPECIFICATION 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. 33 05 21 — Tunnel Liner Plate 4. 33 05 22 — Steel Casing Pipe 5. 33 05 27 — Open -Face Pipejacking 6. 33 05 28 — Open -Face Tunneling 7. 33 05 41 — Shaft Excavation and Support 8. 33 05 44 — Settlement Monitoring 1.2 PRICE AND PAYMENT PROCEDURES A. M asurement and Payment: 1. M asurement: a. This item is considered subsidiary to Steel Casing Pipe or Tunnel Liner Plate installation. 2. Payment: a. The work performed and materials furnished in accordance with this item are considered subsidiary to the unit price bid per linear foot of By Other than Open Cut installation of Steel Casing or Tunnel Liner Plate to be completed in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards: 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited 2. American Society for Testing and Materials (ASTM) CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 45 CONTACT GROUTING Page 2 of 8 1 a. C 31 Standard Practice for Making and Curing Concrete Test Specimens in the 2 Field 3 b. C 39 Standard Test Method for Compressive Strength of Cylindrical Concrete 4 Specimens 5 c. C 94 Standard Specification for Ready -Mixed Concrete 6 d. C 109 Standard Test Method for Compressive Strength of Hydraulic Cement 7 Mortars (Using 2-inch Cube Specimens) 8 e. C 144 Standard Specification for Aggregate for Masonry Mortar 9 f. C 150 Standard Specification for Portland Cement 10 g. C 937 Standard Specification for Grout Fluidifier for Preplaced-Aggregate 11 Concrete 12 1.4 ADMINISTRATIVE REQUIREMENTS 13 A. All grouting operations are to be performed in the presence of the Engineer. 14 B. Notify the Engineer at least 24 hours in advance of starting contact grouting operations 15 1.5 SUBMITTALS 16 A. Submittals shall be made in accordance with Section 0133 00. 17 B. All submittals shall be approved by the Engineer or the City prior to construction. 18 C. Review and acceptance of the Contractor's submittals by the Engineer shall not be 19 construed in any way as relieving the Contractor of its responsibilities under this Contract. 20 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 21 A. Work Plan and Methods: 22 1. Submit a work plan for each type of contact grouting required, including: 23 a. Contact grouting methods and details of equipment 24 b. Grouting procedures and sequences 25 c. Injection pressures 26 d. Monitoring and recording equipment 27 e. Methods of controlling grout pressure 28 2. Submit details of grout mix proportions, including: 29 a. Laboratory test data verifying the strength of the proposed grout mix 30 b. Admixtures, including manufacturer's literature 31 c. SDS sheets 32 B. Reports and Records: 33 1. M intain and submit daily logs of grouting operations, including: 34 a. Grouting locations, pressures, volumes, grout mix pumped, time of pumping, and 35 any problems or unusual observations on logs. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 45 CONTACT GROUTING Page 3 of 8 1 C. Grout Strength Tests: 2 1. Submit test results for 24-hour and 7-day compressive strength tests for the cylinder 3 molds or grout cubes obtained during grouting operations in accordance with 4 Paragraph 1.9A. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Grout Strength Tests: 9 1. Prepare samples for 24-hour and 7-day compressive strength tests according to 10 ASTM C31 for cylinders or ASTM C109 for cubes. 11 2. Test samples according to ASTM C39 or C 109 as applicable. 12 3. Grout for the cylinders or cubes shall be taken from the nozzle of the grout injection 13 line. 14 4. Collect at least one set of four (4) samples for each 500 cubic feet of grout injected 15 but not less than one set for each grouting shift, unless directed in writing otherwise 16 by the Engineer. 17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 CITY -FURNISHED [ORI CITY -SUPPLIED PRODUCTS [NOT USED] 22 2.2 MATERIALS 23 A. Materials: 24 1. Cement: Cement shall be Type II or Type V Portland cement conforming to ASTM 25 C 150. 26 2. Bentonite: Bentonite shall be a commercially processed powdered bentonite, 27 Wyoming type, such as Imacco-gel, Black Hills, or equal. 28 3. Fluidifer: Fluidifiers shall hold the solid constituents of the grout in colloidal 29 suspension, be compatible with the cement and water used in the grouting work, and 30 comply with the requirements of ASTM C 937. 31 4. Admixtures: Other admixtures may be used subject to the written approval of the 32 Engineer to improve the pumpability, to control set time, to hold sand in suspension, 33 and to prevent segregation and bleeding. 34 B. Equipment: 35 1. Equipment for mixing and injecting grout shall be adequate to satisfactorily mix and 36 agitate the grout and force it into the grout ports, in a continuous flow at the desired 37 pressure. Pumps shall be capable of continuously developing a sustained pressure of 38 15 psi in excess of existing groundwater pressures at the grout port connection. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 45 CONTACT GROUTING Page 4 of 8 1 2. Two pressure gauges shall be provided, one at the grout pump and one at the collar 2 of each port being grouted. The accuracy of the gauges shall be periodically 3 checked with an accurately calibrated pressure gauge. A minimum of two spare 4 pressure gauges shall be available on site at all times. 5 3. The grouting equipment shall be provided with a meter to determine the volume of 6 grout injected. The meter shall be calibrated in cubic feet to the nearest one -tenth of 7 a cubic foot. 8 4. The grouting equipment shall be maintained in satisfactory operating condition 9 throughout the course of the work to ensure continuous and efficient performance 10 during grouting operations. 11 5. Suitable stop valves shall be provided at the collar of each port for use in 12 maintaining pressure as required until the grout has set. 13 6. Grout hoses shall have an inside diameter not less than 1-1/2 inches and shall be 14 capable of withstanding the maximum water and grout pressures to be used. 15 C. Design Criteria: 16 1. Contact grout shall be used to fill any voids caused or encountered outside the 17 casing pipe or tunnel liner plate; to fill the annular space created by the overcut 18 during trenchless construction; to fill any voids caused or encountered outside of 19 shafts; as necessary for portal stabilization; and for abandonment of monitoring 20 point boreholes. 21 2. Grout Mixes: 22 a. Develop one or more grout mixes designed to completely fill the voids outside 23 the casing, product pipe, or shafts and to provide acceptable strength to prevent 24 settlement. 25 b. Grout used outside shaft excavations shall be of a strength that allows for 26 efficient excavation by the tunneling equipment. 27 c. Determine 24-hour and 7-day strength of each grout mix in accordance with 28 ASTM C39 or C109. 29 d. All grout mix proportions shall be subject to review and acceptance by the 30 Engineer. 31 3. Grout Composition: 32 a. Grout shall consist of Portland cement, bentonite, fluidifier as necessary, and 33 water in the proportions specified herein or as approved by the Engineer. 34 b. Sand may be added to the grout mix in instances of very high grout takes, as 35 approved in writing by the Engineer. The addition of sand may require 36 additional water or fluidifier to be added to the grout mix. 37 4. Compressive Strength: 38 a. The minimum compressive strength at 24 hours shall be 10 psi. 39 b. The minimum compressive strength at 7 days shall be 50 psi. 40 C. The grouting contractor shall coordinate with the trenchless subcontractor to 41 ensure that the maximum anticipated grout strength can be efficiently excavated CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 45 CONTACT GROUTING Page 5 of 8 1 by the tunneling equipment without damaging the equipment or causing 2 excessive wear of cutting tools, if used at tunnel portals. 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Grouting shall not begin until the following have been completed 8 1. All required submittals have been made and the City and/or Engineer has reviewed 9 and accepted all submittals in accordance with Section 0133 00 - Submittals. 10 3.4 EXECUTION 11 A. General: 12 1. The Contractor shall use contact grouting to fill any voids caused or encountered 13 during shaft construction that could lead to shaft movements during trenchless 14 operations, or that could lead to settlement and damage of installed pipe, surface 15 features, or subsurface utilities. 16 2. The Contractor shall use contact grouting to completely fill the void space outside 17 the casing pipe or tunnel liner plate caused by the trenchless operations (including 18 overcut), and any voids caused or encountered during the trenchless construction. 19 3. The Contractor shall use contact grouting as necessary to complete portal 20 stabilization work in accordance with this Specification and 33 05 43 — Portal 21 Stabilization. 22 4. The Contractor shall use contact grouting to fill and abandon boreholes for 23 monitoring points as noted in 33 05 44 — Settlement Monitoring. 24 5. Spills: 25 a. The Contractor shall take care to prevent the spill or escape of grout to the 26 ground surface, into any water body, or into any sanitary or storm sewer. 27 b. The Contractor shall closely monitor grouting operations to detect any spills or 28 escape of grout to the surface or into any water body, sanitary sewer, or storm 29 sewer. 30 c. Any such spill shall be immediately contained and cleaned up by the Contractor 31 at no additional cost. 32 6. During grouting work, provide for adequate disposal of all waste and wastewater. 33 Remove and properly dispose of all waste grout resulting from grouting operations. 34 The contents of grout lines shall not be discharged into the pipe, sanitary sewers, 35 storm drains, or water bodies. 36 B. Mixing and Injection of Grout: 37 1. All materials shall be free of lumps when put into the mixer and the grout mix shall 38 be continuously agitated. 39 2. Grout shall flow unimpeded and shall completely fill all voids. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 45 CONTACT GROUTING Page 6 of 8 1 3. Grout not injected within 90 minutes of mixing shall be wasted. 2 4. The grouting process shall be operated and controlled so that the grout is delivered 3 uniformly and steadily. 4 5. Recirculate grout mixes when any new mix is batched or after adding water, 5 fluidifier, or sand to mix. Recirculate mix for at least 2 minutes prior to pumping 6 grout into grout port. 7 6. In general, grouting will be considered completed when less than one cubic foot of 8 grout of the accepted mix and consistency can be pumped in 5 minutes under the 9 specified maximum pressure. 10 7. After the grouting is finished, the valve shall be closed before the grout header is 11 removed and remain closed until grout has set. 12 8. For any port ahead of the grouting operation, with a valve attached, and the valve in 13 the open position; the current port shall be considered grouted if grout issues forth 14 from the subsequent port with the same color and consistency and at the same rate as 15 that being pumped. 16 9. Replace grout plugs in ports at the completion of grouting. 17 C. Contact Grouting of Shafts: 18 1. Commence contact grouting of shafts after completion of each shaft, and before 19 trenchless construction begins. 20 2. Inject grout through vertical or inclined holes drilled from the ground surface to 21 intersect the known or suspected void, or through grout holes in liner plate. 22 Alternatively, drill grout holes horizontally through shaft support elements into the 23 soil to intersect the known or suspected void. Holes shall be sufficiently close to 24 ensure all voids are completely filled. 25 3. Install check valve and grout nipple in each hole drilled. 26 4. Inject grout through each grout nipple until completion, as defined in Paragraphs 3.4 27 B 6 through 9. 28 5. Engineer may direct Contractor to drill and grout additional holes if the grouting 29 operation has not, in the judgment of the Engineer, achieved satisfactory filling of 30 known or suspected voids. 31 D. Contact Grouting Outside of Steel Casing: 32 1. Commence contact grouting outside of the casing pipe within 48 hours following the 33 completion of each drive. 34 2. Grout ports shall be provided in casing pipes at intervals not greater than 10 feet. 35 3. Grout ports shall be threaded to accept valve fittings and plugs. 36 4. An attempt shall be made to hook-up and pump grout at every port or coupling 37 unless approval is granted by the Engineer in writing to omit grouting of selected 38 ports. 39 5. Before attempting to grout a port the Contractor shall insert a rod through the port to 40 clean the area outside the grout port of loose soil and to provide a path for grout to 41 travel. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 45 CONTACT GROUTING Page 7 of 8 1 6. Inject grout through the grout connections in such a manner as to completely fill all 2 voids outside the pipe resulting from, or encountered during, trenchless operations. 3 7. Grout pressure shall be controlled to avoid damaging the pipe and to avoid 4 movement of the surrounding ground or improvements. 5 8. Grouting shall generally progress sequentially in a constant up -gradient direction 6 from one grout port to the next grout port in the sequence indicated in the approved 7 submittals. 8 9. At all times during the grouting operations, sufficient contact grout ports ahead of 9 the port to be grouted shall be cleaned and ready for grouting. Valves or other 10 suitable devices shall be attached and placed in the fully open position on all 11 ungrouted ports within the maximum grout communication distance, as determined 12 by the Contractor and accepted by the Engineer. 13 10. For any port ahead of the grouting operation, with a valve attached, and the valve in 14 the open position, such port shall be considered grouted if grout issues forth of the 15 same consistency and color, and at the same rate as that being pumped. 16 11. Replace grout plugs in ports at the completion of grouting. 17 12. Pipe grout fittings shall be sealed with screw type plugs upon completion of 18 grouting. 19 E. Contact Grouting of Monitoring Point Boreholes: 20 1. After all settlement monitoring measurements have been completed, monitoring 21 point borehole casings shall be grouted. 22 2. Inject grout into each casing until filled. 23 3. Grout may be injected by gravity flow, through a tremie pipe, or by attaching a valve 24 and nipple at the casing collar. 25 3.5 CLEANUP AND RESTORATION 26 A. Cleanup: 27 1. After completion of contact grouting, all related construction debris, grout, oil, 28 grease, and all other materials shall be removed from the tunnel, jacking and 29 receiving shafts, and all Contractor work areas. 30 3.6 RE -INSTALLATION [NOT USED] 31 3.7 SITE QUALITY CONTROL [NOT USED] 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHMENTS [NOT USED] 39 LAST PAGE OF THIS SECTION CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 05 45 CONTACT GROUTING Paine 8 of 8 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB ROAD TO BONDS RANCH ROAD) CITY PROJECT NO. 104940-2 33 11 10- 1 DUCTILE IRON PIPE Page 1 of 14 1 SECTION 33 1110 2 DUCTILE IRON PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 2.2.B.6.b.7 and 9 10 2. Modified 2.2.B.7.d.2 11 3. Deleted 2.2.B.17.b-d and f 12 4. Added 2.2.B.17.,a and h 13 5. Modified 3.7.A.La 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division 1 — General Requirements 18 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 19 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 20 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 21 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 22 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 23 8. Section 33 1105 — Bolts, Nuts, and Gaskets 24 9. Section 33 11 11 —Ductile Iron Fittings 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Ductile Iron Pipe 28 a. Measurement 29 1) Measured horizontally along the surface from center line to center line of 30 the fitting, manhole, or appurtenance 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under "Measurement" will be paid for at the unit 34 price bid per linear foot for "DIP" installed for: 35 a) Various sizes 36 b) Various types of backfill 37 c) Various linings CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB RD TO BONDS RANCH ROAD) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104940-2 Revised September 4, 2024 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 33 11 10-2 DUCTILE IRON PIPE Page 2 of 14 d) Various Depths, for miscellaneous sewer projects only e) Various restraints f) Various uses c. The price bid shall include: 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the Drawings 2) Mobilization 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Thrust restraint, if required in Contract Documents 13) Bolts and nuts 14) Gaskets 15) Clean-up 16) Cleaning 17) Disinfection 18) Testing 24 1.3 REFERENCES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting 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 Association of State Highway and Transportation Officials (AASHTO). 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. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications b. A194, 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 Structural Steel. CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB RD TO BONDS RANCH ROAD) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104940-2 Revised September 4, 2024 33 11 10 - 3 DUCTILE IRON PIPE Page 3 of 14 1 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 2 Tensile Strength. 3 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 4 Water or Other Liquids. 5 f. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 6 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 7 Steel. 8 5. American Water Works Association (AWWA): 9 a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - 10 Enamel and Tape - Hot Applied. 11 b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. 12 c. M41, Ductile -Iron Pipe and Fittings. 13 6. American Water Works Association/American National Standards Institute 14 (AWWA/ANSI): 15 a. C 104/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. 16 b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. 17 c. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 18 d. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron 19 Threaded Flanges. 20 e. C 150/A21.50, Thickness Design of Ductile -Iron Pipe. 21 f C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. 22 g. C600, Installation of Ductile -Iron Water Mains and their Appurtenances 23 7. NSF International (NSF): 24 a. 61, Drinking Water System Components -Health Effects. 25 8. Society for Protective Coatings (SSPC): 26 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 0133 00. 30 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 31 specials. 32 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 33 A. Product Data 34 1. Interior lining 35 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 36 C104/A21.4, including: 37 1) Material 38 2) Application recommendations 39 3) Field touch-up procedures 40 2. Thrust Restraint 41 a. Retainer glands, thrust harnesses or any other means 42 3. Gaskets CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB RD TO BONDS RANCH ROAD) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104940-2 Revised September 4, 2024 33 11 10-4 DUCTILE IRON PIPE Page 4 of 14 1 a. If hydrocarbon or other special gaskets are required 2 B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or 3 for a wastewater force main for 24-inch and greater diameters, including: 4 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 5 Texas including: 6 a. Working pressure 7 b. Surge pressure 8 c. Deflection 9 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 10 Professional Engineer in Texas, to verify the restraint lengths shown in the 11 Drawings. 12 3. Lay drawing for 24-inch and greater diameters, sealed by a Licensed Professional 13 Engineer in Texas including: 14 a. Pipe class 15 b. Joints type 16 c. Fittings 17 d. Stationing 18 e. Transitions 19 f. Joint deflection 20 C. Certificates 21 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 22 Section, each run of pipe furnished has met Specifications, all inspections have 23 been made, and that all tests have been performed in accordance with 24 AWWA/ANSI C151/A21.51. 25 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE 29 A. Qualifications 30 1. Manufacturers 31 a. Finished pipe shall be the product of 1 manufacturer. 32 1) Change orders, specials, and field changes may be provided by a different 33 manufacturer upon City approval. 34 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 35 under the control of the manufacturer. 36 c. Ductile Iron Pipe 37 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 38 a) Perform quality control tests and maintain results as outlined within 39 standard to assure compliance. 40 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 41 of at least 10 seconds. 42 B. Preconstruction Testing CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB RD TO BONDS RANCH ROAD) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104940-2 Revised September 4, 2024 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 14 1 1. The City may, at its own cost, subject random lengths of pipe for testing by an 2 independent laboratory for compliance with this Specification. 3 a. The compliance test shall be performed in the United States. 4 b. Any visible defects or failure to meet the quality standards herein will be 5 grounds for rejecting the entire order. 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 8 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 9 stated in AWWA M41. 10 2. Secure and maintain a location to store the material in accordance with Section 01 11 6600. 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Pipe 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI CI50/A21.15, and AWWA/ANSI C15l/A21.51. 2. All pipe shall meet the requirements of NSF 61. 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or closure pieces and necessary to comply with the Drawings. 4. As a minimum the following pressures classes apply. The Drawings may specify a higher pressure class or the pressure and deflection design criteria may also require a higher pressure class, but in no case should they be less than the following: CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB RD TO BONDS RANCH ROAD) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104940-2 Revised September 4, 2024 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 14 Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 2 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 3 C151/A21.51. Minimum pipe markings shall be as follows: 4 a. "DI" or "Ductile" shall be clearly labeled on each pipe 5 b. Weight, pressure class and nominal thickness of each pipe 6 c. Year and country pipe was cast 7 d. Manufacturer's mark 8 6. Pressure and Deflection Design 9 a. Pipe design shall be based on trench conditions and design pressure class 10 specified in the Drawings. 11 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 12 CI50/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 13 construction, using the following parameters: 14 1) Unit Weight of Fill (w) = 130 pcf 15 2) Live Load = AASHTO HS 20 16 3) Trench Depth = 12 feet minimum, or as indicated in Drawings 17 4) Bedding Conditions = Type 4 18 5) Working Pressure (PW) = 150 psi 19 6) Surge Allowance (PS) =170 psi 20 7) Design Internal Pressure (Pi) = 2(PW + PS) 21 a) Test Pressure = 22 (1) No less than 1.25 minimum times the stated working pressure (187 23 psi minimum) of the pipeline measured at the highest elevation 24 along the test section. 25 (2) No less than 1.5 times the stated working pressure (225 psi 26 minimum) at the lowest elevation of the test section. 27 8) Maximum Calculated Deflection (DX) = 3 percent 28 9) Restrained Joint Safetv Factor (Sr) =150 percent 29 c. Trench depths shall be verified after existing utilities are located. 30 1) Vertical alignment changes required because of existing utility or other 31 conflicts shall be accommodated by an appropriate change in pipe design 32 depth. 33 2) In no case shall pipe be installed deeper than its design allows. 34 7. Provisions for Thrust 35 a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained 36 joints when required by the Drawings. 37 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 38 through casing and for a sufficient distance each side of casing. 39 c. No thrust restraint contribution shall be allowed for the restrained length of 40 pipe within the casing. CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB RD TO BONDS RANCH ROAD) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104940-2 Revised September 4, 2024 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 41 42 43 44 45 46 47 33 11 10-7 DUCTILE IRON PIPE Page 7 of 14 d. Restrained joints, when required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust, the following shall apply: 1) Valves shall be calculated as dead ends. 2) Design pressure shall be the working pressure plus the surge allowance. 3) Restrained joints shall consist of approved mechanical restrained or push - on restrained joints as listed in the City's Standard Products List as shown in Section 0160 00. e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings, AWWA M41, and the following: 1) The weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil conditions 3) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. 8. Joints a. General — Comply with AWWA/ANSI CI I I/A21.11. b. Push -On Joints c. Mechanical Joints d. Push -On Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in Section 0160 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches d) Otherwise only approved if specially listed on the Drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 0160 00. b) Pressure rating shall exceed the working and test pressure of the pipe line. e. Flanged Joints — AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. g. Field fabricated flanges are prohibited. 9. Gaskets a. Provide Gaskets in accordance with Section 33 1105. 10. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 11. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB RD TO BONDS RANCH ROAD) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104940-2 Revised September 4, 2024 33 11 10 - 8 DUCTILE IRON PIPE Page 8 of 14 1 1) Meet requirements of AWWA C115. 2 a) Provide bolts and nuts in accordance with Section 33 11 05. 3 12. Flange Coatings 4 a. Connections to Steel Flanges 5 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 6 Tape System in accordance with Section 33 1105. 7 13. Ductile Iron Pipe Exterior Coatings 8 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 9 pipe exterior, unless otherwise specified in the Contract Documents. 10 11 12 14. Polyethylene Encasement a. All buried Ductile Iron Pipe shall be polyethylene encased. b. Onlymanufacturers listed in the City's Standard nr..a„1s 13 us shown in Seetion 0160 00 will be eonsidered aeeeptable. 14 ¢. Ux only virgin polyethylene material. 15 d. Eneasement for buried be 8 linear low density pipe shall mil (LLD) 16 17 density cross laminated (14DCL) polyethylene eneasement eonforming to 18 AMIMIA/ANCi!''1l1G/A21.5 and ACTAii A674. 19 e. Marking: At a minimum of every 2 feet along its length, the mark the 20 polyethylene film with the following information: 21 1) Manufacturer's name or trademark 22 2) Year of manufacturer 23 3) AWWA/ANSI C105/A21.5 24 4) Minimum film thickness and material type 25 5) Applicable range of nominal diameter sizes 26 6) Warning — Corrosion Protection — Repair Any Damage 27 28 , perform one of the followinge- 29 "RECLAIMED MLATFAVL, 30 b) Provide Purple polyethylene in aeeoFdanee with the Amerie 31 Publie Works A ssoeiati n Uni f irm ColoF Cod, .,„ r 32 J Attaelt purple melaimed water- marker- tape to the polyethylene 33 34 , perform one of the following: 35with " `A1AFTEM 36 � r 38 c) Atta 39 g. Polvethvlene encasement confirming to AWWA/ANSI C105/A21.5 for use 40 with ductile iron pipe systems shall consist of three lavers of co -extruded 41 linear low densitv polvethvlene (LLDPE). fused into a single thickness of 42 not less than eight mils. 43 h. The inside surface of the polvethvlene wrap to be in contact with the pipe 44 exterior shall be infused with a blend of anti -microbial biocide to mitigate 45 microbiologically influenced corrosion and a volatile corrosion inhibitor to 46 control galvanic corrosion. 47 i. Minimum widths CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB RD TO BONDS RANCH ROAD) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104940-2 Revised September 4, 2024 33 11 10-9 DUCTILE IRON PIPE Page 9 of 14 1 Polyethylene Tube and Sheet Sizes for Push -On Joint Pipe Nominal Pipe Diameter Min. Width — Flat Tube Min. Width — Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 2 15. Ductile Iron Pipe Interior Lining 3 a. Cement Mortar Lining 4 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 5 accordance with AWWA/ANSI C104/A21.04 and be acceptable according 6 to NSF 61. 7 b. Ceramic Epoxy or Epoxy Linings 8 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 9 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 10 Products List as shown in Section 01 60 00. 11 2) Apply lining at a minimum of 40 mils DFT. 12 3) Due to the tolerances involved, the gasket area and spigot end up to 6 13 inches back from the end of the spigot end must be coated with 6 mils 14 nominal, 10 mils maximum using a Joint Compound as supplied by the 15 manufacturer. 16 a) Apply the joint compound by brush to ensure coverage. 17 b) Care should betaken that the joint compound is smooth without excess 18 buildup in the gasket seat or on the spigot ends. 19 c) Coat the gasket seat and spigot ends after the application of the lining. 20 4) Surface preparation shall be in accordance with the manufacturer's 21 recommendations. 22 5) Check thickness using a magnetic film thickness gauge in accordance with 23 the method outlined in SSPC PA 2. CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB RD TO BONDS RANCH ROAD) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104940-2 Revised September 4, 2024 33 11 10-10 DUCTILE IRON PIPE Page 10 of 14 1 6) Test the interior lining of all pipe barrels for pinholes with a non- 2 destructive 2,500 volt test. 3 a) Repair any defects prior to shipment. 4 7) Mark each fitting with the date of application of the lining system along 5 with its numerical sequence of application on that date and records 6 maintained by the applicator of his work. 7 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 8 cut, coat the exposed surface with the touch-up material as recommended 9 by the manufacturer. 10 a) The touch-up material and the lining shall be of the same manufacturer. 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 INSTALLATION 18 A. General 19 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 20 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's 21 recommendations. 22 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 23 3. Lay pipe to the lines and grades as indicated in the Drawings. 24 4. Excavate and backfill trenches in accordance with Section 33 05 10. 25 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 26 6. For installation of carrier pipe within casing, see Section 33 05 24. 27 B. Pipe Handling 28 1. Haul and distribute pipe and fittings at the project site. 29 2. Handle piping with care to avoid damage. 30 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 31 lowering into the trench. 32 b. Do not handle the pipe in such a way that will damage the interior lining. 33 c. Use only nylon ropes, slings or other lifting devices that will not damage the 34 surface of the pipe for handling the pipe. 35 3. At the close of each operating day: 36 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 37 the laying operation. 38 b. Effectively seal the open end of the pipe using a gasketed night cap. CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB RD TO BONDS RANCH ROAD) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104940-2 Revised September 4, 2024 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 41 42 43 44 45 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 14 C. Joint Making 1. Mechanical Joints a. Bolt the follower ring into compression against the gasket with the bolts tightened down evenly then cross torqued in accordance with AWWA C600. b. Overstressing of bolts to compensate for poor installation practice will not be permitted. 2. Push -on Joints a. Install Push -on joints as defined in AWWA/ANSI C1I I/A21.11. b. Wipe clean the gasket seat inside the bell of all extraneous matter. c. Place the gasket in the bell in the position prescribed by the manufacturer. d. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the gasket and the outside of the spigot prior to entering the spigot into the bell. e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to conform to AWWA C600. 3. Flanged Joints a. Use erection bolts and drift pins to make flanged connections. 1) Do not use undue force or restraint on the ends of the fittings. 2) Apply even and uniform pressure to the gasket. b. The fitting must be free to move in any direction while bolting. 1) Install flange bolts with all bolt heads faced in one direction. 4. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines and grades and shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Polyethylene Encasement Installation 1. Preparation a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to installation of polyethylene encasement. 1) Prevent soil or embedment material from becoming trapped between pipe and polyethylene. b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase with minimum space between polyethylene and pipe. 1) Provide sufficient slack in contouring to prevent stretching polyethylene where it bridges irregular surfaces such as bell -spigot interfaces, bolted joints or fittings and to prevent damage to polyethylene due to backfilling operations. 2) Secure overlaps and ends with adhesive tape and hold. c. For installations below water table and/or in areas subject to tidal actions, seal both ends of polyethylene tube with adhesive tape at joint overlap. 2. Tubular Type (Method A) a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB RD TO BONDS RANCH ROAD) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104940-2 Revised September 4, 2024 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 14 1 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 2 pipe section and bunching it accordion -fashion lengthwise until it clears pipe 3 ends. 4 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 5 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 6 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 7 polyethylene from preceding length of pipe, slip it over end of the new length 8 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 9 f. Secure overlap in place. 10 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 11 of pipe, securing fold at quarter points. 12 h. Repair cuts, tears, punctures or other damage to polyethylene. 13 i. Proceed with installation of next pipe in same manner. 14 3. Tubular Type (Method B) 15 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 16 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 17 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 18 of pipe, 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, 22 overlapping polyethylene previously installed on each adjacent section of pipe 23 by at least 1 foot; make each end snug and secure. 24 4. Sheet Type 25 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 26 section. 27 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 28 it until it clears the pipe ends. 29 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 30 quadrant of pipe. 31 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 32 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 33 of pipe. 34 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 35 g. After completing joint, make overlap and secure ends. 36 h. Repair cuts, tears, punctures or other damage to polyethylene. 37 i. Proceed with installation of next section of pipe in same manner. 38 5. Pipe -Shaped Appurtenances 39 a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with 40 polyethylene in same manner as pipe and fittings. 41 6. Odd -Shaped Appurtenances 42 a. When it is not practical to wrap valves, tees, crosses, and other odd -shaped 43 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 44 sheet under appurtenances and bringing it up around body. 45 b. Make seams by bringing edges together, folding over twice and taping down. 46 c. Tape polyethylene securely in place at the valve stem and at any other 47 penetrations. CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB RD TO BONDS RANCH ROAD) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104940-2 Revised September 4, 2024 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 14 1 7. Repairs 2 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 3 or with short length of polyethylene sheet or cut open tube, wrapped around 4 fitting to cover damaged area and secured in place. 5 8. Openings in Encasement 6 a. Provide openings for branches, service taps, blow -offs, air valves and similar 7 appurtenances by making an X-shaped cut in polyethylene and temporarily 8 folding back film. 9 b. After appurtenance is installed, tape slack securely to appurtenance and repair 10 cut, as well as other damaged area in polyethylene with tape. 11 c. Service taps may also be made directly through polyethylene, with any 12 resulting damaged areas being repaired as described above. 13 9. Junctions between Wrapped and Unwrapped Pipe: 14 a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, 15 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 16 b. Secure end with circumferential turns of tape. 17 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 18 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 19 3.5 REPAIR/RESTORATION 20 A. Patching 21 1. Excessive field -patching is not permitted of lining or coating. 22 2. Patching of lining or coating will be allowed where area to be repaired does not 23 exceed 100 square inches and has no dimensions greater than 12 inches. 24 3. In general, there shall not be more than 1 patch on either the lining or the coating of 25 any 1 joint of pipe. 26 4. Wherever necessary to patch the pipe: 27 a. Make patch with cement mortar as previously specified for interior joints. 28 b. Do not install patched pipe until the patch has been properly and adequately 29 cured and approved for laying by the City. 30 5. Promptly remove rejected pipe from the site. 31 3.6 RE -INSTALLATION [NOT USED] 32 3.7 FIELD [OR] SITE QUALITY CONTROL 33 A. Potable Water Mains 34 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 35 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 36 main as specified in Section 33 0130 Closed Circuit Television (CCTV) 37 Insuection of Water Transmission Mains. 38 B. Wastewater Lines 39 1. Closed Circuit Television (CCTV) Inspection 40 a. Provide a Post -CCTV Inspection in accordance with Section 33 0131. CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB RD TO BONDS RANCH ROAD) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104940-2 Revised September 4, 2024 33 11 10 - 14 DUCTILE IRON PIPE Page 14 of 14 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 E 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A. Lb. — Updated Payment types 12/20/2012 D. Johnson 1.3 — Added definitions of gland types for clarity 2.2.B.9, 10, 11 and 12 — Added reference to Section 33 1105 and removed material specification for bolts, nuts and gaskets CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN (BOAT CLUB RD TO BONDS RANCH ROAD) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 104940-2 Revised September 4, 2024 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 11 11 DUCTILE IRON FITTINGS 331111-1 DUCTILE IRON FITTINGS Page 1 of 13 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 8 2. All mechanical joint fittings shall be mechanically restrained using restrained 9 wedge type retainer glands. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. Modified 2.2.13.5.a.2.a.2 12 2. Deleted 2.2.B.14.b-d and f 13 3. Added 2.2.B.14.g 14 4. Added 2.2.B.14.h 15 C. Related Specification 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 03 30 00 — Cast -in -Place Concrete 20 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 21 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 22 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 23 7. Section 33 1105 — Bolts, Nuts, and Gaskets 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Ductile Iron Water Fittings with Restraint 27 a. Measurement 28 1) Shall be per ton of fittings supplied 29 2) Fittings weights are the sum of the various types of fittings multiplied by 30 the weight per fitting as listed in AWWA/ANSI C 153/A21.53. 31 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 32 for specials where an AWWA/ANSI C 153/A21.53 is not available, or if the 33 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 34 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 35 body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 36 (compact) Ductile Iron Fittings at his convenience, then the weight shall be 37 measured in accordance with AWWA/ANSI C153/A21.53. 38 b. Payment CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 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 41 42 43 44 45 46 47 48 49 33 11 11 -2 DUCTILE IRON FITTINGS Page 2 of 13 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 ton of "Ductile Iron Water Fittings with Restraint". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Polyethylene encasement 3) Lining 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess material 8) Furnishing and installing bolts, nuts, and restraints 9) Furnishing, placement and compaction of embedment 10) Furnishing, placement and compaction of backfill 11) Trench water stops 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 2. Ductile Iron Sewer Fittings a. M asurement 1) Shall be per ton of fittings supplied 2) Fittings weights are the sum of the various types of fittings multiplied by the weight per fitting as listed in AWWA/ANSI C153/A21.53. 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed for specials where an AWWA/ANSI C153/A21.53 is not available, or if the Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full body) Ductile Iron Fittings in lieu of AWWA/ANSI C 153/A21.53 (compact) Ductile Iron Fittings at his convenience, then the weight shall be measured in accordance with AWWA/ANSI C153/A21.53. 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 ton of "Ductile Iron Sewer Fittings". c. The price bid shall include: 1) Furnishing and installing Ductile Iron Water Fittings as specified by the Drawings 2) Epoxy Coating 3) Polyethylene encasement 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing and installing bolts, nuts, and restraints 10) Furnishing, placement and compaction of embedment 11) Furnishing, placement and compaction of backfill CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 11 -3 DUCTILE IRON FITTINGS Page 3 of 13 1 12) Clean-up 2 13) Cleaning 3 14) Disinfection 4 15) Testing 5 1.3 REFERENCES 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Definitions 1. Gland or Follower Gland a. Non -restrained, mechanical joint fitting 2. Retainer Gland a. Mechanically restrained mechanical joint fitting, consisting of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSI/AWWA C110/A21.10. 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 Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 3. ASTM International (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, 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 Structural Steel. d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for Water or Other Liquids. e. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 4. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. b. C600, Installation of Ductile -Iron Water Mains and their Appurtenances. c. M41, Ductile -Iron Pipe and Fittings. 5. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C I04/A21.4, Cement —Mortar Lining for Ductile -Iron Pipe and Fittings. b. C 105/A21.5, Polyethylene Encasement for Ductile -Iron Pipe Systems. c. C 110/A21.10, Ductile -Iron and Gray -Iron Fittings. d. CI I I/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. e. C 115/A21.15, Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. f. C151/A21.51, Ductile -Iron Pipe, Centrifugally Cast, for Water. g. CI53/A21.53, Ductile -Iron Compact Fittings for Water Service. 6. NSF International (NSF): a. 61, Drinking Water System Components - Health Effects. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 11 -4 DUCTILE IRON FITTINGS Page 4 of 13 1 7. Society for Protective Coatings (SSPC): 2 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Submittals shall be in accordance with Section 0133 00. 6 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 7 specials. 8 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 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 A. Product Data 1. Ductile Iron Fittings a. Pressure class b. Interior lining c. Joint types 2. Polyethylene encasement and tape a. Planned method of installation b. Whether the film is linear low density or high density cross linked polyethylene c. The thickness of the film provided 3. The interior lining, if it is other than cement mortar lining in accordance with AWWA/ANSI C104/A21.4 a. Material b. Application recommendations c. Field touch-up procedures 4. Thrust Restraint a. Retainer glands b. Thrust harnesses c. Any other means 5. Gaskets a. Provide Gaskets in accordance with Section 33 1105. 6. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 7. Bolts and Nuts a. Mechanical Joints 1) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) Meet requirements of AWWA C 115. a) Provide bolts and nuts in accordance with Section 33 1105. 8. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 1105. 42 B. Certificates CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 11 -5 DUCTILE IRON FITTINGS Page 5 of 13 1 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 2 meet the provisions of this Section and meet the requirements of AWWA/ANSI 3 C110/A21.10 or AWWA/ANSI C153/A21.53. 4 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Qualifications 9 1. Manufacturers 10 a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 11 performed under the control of the manufacturer. 12 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 13 C110/A21.10 or AWWA/ANSI C153/A21.53. 14 1) Perform quality control tests and maintain the results as outlined in these 15 standards to assure compliance. 16 B. Preconstruction Testing 17 1. The City may, at its own cost, subject random fittings for destructive testing by an 18 independent laboratory for compliance with this Specification. 19 a. The compliance test shall be performed in the United States. 20 b. Any visible defects or failure to meet the quality standards herein will be 21 grounds for rejecting the entire order. 22 1.10 DELIVERY, STORAGE, AND HANDLING 23 A. Storage and Handling Requirements 24 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 25 2. Secure and maintain a location to store the material in accordance with Section 01 26 6600. 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 31 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 32 A. Manufacturers 33 1. Only the manufacturers as listed on the City's Standard Products List will be 34 considered as shown in Section 0160 00. 35 a. The manufacturer must comply with this Specification and related Sections. 36 2. Any product that is not listed on the Standard Products List is considered a 37 substitution and shall be submitted in accordance with Section 0125 00. 38 B. Ductile Iron Fittings 39 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 40 AWWA/ANSI C153/A21.53. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 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 41 42 43 44 45 46 47 48 33 11 11 -6 DUCTILE IRON FITTINGS Page 6 of 13 2. All fittings for potable water service shall meet the requirements of NSF 61. 3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of the pipe which the fitting is connected, unless specifically indicated in the Drawings. 4. Fittings Markings a. M et the minimum requirements of AWWA/ANSI C151/A21.51. i b. M nimum markings shall include: 1) "DI" or "Ductile" cast or metal stamped on each fitting 2) Applicable AWWA/ANSI standard for that the fitting 3) Pressure rating 4) Number of degrees for all bends 5) Nominal diameter of the openings 6) Year and country fitting was cast 7) Manufacturer's mark 5. Joints a. M chanical Joints with mechanical restraint 1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of ANSI/AWWA C110/A21.10. 2) The retainer gland shall have the following working pressure ratings based on size and type of pipe: a) Ductile Iron Pipe (1) 3-inch — 16-inch, 350 psi (2) 18-inch — 54-inch, 250 psi b) PVC C900 and C905 (1) 3-inch — 12-inch, 305psi (2) 14-inch — 16-inch, 235psi (3) 18-inch — 20-inch, 200psi (4) 24-inch — 30 —inch 165psi c) Ratings are for water pressure and must include a minimum safety factor of 2 to 1 in all sizes 3) Retainer glands shall have specific designs for Ductile Iron and PVC and should be easily differentiate between the 2. 4) Gland body, wedges and wedge actuating components shall be cast from grade 65-45-12 ductile iron material in accordance with ASTM A536. 5) M chanical joint restraint shall require conventional tools and installation procedures per AWWA C600, while retaining full mechanical joint deflection during assembly as well as allowing joint deflection after assembly. 6) Proper actuation of the gripping wedges shall be ensured with torque limiting twist off nuts. 7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. b. Push -On, Restrained Joints 1) Restraining Push -on joints by means of a special gasket a) Only those products that are listed in 0160 00 b) The working pressure rating of the restrained gasket must exceed the test pressure of the pipe line to be installed. c) Approved for use of restraining Ductile Iron Pipe in casing with a carrier pipe of 4-inches to 12-inches CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 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 41 42 43 44 45 46 47 48 33 11 11 -7 DUCTILE IRON FITTINGS Page 7 of 13 d) Otherwise only approved if specially listed on the drawings 2) Push -on Restrained Joint bell and spigot a) Only those products list in the standard products list will be allowed for the size listed in the standard products list per Section 0160 00 b) Pressure rating shall exceed the working and test pressure of the pipe line c. Flanged Joints 1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1, Class 125. 3) Field fabricated flanges are prohibited. 6. Gaskets a. Provide Gaskets in accordance with Section 33 1105. 7. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 8. Bolts and Nuts a. M chanical Joints 1) Provide bolts and nuts in accordance with Section 33 1105. b. Flanged Ends 1) M et requirements of AW WA C 115. a) Provide bolts and nuts in accordance with Section 33 1105. 9. Flange Coatings a. Connections to Steel Flanges 1) Buried connections with Steel Flanges shall be coated with a Petrolatum Tape System in accordance with Section 33 1105. 10. Ductile Iron Fitting Exterior Coatings a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil thick, on the exterior, unless otherwise specified in the Contract Documents. 11. Polyethylene Encasement a. All buried Ductile Iron Fittings shall be polyethylene encased. b. Only manufaeturers listed in the Clt-,f'& EtandaFd Pr-oduets List as shown e. Use only viFgin polyethylene material; d. Eneasement foF buried fittings shall be 8 mil finear- low density (LLD) e. M rking: At a minimum of every 2 feet along its length, the mark the polyethylene film with the following information: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) AWWA/ANSI C105/A21.5 4) M nimum film thickness and material type 5) Applicable range of nominal diameter sizes 6) Warning — Corrosion Protection — Repair Any Damage 1) Reelaimed Water-, per -form one of the followingw- CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 9. h. i. 33 11 11 -8 DUCTILE IRON FITTINGS Page 8 of 13 Label "RECLAIMEDa) » polyethy4ene eneasement with Attaeh tape to the e) purple r-eelaimed 2) Wastewater, perform one Label water marker of the following: cc polyethylene ». a) polyethy4ene eneasement b) Provide with in the American green polyethylene aceordanee with Polvethvlene encasement for use with ductile iron pipe systems shall consist of three lavers of co -extruded linear low densitv polvethvlene (LLDPE), fused into a single thickness of not less than eight mils. The inside surface of the polvethvlene wrap to be in contact with the pipe exterior shall be infused with a blend of anti -microbial biocide to mitigate microbiolo0cally influenced corrosion and a volatile corrosion inhibitor to control galvanic corrosion. Minimum widths Polyethylene Tube and Sheet Sizes for Push -On Joint Fittings Nominal Fittings Diameter (inches) 3 4 6 8 10 12 14 16 18 20 24 30 36 42 48 54 60 64 Min. Width — Flat Tube (inches) 14 14 16 20 24 27 30 34 37 41 54 67 81 81 95 108 108 121 Min. Width — Sheet (inches) 28 28 32 40 48 54 60 68 74 82 108 134 162 162 190 216 216 242 12. Ductile Iron Fittings Interior Lining a. Cement Mortar Lining 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in accordance with AWWA/ANSI C104/A21.4 and be acceptable according to NSF 61. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 11 -9 DUCTILE IRON FITTINGS Page 9 of 13 1 b. Ceramic Epoxy or Epoxy Linings 2 1) Ductile Iron Fittings for use in wastewater applications shall be lined with 3 a Ceramic Epoxy or Epoxy lining as designated in the Standard Products 4 List as shown in Section 0160 00. 5 2) Apply lining at a minimum of 40 mils DFT 6 3) Due to the tolerances involved, the gasket area and spigot end up to 6 7 inches back from the end of the spigot end must be coated with 6 mils 8 nominal, 10 mils maximum using a Joint Compound as supplied by the 9 manufacturer. 10 a) Apply the joint compound by brush to ensure coverage. 11 b) Care should betaken that the joint compound is smooth without excess 12 buildup in the gasket seat or on the spigot ends. 13 c) Coat the gasket seat and spigot ends after the application of the lining. 14 4) Surface preparation shall be in accordance with the manufacturer's 15 recommendations. 16 5) Check thickness using a magnetic film thickness gauge in accordance with 17 the method outlined in SSPC PA 2. 18 6) Test the interior lining of all fittings for pinholes with a non-destructive 19 2,500 volt test. 20 a) Repair any defects prior to shipment. 21 7) M rk each fitting with the date of application of the lining system along 22 with its numerical sequence of application on that date and records 23 maintained by the applicator of his work. 24 8) For all Ductile Iron Fittings in wastewater service where the fitting has 25 been cut, coat the exposed surface with the touch-up material as 26 recommended by the manufacturer. 27 a) The touch-up material and the lining shall be of the same manufacturer. 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION [NOT USED] 34 3.4 INSTALLATION 35 A. General 36 1. Install fittings, specials and appurtenances as specified herein, as specified in 37 AWWA C600, AWWA M41, and in accordance with the fittings manufacturer's 38 recommendations. 39 2. Lay fittings to the lines and grades as indicated in the Drawings. 40 3. Excavate and backfill trenches in accordance with 33 05 10. 41 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 42 B. Joint Making 43 h M chanical Joints with required mechanical restraint CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 11 - 10 DUCTILE IRON FITTINGS Page 10 of 13 1 a. All mechanical joints require mechanical restraint. 2 b. Bolt the retainer gland into compression against the gasket, with the bolts 3 tightened down evenly then cross torqued in accordance with AWWA C600. 4 c. Overstressing of bolts to compensate for poor installation practice will not be 5 permitted. 6 2. Push -on Joints (restrained) 7 a. All push -on joints shall be restrained push -on type. 8 b. Install Push -on joints as defined in AWWA/ANSI C1I I/A21.11. 9 c. Wipe clean the gasket seat inside the bell of all extraneous matter. 10 d. Place the gasket in the bell in the position prescribed by the manufacturer. 11 e. Apply a thin film of non -toxic vegetable soap lubricant to the inside of the 12 gasket and the outside of the spigot prior to entering the spigot into the bell. 13 £ When using a field cut plain end piece of pipe, refinished the field cut and scarf 14 to conform to AWWA M-41. 15 3. Flanged Joints 16 a. Use erection bolts and drift pins to make flanged connections. 17 1) Do not use undue force or restraint on the ends of the fittings. 18 2) Apply even and uniform pressure to the gasket. 19 b. The fitting must be free to move in any direction while bolting. 20 1) Install flange bolts with all bolt heads faced in 1 direction. 21 4. Joint Deflection 22 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 23 and grades and shown in the Drawings. 24 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 25 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 26 C600. 27 d. The manufacturer's recommendation may be used with the approval of the 28 Engineer. 29 C. Polyethylene Encasement Installation 30 1. Preparation 31 a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to 32 installation of polyethylene encasement. 33 1) Prevent soil or embedment material from becoming trapped between 34 fittings and polyethylene. 35 b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 36 with minimum space between polyethylene and fittings. 37 1) Provide sufficient slack in contouring to prevent stretching polyethylene 38 where it bridges irregular surfaces such as bell -spigot interfaces, bolted 39 joints or fittings, and to prevent damage to polyethylene due to backfilling 40 operations. 41 2) Secure overlaps and ends with adhesive tape and hold. 42 c. For installations below water table and/or in areas subject to tidal actions, seal 43 both ends of polyethylene tube with adhesive tape at joint overlap. 44 2. Tubular Type (Method A) 45 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 46 section. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 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 41 42 43 44 45 46 47 48 33 11 11 - 11 DUCTILE IRON FITTINGS Page 11 of 13 b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent pipe section and bunching it accordion -fashion lengthwise until it clears fittings ends. c. Lower fittings into trench with preceding section of pipe. d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. e. After assembling fittings make overlap of polyethylene tube, pull bunched polyethylene from preceding length of pipe, slip it over end of the fitting and wrap until it overlaps joint at end of preceding length of pipe. f. Secure overlap in place. g. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of next fitting in same manner. 3. Tubular Type (Method B) a. Cut polyethylene tube to length approximately 1 foot shorter than fitting section. b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each end. c. Take up slack width at top of fitting to make a snug, but not tight, fit along barrel of fitting, securing fold at quarter points; secure ends. d. Before making up joint, slip 3-foot length of polyethylene tube over end of proceeding pipe section, bunching it accordion -fashion lengthwise. e. After completing joint, pull 3-foot length of polyethylene over joint, overlapping polyethylene previously installed on each adjacent section of pipe by at least 1 foot; make each end snug and secure. 4. Sheet Type a. Cut polyethylene sheet to a length approximately 2 feet longer than piece section. b. Center length to provide 1-foot overlap on each fitting, bunching it until it clears the fitting ends. c. Wrap polyethylene around fitting so that it circumferentially overlaps top quadrant of fitting. d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. e. Lower wrapped fitting into trench with preceding section of pipe. f. Make shallow bell hole at joints to facilitate installation of polyethylene. g. After completing joint, make overlap and secure ends. h. Repair cuts, tears, punctures or other damage to polyethylene. i. Proceed with installation of fittings in same manner. 5. Pipe -Shaped Appurtenances a. Cover bends, reducers, offsets, and other pipe -shaped appurtenances with polyethylene in same manner as pipe and fittings. 6. Odd -Shaped Appurtenances a. When it is not practical to wrap valves, tees, crosses and other odd -shaped pieces in tube, wrap with flat sheet or split length polyethylene tube by passing sheet under appurtenances and bringing it up around body. b. Make seams by bringing edges together, folding over twice and taping down. c. Tape polyethylene securely in place at the valve stem and at any other penetrations. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 11 - 12 DUCTILE IRON FITTINGS Page 12 of 13 1 7. Repairs 2 a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 3 or with short length of polyethylene sheet or cut open tube, wrapped around 4 fitting to cover damaged area, and secure in place. 5 8. Openings in Encasement 6 a. Provide openings for branches, service taps, blow -offs, air valves and similar 7 appurtenances by making an X-shaped cut in polyethylene and temporarily 8 folding back film. 9 b. After appurtenance is installed, tape slack securely to appurtenance and repair 10 cut, as well as other damaged area in polyethylene with tape. 11 c. Service taps may also be made directly through polyethylene, with any 12 resulting damaged areas being repaired as described above. 13 9. Junctions between Wrapped and Unwrapped Fittings 14 a. Where polyethylene -wrapped fitting joins an adjacent pipe that is not wrapped, 15 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 16 b. Secure end with circumferential turns of tape. 17 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 18 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 19 Fittings. 20 D. Blocking 21 1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, 22 crosses and plugs in the pipe lines as indicated in the Drawings. 23 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 24 normal to the thrust. 25 3. The supporting area for each block shall be at least as great as that indicated on the 26 Drawings and shall be sufficient to withstand the thrust, including water hammer, 27 which may develop. 28 4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 29 5. If the Contractor encounters soil that appears to be different than that which was 30 used to calculate the blocking according to the Drawings, the Contractor shall 31 notify the Engineer prior to the installation of the blocking. 32 3.5 REPAIR/RESTORATION 33 A. Patching 34 1. Excessive field -patching is not permitted of lining or coating. 35 2. Patching of lining or coating will be allowed where area to be repaired does not 36 exceed 100 square inches and has no dimensions greater than 12 inches. 37 3. In general, there shall not be more than 1 patch on either the lining or the coating of 38 any fitting. 39 4. Wherever necessary to patch the fitting: 40 a. M ke patch with cement mortar as previously specified for interior joints. 41 b. Do not install patched fitting until the patch has been properly and adequately 42 cured and approved for laying by the City. 43 c. Promptly remove rejected fittings from the site. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 331111 -13 DUCTILE IRON FITTINGS Page 13 of 13 1 3.6 RE -INSTALLATION [NOT USED] 2 3.7 FIELD [OR] SITE QUALITY CONTROL 3 A. Potable Water Mains 4 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 5 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 6 main as specified in Section 33 04 40. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log 16 DATE NAME SUMMARY OF CHANGE 1.2.A.I.c — Restraints included in price bid 1.2.A.2.c — Restraints included in price bid 1.3 — Added definitions of gland types for clarity 12/20/2012 D. Johnson 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 AD — Corrected reference 9/20/2017 W. Norwood 2.2.13.5.a.7 — Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 13- 1 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 1 of 19 SECTION 33 1113 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type (Concrete Pressure Pipe) 24-inch through 72-inch for potable water applications in conformance with AWWA C303 B. Deviations from this City of Fort Worth Standard Specification 1. Added 1.3.A.3.11 2. Added 1.3.A.5.c 3. Added 1.3.A.9 4. Added 1.3.B.3.b & c 5. Modifv 1.6.B.4.a 6. Added 1.6.11.5 7. Added 1.6.C.2 & 3 8. Modifv 1.9.A.La 9. Modifv 1.9.C.2.a 10. Modified 1.10.A.4.d.iii 11. Added 1.10.A.4.d.iv 12. Added 1.10.A.4.d.v 13. Modified 2.2.B.5.a 14. Added 2.2.B.6 & 7 15. Modified 2.2B.2.a 16. Modified 2.2.B.9.a.l.g 17. Modifv 2.2.B.12.a 18. Modifv 2.2.B.19.a 19. Added 2.2.C.1.e.12. 13. & 14 20. Added 2.2.C.1.2 and h 21. Modified 2.2.C.b.1 22. Added 2.2.C.2.b.2 & 3 23. Added 2.2.C.2.c.l.b & c 24. Added 2.2.C.1.e.8 & 9 25. Added 2.2.C.7 and 8 26. Added 3.3.A 27. Modifv 3.4.B.3 28. Modifv 3.4.C.1.e.1 29. Added 3.4.C.2.a.6 CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 13 - 2 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 2 of 19 30. Modifv 3.4.C.4.a 31. Added 3.7.A.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 7. Section 33 1105 — Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Pressure Pipe a. Measurement 1) Measured horizontally along the surface from center line to centerline of the fitting or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot for "Concrete AWWA C303 Pipe" installed for: a) Various sizes b) Various types of backfill c. The price bid shall include: 1) Furnishing and installing Concrete Pressure Pipe with joints as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of embedment 10) Trench water stops 11) Joint restraint 12) Bolts and nuts 13) Welding 14) Gaskets, if allowed 15) Furnishing, placement, and compaction of backfill 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2. Concrete Pressure Pipe Fittings CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 13 - 3 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 3 of 19 a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "C303 Fittings" installed for: a) Various sizes b) Various types of backfill c. The price bid shall include: 1) Furnishing and installing Concrete Pressure Pipe Fittings as specified by the Drawings 2) Mobilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of embedment 10) Trench water stops 11) Joint restraint 12) Bolts and nuts 13) Welding 14) Gaskets, if allowed 15) Furnishing, placement, and compaction of backfill 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 3. American Society of Testing and Materials (ASTM): a. A242, Standard Specification for High -Strength Low -Alloy Structural Steel. b. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength. c. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. d. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. e. C33, Standard Specification for Concrete Aggregates. f. C 144, Standard Specification for Aggregate for Masonry Mortar. g. C 150, Specification for Portland Cement. h. C595. Standard Specification for Blended Hvdraulic Cements i. C293, Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center -Point Loading). CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 13 - 4 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 4 of 19 j. C497, Methods of Testing Concrete Pipe. k. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used With Concrete By Slant Shear. 1. 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). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data Exterior Coating a. Material data b. Application recommendations c. Field touch-up procedures 2. Joint Wrappers a. Material data b. Installation recommendations 3. Flexible Joint Couplings a. Manufacturer b. Model 4. Mixes a. Mortar for interior joints and patches b. Bonding agents for patches 5. Gaskets (if applicable) CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 13-5 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 5 of 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 1) Working Pressure 2) Test Pressure 3) Surge pressure b. External pressure 1) Deflection 2) Buckling c. Special physical loading such as supports or joint design d. Thermal expansion and/or contraction, if applicable for the proposed installation 2. Thrust restraint calculations for all fittings and valves including the restraint length sealed by a Licensed Professional Engineer in Texas. 3. Fabrication and lay drawings showing a schematic location with profile and a tabulated layout schedule that is sealed by a Licensed Professional Engineer in Texas and includes: a. Pipe class b. Cvlinder 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 uv 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 emploved by the pipe manufacturer. 3. Certified test reports for field welds from an independent certified welding inspector not emploved by the pipe manufacturer. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 13-6 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 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 Hydrostatic pressure testing shall meet or exceed the requirements of AWWA C303 Section 4.6 — Fabrication. a. Each pipe cylinder, with rings welded to its ends, shall be hydrostatically tested prior to application of lining or coating. b. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. c. Each pipe cylinder tested shall be completely watertight under maximum test pressure. d. Test pressure shall be held for sufficient time to observe the weld seams. e. Pipe manufacturer shall maintain a recording of the pressure gauge report and provide to the Engineer. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 13-7 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 7 of 19 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 hvdrostatic test, ultrasonic test, air test, or magnetic particle test. Air test shall be made by avplving air to the welds at 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. In addition, 5 percent of welds on fittings shall be checked with x-rav 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 The City reserves the option to have an independent testing laboratory, at the City's expense, inspect pipe and fittings at the pipe manufacturer's plant. a. The City's testing laboratory and Engineer shall have free access to the manufacturer's plant. b. The pipe manufacturer shall notify the City, in writing, at least 2 weeks prior to pipe fabrication as to start of fabrication and fabricating schedule. The City will then advise the manufacturer as to City's decision regarding tests to be performed by an independent testing laboratory. c. In the event the City elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to 1 spot testing of each category unless the tests do not show compliance with the standard. 1) If these tests do not show compliance, the City reserves the right to have the laboratory make additional tests and observations. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 13-8 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 8 of 19 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 Pipe Manufacturer's Representative a. During the construction period, the pipe manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct, as necessary, in pipe laying and pipe jointing. 1) The technician shall assist and advise the Contractor in his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. 2) The technician is not required to be on -site full time; however, the technician shall be regularly on -site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, City or Contractor. 1.10 DELIVERY, STORAGE, AND HANDLING A. Packing 1. Prepare pipe for shipment to: a. Afford maximum protection from normal hazards of transportation b. Allow pipe to reach project site in an undamaged condition 2. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 3. After the completed pipe and fittings have been removed from the final cure at the manufacturing plant: a. Protect pipe lining from drying by means of plastic end covers banded to the pipe ends. b. Maintain covers over the pipe ends at all times until ready to be installed. c. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 4. Pipes shall be carefully supported during shipment and storage. a. Pipe, fittings and specials shall be separated so that they do not bear against each other and the whole load shall be securely fastened to prevent movement in transit. b. Ship pipe on padded bunks with tie -down straps approximately over stulling. c. Store pipe on padded skids, sand or dirt berms, tires or other suitable means to protect the pipe from damage. d. Each end and each length of pipe, fitting or special (42-inches and larger) and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. i. Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment and installation. ii. Pipe shall be rotated so that one Stull remains vertical during storage, shipment and installation. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 13 - 9 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 9 of 19 iii. At a minimum, stulls shall be placed at each end, eneh ,,uar-ter- point and center. iv. Pipe shall be stulled as required to maintain roundness of +/- 1%, or DZ/4,000 (inches), whichever is less, during shipping and handling. v. Do not remove stulls until Dive is embedded and backfilled. B. Delivery, Handling, and Storage 1. Once the first shipment of pipe has been delivered to the site, the Engineer and the Contractor shall inspect the pipe's interior coating for excessive cracking. a. If excessive cracking is found, exceeding the allowance in AWWA C303, modify shipping procedures to reduce or eliminate cracking. 2. Deliver, handle and store pipe in accordance with the manufacturer's recommendations to protect coating systems. C. Marking for Identification 1. For each joint of pipe and each fitting, plainly mark on 1 end: 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 0166 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 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Materials 1. General a. Pipe shall be manufactured in accordance with the latest revisions of AWWA C303, AWWA M9, as well as the special requirements of this Specification. b. All pipe shall meet the requirements of NSF 61. 2. Cement a. Cement for use in concrete and mortar shall be Type I or II Portland Cement, or ASTM C595 Tvve IL Cement 3. Aggregates a. Aggregates for concrete lining and coating shall conform to ASTM C33. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 13 - 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, a minimum two inches thick, and thick enough to have at least a 1-inch larger outside diameter than the pipe bell. The intent of the mortar coating is to allow the pipe to be installed by skidding on rails. The Manufacturer shall design the mortar bands and reinforcement sufficiently to prevent damage to the coating from the installation process. b. Built-up mortar rings are to be applied at the quarter points of the pipe section. 6. Linin a. Mortar lining shall be centrifugally cast to leave a smooth lining. All rough spots shall be ground down with a rubbing stone or other approved method. 7. Coating a. Mortar coating shall be dense, hard, with no cracks larger than hairline (0.010 inches) 8. Bushings, Couplings and Plugs a. Where outlets or taps are threaded, furnish and install brass reducing bushings in larger steel half couplings for the outlet size indicated. b. Threaded plugs shall be brass. 9. Mixes a. Cement Mortar 1) Cement mortar used for pouring joints shall consist of: a) 1 part Portland Cement b) 2 parts clean, fine, sharp silica sand c) Mixed with water d) No manufactured sand shall be permitted. e) Exterior joint mortar shall be mixed to the consistency of thick cream. f) Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. g) Cement shall be ASTM C150, Type I or Type II or ASTM C595 Tvpe 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, maybe used for pipes that can be welded from the interior. 11. Flexible Joint Couplings a. Flexible Joint Couplings shall be Dresser Style 38, Smith -Blair Style 411 or approved equal. 12. Pipe Ends a. The standard pipe end shall include Carnegie steel joint ring and a continuous solid rubber ring gasket as per AWWA M9. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 331113 -11 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 11 of 19 13. Gaskets 1) Flange in accordance with AWWA C207. 2) Provide Gaskets in accordance with Section 33 1105. 14. Bolts and Nuts a. Flanged Ends 1) Flange in accordance with AWWA C207. 2) Provide bolts and nuts in accordance with Section 33 1105. 15. Isolation Flanges a. Flanges required by the drawings to be Isolation Flanges shall conform to Section 33 04 10. 16. Flange Coatings a. Flange Coatings in accordance with Section 33 1105. 17. Threaded Outlets a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and install brass bushings for the outlet size indicated. 18. Weld Lead Outlets (if applicable) a. Use of threaded outlets for access for weld leads is permitted. b. Additional outlet configurations shall be approved by the Engineer. c. Outlets shall be welded after use. 19. Snap Rings a. Snap rings shall be manufactured by I4anse Thomason Pipe Groun, or approved equal. C. Performance / Design Criteria 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 K„' = 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 = 170 psi minimum a) where: Total Pressure (including surge) = 150 psi + 170 psi = 320 psi 10) Deflection Lag Factor = 1.0 11) Soil Reaction Modulus (E') < 1,000 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 13 - 12 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 12 of 19 12) Maximum calculated deflection, Dv=Dx=1% or DZ/4,000 (inches), whichever is less 13) Coefficient k = 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. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. g. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor (with concurrence from the pipe manufacturer) will be required to furnish alternate methods for pipe embedment. 1) No additional compensation will be made to the Contractor by the Citv where this method is required. h. Steel Provided 1) Bar reinforcement = 40% of the total area of circumferential reinforcement 2) Steel Cvlinder = 60% of the total area of circumferential reinforcement 2. Provisions for Thrust a. Thrust at bends, tees or other fittings shall be resisted by welded joints or snap rings. 1) Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. 2) No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. 3) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein. a) In no case shall the restrained distance be less than indicated on the Drawings. b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug or other fitting to resist thrust which develops at the design pressure of the pipe. 1) The distance for thrust restraint shown on the Drawings is the relieve.minimum restraint and does not The manufacturer shall calculate the restraint needs as specified herein. a) in no ease shall the restrained distanee be less than indieated on the Drawings-. 2) Valves shall be calculated as dead ends in both directions. 3) 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. 4) Weld all ioints at vertical and horizontal points of inflection regardless of if those locations are indicated to be restrained in the Drawings. 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 CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 331113 -13 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 13 of 19 1) The length of pipe with restrained joints to resist thrust forces shall be verified by the pipe manufacturer in accordance with AWWA M9, TRDP, and the following: a) The Weight of Earth (We) shall be calculated as the weight of the projected soil prism above the pipe. (1) Soil Density = 130 pounds per cubic foot (maximum value to be used for unsaturated soil). b) Thrust design pressure equal to the working pressure plus surge pressure. c) Friction factor = 0.25 d. Thrust collars will only be permitted for temporary plugs. 1) Thrust collars may not be used for any other application, unless approved in writing by the Engineer. 3. Inside Diameter a. The inside diameter, of the cement mortar lining shall be the nominal diameter specified, unless otherwise indicated on the Drawings. 4. Joint Bonds, Insulated Connections and Flange Gaskets a. Joint Bonds, Insulated Connection and Flange Gaskets shall be in accordance with Section 33 04 10. 5. Bend Fittings a. All bend fittings shall be long radius to permit passage of pipeline pigs. 6. Fittings with Flanges a. Flanged joints shall be provided at connections to valves and where indicated on the Drawings. b. Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. c. Pipe flanges and field welding of flanges to Concrete Pressure Pipe shall conform to the requirements of AWWA C207 and AWWA C206. d. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. e. Flanges shall match the fittings or appurtenances which are to be attached. f. Flanges shall be Class E with 275 psi working pressure in accordance with AWWA C207 and in accordance with ASME 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 18.000 psi. 8. The minimum thickness of sheet or plate for fittings shall be in accordance with AWWA C303. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 13 - 14 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 14 of 19 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 2.3 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. Prior to installation, coordinate and conduct a DIDe laving prove -out test in accordance with Section 0136 00. 3.4 INSTALLATION A. General 1. Install Concrete Pressure Pipe, fittings, specials and appurtenances as required for the proper functioning of the completed pipe line. 2. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA M9, and in accordance with the pipe manufacturer's recommendations. 3. Lay pipe to the lines and grades show on the Drawings. 4. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 5. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. 6. If pipe is placed in casing, restrain pipe from floating as required in Article 1.6.13.4. B. Pipe Handling 1. Haul and distribute pipe fittings at the project site and handle piping with care to avoid damage. 2. Before lowering into the trench and inspect each joint of pipe and rejector repair any damaged pipe. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 331113 -15 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 15 of 19 3. Pipe shall be handled at all times with a minimum of 1 wide non-abrasive sling, belts or other equipment designed to prevent damage to the coating or lining. Chains will not be allowed. 4. The equipment shall be kept in such repair that its continued use is not injurious to the coating. 5. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. C. Pipe Jointing 1. General a. Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. b. If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. c. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. d. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. e. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and force into position. 1) The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the pipe manufacturer. Use ioint spacers at all locations to prevent over -stabbing ioints. £ No "blocking up" of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. g. After joining, check the position of the gasket with a feeler gauge. 1) If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. h. For interior welded joints, complete backfilling before welding. i. For exterior field -welded joints, provide adequate working room under and beside the pipe. 2. Exterior Joints a. Make the exterior joint by placing a joint wrapper around the pipe and secure in place with 2 metal straps. 1) The wrapper shall be 9 inches wide for pipe 36-inches and larger, and 7 inches wide for smaller pipe, hemmed on each side. 2) The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. 3) Fill the joint with mortar from 1 side in 1 continuous operation until it has flowed entirely around the pipe. 4) During the filling of the joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. 5) Leave wrappers in place undisturbed until the mortar has set-up. 6) Do not embed or backfill over pipe for a minimum of two hours to allow mortar to set up. 3. Interior Joints CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 331113 -16 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 16 of 19 a. Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar/high-strength grout. b. Prior to placing of mortar/grout, clean out dirt or trash which has collected in the joint and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. c. Ram or pack the stiff mortar/grout into the joint space and take extreme care to insure that no voids remain in the joint space. d. After the joint has been filled, level the surfaces of the joint mortar/grout with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. e. Interior joints of pipe smaller than 21-inches shall have the bottom of the bell buttered with grout, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus grout from the joint. 1) The surplus grout shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. 4. Welded Joints a. Weld joints in accordance with the AWWA M9 and AWWA C206. 1) Contractor shall provide adequate ventilation for welders and for the City to observe welds. 2) Unless otherwise specified on the Drawings, welds shall be full circle fillet welds. b. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. c. Before welding: 1) Thoroughly clean pipe ends. 2) Weld pipe by machine or by the manual shielded electric arc process. d. Welding shall be performed so as not to damage lining or coating. e. Furnish labor, equipment, tools and supplies, including shielded type welding rod. 1) Protect welding rod from any deterioration prior to its use. 2) If any portion of a box or carton is damaged, reject the entire box or carton. f. In all hand welding: 1) The metal shall be deposited in successive layers. 2) Not more than 1/8 inch of metal shall be deposited in each pass. 3) Each pass except the final 1, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag or flux before the succeeding bead is applied. 4) Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. 5) Undercutting along the side shall not be permitted. g. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. h. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 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. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 331113 -17 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 17 of 19 j. Welders 1) Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C206 before being allowed to weld on the line. 2) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. a) The inspection will be done by a Certified Welding Inspector retained by the City. 3) Any welder making defective welds shall not be allowed to continue to weld. k. Weld Testing 1) Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in accordance with AWWA C206 and set forth in AWS D.1.1. shall be performed by the Contractor under the supervision and inspection of the City's Representative or an independent testing laboratory, on all full welded joints. a) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. b) If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. (1) The procedure for repairing the joint shall be approved by the Engineer before proceeding. 5. Protection of Exposed Metal a. Protect exposed ferrous metal by a minimum of 1 inch coating of cement mortar as previously specified for inside joints, unless otherwise specified in the Drawings. b. Exposed large flat surfaces such as flanges, bolts, caulked joints, threaded outlets, closures, etc., shall have coating reinforced with galvanized wire mesh. c. Thoroughly clean and wet the surface receiving a cement mortar coating with water just prior to placing the cement mortar coating. d. After placing, take care to prevent cement mortar from drying out too rapidly by covering with damp earth or burlap. e. Cement mortar coating shall not be applied during freezing weather. 6. Patching a. Excessive field -patching of lining or coating shall not be permitted. b. Patching of lining or coating will be allowed where area to be repaired does not exceed 100 square inches and has no dimensions greater than 12 inches. c. In general, there shall not be more than 1 patch on either the lining or the coating of any 1 joint of pipe. d. Wherever necessary to patch the pipe, make patch with cement mortar as previously specified for interior joints. e. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the City. f. Promptly remove rejected pipe from the site. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 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 hvdrostatic testing, the Citv's inspector and Contractor shall perform deflection testing at every ioint of pipe. b. City may reiect anv areas not meeting the deflection requirements of this Section. c. Complete internal welding of ioints for pipe greater than 36", welding inspections and grout of the inside ioints prior to measuring deflection. The welding inspections shall be done by an independent CWI as described in Section 0145 23. d. Deflection measurements shall be made by the Citv's inspector and Contractor. 1) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Citv, at the Contractor's expense. 2) Method for taking measurements shall be agreed to by the Citv in writing prior to installing the first ioint of pipe. 3) Measurements shall be recorded by the Contractor. 4) Make deflection measurements no sooner than 5 days and no later than 30 days after backfilling operations are complete. e. Determine deflection with vertical measurements taken at the locations indicated below. Locations where vertical measurements are taken shall be clearlv marked on the interior of the pipe. 1) For pipe ioints 36 feet in length, or less, vertical measurements shall be taken at two locations,'/ -distance from each pipe end. 2) For pipe ioints exceeding 36 feet in length, vertical measurements shall be taken at 3 locations including'/4-distance from each pipe end and at the pipe midpoint. f. Correction of Pipe Not Comvlving with the Deflection Requirements 1) If the average ioint deflection of a single ioint of anv single measurement fails to meet specifications, the entire ioint shall be replaced or reworked in accordance with the manufacturer's recommendations and as directed by the Citv at no additional cost to the Citv. This may include uncovering the pipe. re -compaction of the pipe bedding, repair of the coating, or full replacement of the single ioint. It is the Contractor's responsibility to continuously measure and calculate pipe deflection to verifv it meets specification. 3. Closed Circuit Television (CCTV) Inspection a. For water lines with butterflv valves, provide a Post -CCTV Inspection in accordance with Section 33 0133. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 13 - 19 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 19 of 19 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.10.A.4.d. — Size revision for stull requirement 12/20/2012 D. Johnson 2.2.13.10, 11, 12 and 13 — Added reference to Sections 33 1105 and 33 04 10; removed material specifications for bolts, nuts and gaskets CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14-1 BURIED STEEL PIPE AND FITTINGS Page 1 of 31 SECTION 33 1114 BURIED STEEL PIPE AND FITTINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Buried Steel Pipe 24-inches and larger for potable water transmission applications B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.1.A.1 2. Modified 1.3.A.4.a 3. Added 1.3.A.4.g 4. Added 1.3.A.6.i & k 5. Added 1.3.A.12.f 6. Modified 1.6.B.1.a.1 7. Modified 1.6.B.3.a 8. Added 1.6.11.3.1 9. Modified 1.6.C.1 10. Added 1.6.C.l.h & i 11. Modified 1.9.A.l.a. c. and d 12. Modified 1.10.A.4.d.4 13. Added 1.10.A.4.d.5 14. Modified 2.2.B.2.a.1 15. Deleted 2.2.B.2.a.1.k.1 16. Modified 2.2.B.2.a.1.k.2 & 3 17. Deleted 2.2.B.2.b.l.a 18. Added 2.2.B.2.b.l.c 19. Modified 2.2.B.3.a 20. Modified 2.2.B.3.b.1 & 3 21. Added 2.2.B.3.c 22. Modified 2.2.B.4 23. Modified 2.2.B.7.a & e 24. Modified 2.2.B.8.b 25. Modified 2.2.B.10 26. Modified 2.2.B.1l.a.2 27. Added 2.2.B.1l.a.5 28. Modified 2.2.B.12.b. c. & d 29. Added 2.2.B.13 30. Added 2.2.C.1.e.9 and 10 31. Modified 2.2.C.Le CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14-2 BURIED STEEL PIPE AND FITTINGS Page 2 of 31 32. Added 2.2.C.2.b.1 and 2. 33. Modified 2.2.C.2.c 34. Modified 2.2.C.2.d 35. Modified 2.2.C.4.a, d & e 36. Modified 2.2.C.5.a 37. Modified 2.2.C.6.b 38. Modified 2.2.C.8.a 39. Modified 2.2.C.9.c.3.b.1 40. Modified 2.2.C.9.c.8 41. Modified 2.2.C.9.d.1 42. Modified 2.2.C.9.e.3 & 6 43. Modified 2.2.C.10.b.9 44. Added 2.2.C.11 45. Added 2.4.D.2.e 46. Deleted 2.4.D.3 47. Modified 3.4.A.1 48. Modified 3.4.13.2 49. Added 3.4.C.3 50. Modified 3.4.D.Ld 51. Modified 3.4.D.2.a.3 52. Modified 3.4.E.6 53. Added 3.4.G.1.a.4 54. Modified 3A.G.Le 55. Modified 3.4.G.Ld 56. Modified 3.5.A 57. Deleted 3.5.A.La 58. Added 3.7.A.3.a.1-6 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 0131 - Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 - Joint Bonding and Electrical Isolation 5. Section 33 04 40 - Cleaning and Acceptance Testing of Water Mains 6. Section 33 05 10 - Utility Trench Excavation, Embedment, and Backfill 7. Section 33 1105 - Bolts, Nuts, and Gaskets 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Buried Steel Pipe a. Measurement CITY OF FORT WORTH NORTHSIDE III - PHASE II - 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 3 BURIED STEEL PIPE AND FITTINGS Page 3 of 31 1) M asured horizontally along the surface from center line to center line 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" will be paid for at the unit price bid per linear foot of "Steel AWWA C200 Pipe" installed for: a) Various sizes b) Various type of backfill c. The price bid shall include: 1) Furnishing and installing Buried Steel Pipe with joints as specified by the Drawings 2) M bilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Thrust restraint 11) Bolts and nuts 12) Welding 13) Gaskets 14) Furnishing, placement and compaction of backfill 15) Trench water stops 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 2. Buried Steel Pipe Fittings a. M asurement 1) M asurement for this Item shall be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the lump sum price bid for "Steel Fittings". c. The price bid shall include: 1) Furnishing and installing Buried Steel Pipe with joints as specified by the Drawings 2) M bilization 3) Coating 4) Lining 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement and compaction of embedment 10) Thrust restraint 11) Bolts and nuts 12) Welding CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 4 BURIED STEEL PIPE AND FITTINGS Page 4 of 31 13) Gaskets 14) Furnishing, placement and compaction of backfill 15) Trench water stops 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 Association of State Highway and Transportation Officials(AASHTO). 3. American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). 4. ANSI International (ASTM): a. A307, Standard Speeifieation fef Car -bon Steel Belts and Studs, 60,000 PD1 Tensila &'uswzbth A193, Standard Specification for Allov-Steel and Stainless Steel Bolting for High -Temperature or High -Pressure Service and Other Special Purpose Application. b. B 117, Standard Practice for Operating Salt Spray (Fog) Apparatus. c. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel. d. C33, Standard Specifications for Concrete Aggregates. e. C 144, Standard Specification for Aggregate for Masonry Mortar. £ C 150, Standard Specification for Portland Cement. g. C595, Standard Specification for Blended Hvdraulic Cements h. C216, Standard Specification for Facing Brick (Solid Masonry Units Made from Clay or Shale). i. D16, Standard Terminology for Paint, Related Coatings, Materials, and Applications. j. D242, Standard Specification for Mineral Filler for Bituminous Paving Mixtures. k. DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings. 1. D2240, Standard Test Method for Rubber Property-Durometer Hardness. m. D4541, Standard Test Method for Pull -Off Strength of Coatings Using Portable Adhesion Testers. n. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 5. American Welding Society (AWS) a. D1.1, Structure Welding Code -Steel. 6. American Water Works Association (AWWA): a. C200, Steel Water Pipe - 6 Inches and Larger. b. C205, Cement Mortar Protective Lining and Coating for Steel Water Pipe 4 Ins and Larger Shop -Applied. c. C206, Field Welding of Steel Water Pipe. d. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 5 BURIED STEEL PIPE AND FITTINGS Page 5 of 31 e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. f. C210, Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. g. C216, Heat Shrinkable Cross -Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines h. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings i. M 1, Steel Pipe - A Guide for Design and Installation. j. C217, Petrolatum and Petroleum Wax Tape Coating for the Exterior of Special Sections, Connection, and Fittings for Steel Water Pipelines k. C604, Installation of Steel Water Pipe 7. American Water Works Association/American National Standards Institute (AWWA/ANSI): a. C111/A21.11, Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 8. International Organization for Standardization (ISO). 9. NACE International (MACE): a. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. 10. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 11. Spray Polyurethane Foam Alliance (SPFA). 12. Society for Protective Coatings (SSPC)/National Associate of Corrosion Engineers (NACE) a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. b. SP 1, Solvent Cleaning. c. SP 2, Hand Tool Cleaning. d. SP 3, Power Tool Cleaning. e. SP 10/NACE No. 2 Near -White Blast Cleaning f. SP 5 White Metal Abrasive Blast 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1lWIMYil:3u 110 IFR &I A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Exterior Coating a. M terial data b. Application recommendations c. Field touch-up procedures 2. Heat Shrink Sleeves, if applicable a. M terial data b. Installation recommendations CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 6 BURIED STEEL PIPE AND FITTINGS Page 6 of 31 3. Joint Wrappers, if applicable a. Material data b. Installation recommendations 4. Mixes a. Mortar for interior joints and patches b. Bonding agents for patches 5. Gaskets B. Shop Drawings Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Internal pressure 1) Maximum design working pressure 2) Surge pressure b. External pressure 1) Deflection 2) Buckling 3) Extreme loading conditions c. Special physical loading such as supports or joint design d. Thermal expansion and/or contraction 2. Thrust restraint calculations for all fittings and valves including the restraint length sealed by a Licensed Professional Engineer in Texas to verify the restraint lengths shown in the Drawings. 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 wall thickness b. Joint types c. Fittings d. Outlets e. Thrust Restraint f. Stationing (in accordance with the Drawings) g. Transitions h. Joint deflection i. Interior lining j. Outlet locations for welding, ventilation, and access k. Welding requirements and provisions for thermal stress control 1. Contractor's proposed field welding procedure in accordance with AWWA C206 and AWS D1.1 C. Certificates and Test Reports Prior- to Within 30 days of 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 C200, AWWA C205, AWWA C210, AWWA C222 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. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 7 BURIED STEEL PIPE AND FITTINGS Page 7 of 31 d. A Certified Test Report from the polyurethane coating manufacturer indicating that the coatings were applied in accordance with manufacturer's requirements and in accordance with this Specification. e. Certified test reports for welder certification for factory and field welds in accordance with AWWA C200, Section 4.11. f. Certified test reports for cement mortar tests. g. Certified test reports for steel cylinder tests. h. Certified test reports for factory welds of fittings from an independent certified welding inspector, who may be emploved by the pipe manufacturer. i. Certified test report for field welds from an independent AWS certified welding inspector. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications Manufacturers a. Shall be certified under S.P.F.A. or I.S.O. 9001 quality certification program for steel pipe and accessory manufacturing b. Finished pipe shall be the product of 1 manufacturer. c. Pipe and fitting manufacturing operations (pipe, lining and coatings) shall be performed under the control of the manufacturer. d. The pipe manufacturer shall not have less than 5 years successful experience manufacturing pipe, including the lining and coating, to AWWA Standards of the particular type and size indicated or demonstrate an experience record that is satisfactory to the Engineer and City. 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, coating) shall be performed under the control of the manufacturer e. Manufacture pipe in accordance with the latest revisions of AWWA C200, AWWA C205, AWWA C210 and AWWA C222. 1.10 DELIVERY, STORAGE, AND HANDLING A. Packing 1. Prepare pipe for shipment to: a. Afford maximum protection from normal hazard 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. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 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 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 of each length of pipe, fitting or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. 1) Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment and installation. 2) Pipe shall be rotated so that 1 Stull remains vertical during storage, shipment and installation. 3) At a minimum, stulls shall be placed at each end and center. a) Additional stulls may be required depending upon the length of the joints and pipe design. 4) Stulls shall not be removed until backfill operations are complete_ (exeluding final elean up), unless it ean be demonstrated to the City's satisfaetion that removal of stulls will not adversely affeet pipe installation. 5) Pine shall be stulled as required to maintain roundness of +/-1%, or DZ/4.000 (inches), whichever is less, during shinning and handling. B. Delivery, Handling, and Storage 1. Once the first shipment of pipe has been delivered to the site, the Engineer and the Contractor shall inspect the pipe's interior coating for excessive cracking. 2. If excessive cracking is found, the Contractor shall modify shipping procedures to reduce or eliminate cracking. 3. Deliver, handle and store pipe in accordance with the manufacturer's recommendations to protect coating systems. 4. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 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 0125 00. B. Materials 1. General a. Pipe shall be manufactured in accordance with the latest revisions of AWWA C200, AWWA C205, AWWA C210 and AWWA C222. b. All pipe lining material in contact with potable water shall meet the requirements of NSF 61. 2. Exterior Polyurethane Coating a. For Pipe: 1) Polyurethane Coating shall be factory applied and meet the requirements of AWWA C222. Use a Coating Standard ASTM D16, Type V system which is a 100 percent solids, 2-component polyurethane (or 2-package polyisocyanate, polyol-cured urethane) coating. Polvurethane shall meet the minimum laboratory testing standards of AWWA C222. a) Components shall have balanced viscosities in their liquid state and shall not require agitation during use. b) Conversion to Solids by Volume: 97 percent f 3 percent c) Temperature Resistance: Minus 40 degrees F and plus 150 degrees F d) Minimum Adhesion: 1500 psi, when applied to steel pipe which has been blasted to comply with SSPC SP 5/NACE No. 2 (1) Cure Time: For handling in 2-3 minutes at 120 degrees F and full cure within 7 days at 70 degrees F e) Maximum Specific Gravities (1) Polyisocyanate resin, 1.20 (2) Polyol resin, 1.15 f) Minimum Impact Resistance: 80 inch -pounds using 1-inch diameter steel ball g) Minimum Tensile Strength: 2000 psi h) Hardness: Minimum Durometer hardness of 65 on the Shore D scale in accordance with ASTM D2240 i) Flexibility Resistance (1) ASTM D522 using 1-inch mandrel (2) Allow coating to cure for 7 days. (3) Perform testing on test coupons held for 15 minutes at temperature extremes specified above. j) Dry Film Thickness: 35 mils k) Coating shall be a self priming, plural component, 100 percent solids, non -extended polyurethane, suitable for burial or immersion and shall be: industries inc—. (2) Durashield 110. Durashield 210, or Durashield 310 as manufactured by LifeLast, Inc., or (3) Carboline Polvgard 777 or 777PL 2) The coating manufacturer shall have a minimum of 5 years of experience in the production of this type coating. b. For Specials, Fittings, Repair and Connections 1) Provide shop -applied and field -applied coating as follows: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 10 BURIED STEEL PIPE AND FITTINGS Page 10 of 31 Omni,a) Cor-r-opipe 11 ��-Up, respeetively, as b) Durashield 110, 210, 310, or Durashield 310 JARS as manufactured by LifeLast, Inc., or c) Carboline Polvgard 777 or 777PL d) Properties specified above. e) Mix and apply polyurethane coatings in accordance with the coating manufacturer's recommendations. Cement Mortar Linings a. Cement mortar linings shall be shop -applied (plant -spun). b. Shop -applied cement mortar linings shall conform to the requirements of AWWA C205 with the following modifications: 1) Sand used for cement mortar shall be silica sand ASTM C33 and shall not leach in water. 2) Curing of the linings shall conform to the requirements of AWWA C205. 3) Cement mortar linings shall be dense and smooth without bumps, blisters, ridges, or svalling, to the satisfaction of the Engineer. Lining shall be in intimate contact with steel cvlinder. c. Minimum Lining Thickness = 0.5 inches per AWWA C205. 4. Gaskets 1) Flange gaskets in accordance with AWWA C207. O-ring gaskets in accordance with AWWA C200. 2) Provide Gaskets in accordance with Section 33 11 05. 5. Bolts and Nuts a. Flanged Ends 1) Flange in accordance with AWWA C207. 2) Provide bolts and nuts in accordance with Section 33 1105. 6. Flange Coatings a. Flange Coatings in accordance with Section 33 1105. 7. Steel shall: a. Meet the requirements of AWWA C200 (42.000 psi minimum vield strength) b. Be of continuous casting c. Be homogeneous d. Be suitable for field welding e. Be fully killed f. Be fine austenitic grain size 8. Bend Fittings a. Fabricate all fittings from hydrostatically tested pipe. b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. All bend fittines shall have a minimum radius of 2.5 times the diameter. 9. Threaded Outlets a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and install brass bushings for the outlet size indicated. 10. Weld Lead Outlets 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 and covered with a heat shrink sleeve. 11. Mixes CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 11 BURIED STEEL PIPE AND FITTINGS Page 11 of 31 a. M rtar for Joints 1) M rtar shall be 1 part cement to 2 parts sand. 2) Cement shall be ASTM C150, Type I or Type 11 or ASTM C595 Tvve IL Cement. 3) Sand shall be of sharp silica base. a) Sand shall conform to ASTM C144. 4) Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. 5) Exterior ioint mortar shall be mixed to the consistencv of a thick cream. 6) Water for cement mortar shall be from a potable water source. 7) M rtar for patching shall be as per interior joints. b. Bonding Agent 1) Bonding Agent for Cement Mortar Lining must meet NSF 61, if cement lining is in contact with potable water. 2) Bonding agent for cement mortar lining patching shall be: a) Probond Epoxy Bonding Agent ET-150, parts A and B b) Sikadur 32 Hi -Mod, or c) Approved equal 12. Heat Shrink Sleeves for Polyurethane Coated Steel Pipe a. Primer: Provide as recommended by the sleeve manufacturer. b. Filler Mastic: Provide mastic filler as recommended by the heat shrink sleeve manufacturer for all locations which have 1/8", or larger, change in outside diameter. 1) Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint. Filler material shall have a melting point of 500 degrees F or higher. Filler shall be Canusa SG79 or Ravchem covalence 939 filler. c. Joint Coating: Cross -linked polyolefin wrap or sleeve with a mastic sealant, 85 mils total thickness, suitable for pipeline operating temperature, sleeve material recovery as recommended by the manufacturer. 1) Standard recovery sleeve shall be used for welded or bell and spigot io1 ints. High recovery sleeves shall be provided for flanged and coupling style joints with a minimum of 50 percent recovery. 2) Sleeve length shall provide a minimum of 3 inches overlap onto intact pipe coating on each side of the joint. Sleeve shall be a minimum of 17 inches wide. 3) Width to take into consideration shrinkage of the sleeve due to installation and joint profile d. Heat shrink sleeves shall meet AWWA C216, as manufactured by: 1) Canusa CPS: Aqua -Shield AOW — WAB Svstem Berry CPG — Covalence: Water Wrap - WAB 3) Approved equal e. Provide heat shrink sleeve suitable to interior joint welding without damage to heat shrink sleeve. 13. Special Coatings in Tunnels and Casings: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 12 BURIED STEEL PIPE AND FITTINGS Page 12 of 31 a. Pipe within a casing or tunnel shall be a mortar coating over the polvurethane coating. The coating shall contain at least two mortar bands at a minimum of two inches thick and thick enough to have at least a f- inch larger outside diameter than the bell (including heat shrink sleeve). The intent of the mortar coating is to allow the pipe to be installed by skidding on rails. The Manufacturer shall design the mortar bands and reinforcement sufficiently to prevent damage to the coating from the installation process. C. Performance / Design Criteria Pipe Design a. Steel pipe shall be designed, manufactured and tested in conformance with AWWA C200, AWWA M11 and these Specifications. b. Sizes and pressure classes (working pressure) shall be as shown below. c. For the purpose of pipe design, the transient pressure plus working pressure shall be as indicated below. d. Fittings, specials and connections shall be designed for the same pressures as the adjacent pipe. e. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA M11; using the following parameters: 1) Unit Weight of Fill (W) = 130 pounds per cubic foot 2) Live Load a) = AASHTO HS 20, at all locations except at railroads b) = Cooper E80, at Railroads 3) Trench Depth = As indicated in the Drawings 4) Deflection Lag Factor (Di) = 1.0 5) Coefficient (K) = 0.10 6) Maximum Calculated Deflection: a) Dx = 3 percent (for polyurethane coated pipe) b) Dx = 2 percent (for cement mortar coated pipe) 7) Soil Reaction Modulus (E') < 1,000 8) Working Pressure = 150 psi a) Test Pressure = (1) No less than 1.25 minimum times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. (2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. 9) Surge Allowance = 170 psi, minimum a) Where Total Pressure (including surge) = 150 psi + 170 psi = 320 psi 10) Design pipe for full vacuum conditions without buckling or damage to lining, coating, or pipe ioints. f. Fittings and specials shall be: 1) Designed in accordance with AWWA C208 and AWWA Ml l except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Values, PDV, greater than 6,000. g. Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and pipe supplieF (with concurrence from the pipe manufacturer) will be required to furnish alternate methods for pipe embedment. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 13 BURIED STEEL PIPE AND FITTINGS Page 13 of 31 1) No additional compensation will be made to the Contractor by the City where this method is required. h. Trench depths indicated shall be verified after existing utilities are located. 1) Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. 2) In no case shall pipe be installed deeper than its design allows. i. Field fabrication or cutting is not allowed, unless otherwise approved by the City. 2. Provisions for Thrust a. Thrust at bends, tees or other fittings shall be resisted by restrained joints. 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) The distance for thrust restraint shown on the Drawings is the minimum restraint and does not relieve the manufacturer from calculating the restraint needs as specified herein. a) In no case shall the restrained distance be less than indicated on the Drawings. b. Restrained joints shall be used a sufficient distance from each side of the bend, tee, plug or other fitting to resist thrust which develops at the design pressure of the pipe. 1) 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. 2) Weld all ioints at vertical and horizontal points of inflection regardless of if those locations are indicated to be restrained in the Drawings. c. Restrained joints shall consist of welded joints (or flanged ioints if shown on the Drawings). d. The length of pipe designed with restrained joints to resist thrust shall be verified by the pipe manufacturer in accordance with AWWA MI I and the following: 1) The weight of the earth (We) shall be calculated as the weight of the projected soil prism above the pipe, for unsaturated soil conditions 2) Soil Density = 4-1-0130 pounds per cubic foot (maximum value to be used), for unsaturated soil conditions 3) Coefficient of Friction = 0.25 (maximum value to be used for polyurethane coated steel pipe). 4) If indicated on the Drawings and the Geotechnical Borings that ground water is expected, account for reduced soil density. 5) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: Where: L= PA0—cos A) f (2We+ Wp + Wv,) 0 = Deflection angle L = Length of pipe to be restrained on each side P = internal pressure (working pressure plus surge allowance) A = Cross sectional area of pipe steel cylinder I.D. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 14 BURIED STEEL PIPE AND FITTINGS Page 14 of 31 We = Weight of prism of soil over the pipe Wp = Weight of pipe WW = Weight of water f = Coefficient of friction between pipe and soil 3. Inside Diameter a. The inside diameter, including the cement -mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Drawings. 4. Wall Thickness a. The minimum pipe wall steel thickness shall be as designed, but not less than 0.282 inches 0.7v�hes 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 and shall accommodate all areas of cut and fill for future grades. 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: Maximum Stress at Pipe Type Working Pressure Polyurethane Coated Steel 23,000 psi Mortar Coated Steel NOT USED d. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.375 inches, pipe D/144, or thickness of adiacent uncased pipelines, 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 18,00A 23.000 psi. 5. Seams a. Except for mill -type pipe, the piping shall be made from steel plates or coils rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. 1) There shall be not more than 2 longitudinal seams. 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. 6. Joint Length a. M ximum joint length shall not exceed 50 feet. a b. M ximum joint length of steel pipe installed in casing shall meet she profect not exceed 25 feet. c. M nufactured random segments of pipe will not be permitted for straight runs of pipe. 1) Closing piece segments, however, shall be acceptable. 7. Joint Bonds, Insulated Connections and Flange Gaskets CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 15 BURIED STEEL PIPE AND FITTINGS Page 15 of 31 a. Joint Bonds, Insulated Connection, and Flange Gaskets shall be in accordance with Section 33 04 10. 8. Bend Fittings a. All bend fittings shall be long radius (minimum 2.5 times the ripe ID) to permit passage of pipeline pigs. 9. Pipe Ends a. Pipe ends shall be: 1) Lap welded slip joints 2) Butt strap joint 3) Flanged joint 4) Flexible coupled joint 5) Roll groove gasket joint b. Pipe ends shall be welded or harnessed where indicated and as necessary to resist thrust forces. 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. c. Rubber Gasket Joint 1) Rubber gasketed joints (O-ring or Carnegie Joints) will only be allowed for pipe sizes 54-inch diameter and smaller. 2) Joints shall conform to AWWA C200 standard. 3) The joints shall consist of: a) Bell (1) Flared bell end formed and sized by forcing the pipe or a plug die or by expanding on segmental dies. b) Spigot (1) Rolled spigot or carnegie shaped steel joint ring in accordance with AWWA C200 and as shown as Item A or B in Figure 6-1 of the AWWA M11. 4) The welded area of bell and spigot pipe ends shall be checked after forming by the dye penetrant or magnetic particle method. 5) The difference in diameter between the interior diameter (I.D.) of the bell and the outer diameter (O.D.) of the spigot shoulder at point of full engagement with an allowable deflection shall be no more than 0.04 inches as measured on the circumference with a diameter tape. 6) The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. 7) The joint shall be suitable for the specified test and/or surge pressure and deflection. 8) Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection based upen the supplied pipe eeating of five percent. 9) Joints shall be electrically continuous. d. Lap Welded Slip Joint 1) Lap welded slip joint shall be provided in all locations for- ip 24 inches an where joints are welded for thrust restraint. 2) Lap welded slip joints may be welded from the inside or outside. 3) Ends of pipe, fittings and specials for field welded joints shall be prepared with 1 end expanded in order to receive a plain end making a bell and plain end type of joint. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 16 BURIED STEEL PIPE AND FITTINGS Page 16 of 31 a) Clearance between the surfaces of lap joints shall not exceedl/8 inch at any point around the periphery. 4) In addition to the provisions for a minimum lap of 1 %2 inches as specified in AWWA C200, the depth of bell shall be such as to provide for a minimum distance of 1 inch between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. e. Fittings with Flanges 1) Flanged joints shall be provided at connections to valves and where indicated on the Drawings. 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. 3) Pipe flanges and field welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. 5) Flanges shall match the fittings or appurtenances which are to be attached. 6) Flanges shall be Class E with 275 psi rki ;� ,,,-,ranee n AVn C207 and a illeed in acoordanee B16.1 Class 125 fe-r- afeas 10. Polyurethane Coating a. Applicator Qualifications 1) Equipment shall be certified by the coating manufacturer to meet the requirements for: a) Material mixing b) Temperature control c) Application rate d) Ratio control for multi -part coatings 2) Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the City. 3) Personnel responsible for the application of the coating system shall: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 17 BURIED STEEL PIPE AND FITTINGS Page 17 of 31 a) Provide certification of attendance at the coating manufacturer's training class within the last 3 years b) Be present during all coating application work and shall have responsibility for controlling all aspects of the coating application b. Surface Preparation 1) Remove visible oil, grease, dirt and contamination in accordance with SSPC SP 1. 2) Remove surface imperfections such as metal slivers, burrs, weld splatter, gouges or delaminations in the metal by filing or grinding prior to abrasive surface preparation. 3) In cold weather or when moisture collects on the pipe and the temperature of the pipe is less than 45 degrees F, preheat pipe to a temperature between 45 and 90 degrees F and 5 degrees F above dew point. 4) Clean pipe by abrasive blasting with a mixture of steel grit and shot to produce the surface preparation cleanliness as required by coating manufacturer and as specified. a) Recycled abrasive shall be cleaned of debris and spent abrasive in an air wash separator. 5) Blast media mixture and gradation shall be adequate to achieve a sharp angular surface profile as required by coating manufacturer and to the minimum depth specified. 6) Protect prepared pipe from humidity, moisture and rain. 7) Keep pipe clean, dry and free of flash rust. a) Remove all flash rust, imperfections or contamination on cleaned pipe surface by reblasting prior to primer application. 8) Complete priming and coating of pipe in a continuous operation the same day as surface preparation. 9) Abrasive blast exterior surfaces in accordance with SSPC en t ONACE CE No. 2 SSPC SP 5. to a near white metal blast cleaning with a minimum 3.0 mil angular profile in bare steel. c. Equipment 1) 2-component, heated airless spray unit in accordance with coating manufacturer's recommendation d. Temperature 1) Minimum 5 degrees F above dew point temperature a) The temperature of the surface shall not be less than 60 degrees F during application. e. Humidity 1) Heating of pipe surfaces may be required to meet requirements of this Section if relative humidity exceeds 80 percent. f. Resin 1) Do not thin or mix resins; use as received. 2) Store resins at a temperature recommended by the coating manufacturer. g. Application 1) Applicator shall be certified by the coating manufacturer and conform to coating manufacturer's recommendations. a) Thinning is not permitted. 2) Apply directly to pipe to achieve a total dry film thickness (DFT) of 35 mils. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 18 BURIED STEEL PIPE AND FITTINGS Page 18 of 31 3) Multiple -pass, 1 coat application process is permitted provided maximum allowable recoat time specified by coating manufacturer is not exceeded. 4) Provide cutbacks in accordance with coating manufacturer's recommendations as appropriate for the type of joint and heat shrink sleeve to be used. h. Recoating 1) Recoat only when coating has cured less than maximum time specified by coating manufacturer. 2) When coating has cured for more than recoat time, brush -blast or thoroughly sand the surface. 3) Blow -off cleaning using clean, dry, high pressure compressed air. i. Curing 1) Do not handle pipe until coating has been allowed to cure, per manufacturer's recommendations. 11. Joint Primer for Holdback a. Prime coating and lining holdback area ver manufacturer's recommendation auurouriate for field welding. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Marking for Identification 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 B. Factory Testing 1. Cement Mortar Lining - Shop -applied cement mortar linings shall be tested in accordance with AWWA C205. 2. Polyurethane Coating - The polyurethane coating shall be tested in accordance with AWWA C222. a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 1) Test coating system applied to the pipe for holidays according to the procedures outlined in NACE SP0188 using a high voltage spark tester (operating at 100 volts per mil), for the dry film thickness (DFT) specified of 35 mil. b. Adhesion Testing 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds per square inch, minimum. 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull off equipment, such as HATE Model 108 or Delfesko Positest, in accordance with ASTM D4541 and AWWA C222, except as modified in this Section. 3) Adhesion testing records shall include: a) Pipe identification b) Surface tested (interior or exterior) c) Surface temperature d) Coating thickness CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 19 BURIED STEEL PIPE AND FITTINGS Page 19 of 31 e) Tensile force applied f) Mode of failure g) Percentage of substrate failure relative of dolly surface 4) Glue dollies for adhesion testing to the coating surface and allowed to cure for a minimum of 12 hours. a) Because of high cohesive strength, score polyurethane coatings around the dolly prior to conducting the adhesion test. 5) Failure shall be by adhesive and cohesive failure only. a) Adhesive failure is defined as separation of the coating from the steel substrate. b) Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. 6) Retest partial adhesion and glue failure if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion. 7) Glue failures in excess of the minimum required tensile adhesion are accepted as meeting the specified adhesion requirements. 8) Conduct, accept and reject adhesion tests on polyurethane pipe coating and lining independently (where applicable). 9) Frequency of adhesion testing in accordance with AWWA C222. 10) Randomly select repair patches on the polyurethane coating for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. a) Adhesion of repairs shall be as specified by the coating manufacturer for the type of repair. C. Manufacturer's Technician for Pipe Installation 1. Pipe Manufacturer's Representative a. If required by the Engineer or requested by the Contractor during construction, 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. 2. Polyurethane Coating Manufacturer's Representative a. The pipe manufacturer shall provide services of polyurethane coating manufacturer's representative and a representative from the heat shrink joint manufacturer for a period of not less than 3 days at beginning of actual pipe laying operations to advise Contractor and City regarding installation, including but not limited to: 1) Handling and storage 2) Cleaning and inspecting 3) Coating repairs 4) Field applied coating 5) Heat shrink installation procedures 6) General construction methods and how they may affect pipe coating CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 20 BURIED STEEL PIPE AND FITTINGS Page 20 of 31 b. Representative shall be required to return if, in the opinion of the Engineer, the polyurethane coating or the Contractor's construction methods do not comply with Contract Specifications. 1) Cost for the manufacturer's representatives to return to the site shall be at no additional cost to the City. D. Hydrostatic Pressure Testing 1. Perform hydrostatic pressure testing in accordance with AWWA C200. 2. Hydrostatically test each joint of pipe prior to application of lining or coating. a. 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. b. Each joint of pipe tested shall be completely watertight under maximum test pressure. c. Test pressure shall be held for sufficient time to observe the weld seams. d. Maintain a recording pressure gauge, reference number of pipe tested, etc. 1) The pipe shall be numbered in order that this information can be recorded. e. Fittings shall be fabricated from hvdrostaticallv tested pipe. All welds on fittings shall be tested by hvdrostatic test, ultrasonic test, air test, or magnetic particle test. Air test shall be made by aimlving air to the welds at 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. In addition, 5 percent of welds on fittings shall be checked with x-rav or ultrasonic testing by an independent certified welding inspector paid for by the Pipe Manufacturer. E. City Testing and Inspection 1. Pipe may be subject to inspection at the manufacturer's facility by an independent testing laboratory, which laboratory shall be selected and retained by the City. a. Representatives of the City, City's laboratory, or the Engineer shall have access to the work whenever it is in preparation or progress. b. Pipe manufacturer shall provide proper facilities for access and for inspection. c. Pipe manufacturer shall notify the City in writing, a minimum of 2 weeks prior to the pipe fabrication so that the City may advise the manufacturer as to the City's decision regarding tests to be performed by an independent testing laboratory. d. Material, fabricated parts and pipe, which are discovered to be defective, or which do not conform to the requirements of this Specification shall be subject to rejection at any time prior to City's final acceptance of the product. 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. The pipe manufacturer shall coordinate their manufacturing schedule with the Contractor and advise the Contractor of any changes in the schedule. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 21 BURIED STEEL PIPE AND FITTINGS Page 21 of 31 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 steel pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA MI 1, in accordance with the pipe --•anufaetu -e -'s reeommendations AWWA C604 and as required for the proper functioning of the completed pipe line. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate, embed and backfill trenches in accordance with Section 33 05 10. 4. For installation of carrier pipe within casing, see Section 33 05 24. 5. Inspect and test each joint for holidays just prior to pipe being lowered into the ditch. a. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 6. Place and consolidate embedment and backfill prior to removing pipe stulls. 7. Maximum allowable pipe deflection is limited to: a. 2 percent for mortar coated steel pipe b. 3 percent for polyurethane coated steel pipe 8. Install bonds at all pipe joints, except for welded joints or insulated joints. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle pipe with care to avoid damage. a. Pipe shall be handled at all times with su#€mien a minimum of two non- abrasive slings, belts or other equipment designed to prevent damage to the coating or lining. b. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. For ioints exceeding 40 feet. a sureader bar shall be used. c. Inspect each joint of pipe and reject or repair any damaged pipe prior to lowering into the trench. d. The equipment shall be kept in such repair that its continued use is not injurious to the coating. e. Do not lay pipe in wet conditions. 3. 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. C. Line Up at Bends 1. Lineup pipe for joining so as to prevent damage thereto. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 22 BURIED STEEL PIPE AND FITTINGS Page 22 of 31 a. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. 2. Where abrupt changes in grade and direction occur, employ special shop fabricated fittings for the purpose. a. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted. 3. Over -stabbed ioins shall not be acceptable. A ioint shall be considered over - stabbed if the stabbed section is greater than the manufacturer's recommendation. All over -stabbed ioints shall be re -stabbed, but -strapped, or welded- D. Pipe Laying 1. Rubber Gasket Joints a. Join rubber gasket joints in accordance with the manufacturer's recommendations. b. Clean bell and spigot of foreign material. c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of the pipe. d. Engage spigot as far as possible in bell. Use ioint spacers to prevent over - stabbing the bell. e. Joint deflection or pull shall not exceed the manufacturer's recommendation. f. Check gasket with feeler gauge all around the pipe. g. In areas of petroleum hydrocarbon soil contamination, install special Neoprene gaskets or approved equal. 2. Welded Joints a. Weld joints in accordance with AWWA C206. 1) Contractor shall provide adequate ventilation for welders and for City's representative to observe welds. 2) Welds shall be full circle fillet welds, unless otherwise specified. 3) Welding shall be completed after application of field applied joint coating if weld after backfill is used. b. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. c. After the pipe has been joined and properly aligned and prior to the start of the welding procedure: 1) The spigot and bell shall be made essentially concentric by shimming or tacking to obtain clearance tolerance around the periphery of the joint. 2) In no case shall the clearance tolerance be permitted to accumulate. d. Before welding: 1) Thoroughly clean pipe ends. 2) Weld pipe by machine or by the manual shielded electric arc process. 3) Welding shall be performed so as not to damage lining or coating. 4) Cover the polyurethane coating as necessary to protect from weld splatter. 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. 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. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 23 BURIED STEEL PIPE AND FITTINGS Page 23 of 31 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. j. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. 1) In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. k. Welders 1) Use only competent, skilled and qualified workmen. a) Each welder employed by the Contractor shall be required to satisfactorily pass a welding test in accordance with AWWA C2O6 before being allowed to weld on the line. b) After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. c) Any welder making defective welds shall not be allowed to continue to weld. E. Interior Joint Grouting 1. Upon completion of backfilling of the pipe trench, 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. 2. Fill the inside of the joint recess with a stiff cement mortar. Where the mortar joint opening is 1 inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. 4. Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. 5. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 6. Interior joints of pipe 24 ineh and smaller shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. a. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or inflated ball through the pipe with a rope. F. Exterior Joint Protection 1. Heat Shrink Sleeves a. General 1) Buried pipe joints shall be field coated after pipe assembly in accordance with AWWA C216, using Heat Shrink Sleeves. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 24 BURIED STEEL PIPE AND FITTINGS Page 24 of 31 2) Width of heat shrink sleeve shall be sufficient to overlap the polyurethane coating by a minimum of 3 inches. 3) Overlapping of 2 or more heat shrink sleeves to achieve the necessary width will not be permitted. b. Installation 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and other foreign contaminates with a wire brush in accordance with SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC SP 1. a) Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 2) Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of non -welded pipe joints before application of joint coating. 4) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 5) Store sleeves in shipping box until use is required. a) Keep dry and sheltered from exposure to direct sunlight. b) Store off the ground or concrete floors and maintain at a temperature between 60 degrees F and 100 degrees F as recommended by the sleeve manufacturer. 6) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve application. 7) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. a) Monitor pipe temperature using a surface temperature gauge, infrared thermometer or color changing crayons. b) Protect preheated pipe from rain, snow, frost or moisture with tenting or shields and do not permit the joint to cool. 8) Prime joint with specified primer and fill all cracks, crevices and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and while maintaining the pipe temperature above the preheat temperature specified. 10) Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inch overlay onto the existing pipe coating. 11) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. a) Hold flame a minimum of 6 inches from the sleeve surface. b) Periodically roll the coating on the pipe surface. c) Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. d) Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. e) Take care not to excessively heat the parent coating. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 25 BURIED STEEL PIPE AND FITTINGS Page 25 of 31 12) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. a) Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. b) Minor repairs may be repaired using heat shrink sleeve repair kits. 13) Allow the sleeve to cool before moving, handling or backfilling. In hot climates, provide shading from direct sunlight. a) Water quenching will be allowed only when permitted by the sleeve manufacturer. G. Protective Welded Joints Coating System —Weld After Backfill 1. General a. Application of protective coating at the pipe joints will be as follows: 1) Apply a joint coating system consisting of a factory applied 35 mil polyurethane coating 2) A field applied 60 mil by 6-inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape at the location of the welding 3) A field applied 110 mil (full recovered thickness) by 18 inch wide CANUSA AquaWrap high shrink heat shrinkable joint sleeve 4) In lieu of the CANUSA sleeve, contractor may use a single sleeve Berry CPG-Covalence: Water wrap WAB. 5) After the heat shrinkable joint sleeve is installed, backfill the trench and then weld the joint. b. The Contractor is responsible for his operations so that they do not damage the factory applied coating system. c. When applying the joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. d. The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or City to visually inspect and test the joint after welding. Any damage must be repaired. 1) If the Contractor's welding procedure damages the e joint coating system on anv one of the excavated ioints. the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. The Citv reserves the right to require the Contractor to expose additional ioints if damage to the ioint coating system is found. 2. Joint Coating (3 laveA a. Apply 3-lluye Joint Coating System before Welding the Joint b. Pipe Manufacturing and Heat Tape 1) A 35-mil thickness polyurethane coating shall be applied over entire length of pipe. 2) The Contractor shall field apply 60-mil thick by 6-inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape to the exterior bell end of the pipe, centered on the location of the welding, over a 35 mil factory applied polyurethane coating. c. Surface Preparation and Installation for Heat Shrinkable Joint Sleeve CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 26 BURIED STEEL PIPE AND FITTINGS Page 26 of 31 1) Clean pipe surface and adjacent coating of all mud, oil, grease, rust and other foreign contaminates with a wire brush in accordance with SSPC SP 2, or SSPC SP 3. Remove oil or grease contamination by solvent wiping the pipe and adjacent coating in accordance with SSPC SP 1. a) Clean the full circumference of the pipe and a minimum of 6 inches onto the existing coating. 2) Remove all loose or damaged pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 3) Complete joint bonding of pipe joints before application of joint coating. a) Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with mastic sealant. 4) Store sleeves in shipping box until use is required. a) Keep dry and sheltered from exposure to direct sunlight. b) Store off the ground or concrete floors and maintain at a temperature between 60 degrees F and 100 degrees F as recommended by the sleeve manufacturer. 5) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve application. 6) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. a) Monitor pipe temperature using a surface temperature gauge, infrared thermometer or color changing crayons. b) Protect preheated pipe from rain, snow, frost or moisture with tenting or shields and do not permit the joint to cool. 7) Prime joint with specified primer and fill all cracks, crevices, and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. 8) Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and while maintaining the pipe temperature above the preheat temperature specified. a) Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum of 3-inch overlay onto the existing pipe coating. 9) Apply heat to the sleeve using either propane fire infrared heaters or wrap around heaters. a) Hold flame a minimum of 6 inches from the sleeve surface. b) Periodically roll the coating on the pipe surface. c) Heat from the center of the sleeve to the outer edge until properly seated, then begin in the opposite direction. d) Take care not to excessively heat the parent coating. e) Monitor sleeve for color change, where appropriate, or with appropriate temperature gauges. 10) Completed joint sleeve shall be fully bonded to the pipe and existing coating surface, without voids, mastic beading shall be visible along the full circumference of the sleeve, and there shall be no wrinkling or excessive burns on the sleeves. a) Sleeves which do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. b) Minor repairs may be repaired using heat shrink sleeve repair kits. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 27 BURIED STEEL PIPE AND FITTINGS Page 27 of 31 11) Allow the sleeve to cool before moving, handling or backfilling. a) In hot climates, provide shading from direct sunlight. b) Water quenching will be allowed only when permitted by the sleeve manufacturer. 12) Holiday testing shall be performed using a high voltage holiday tester (operating at 100 volts per mil) at each joint after field application of heat shrinkable joint sleeve per SP0188. a) If any holidays or cuts are detected, the sleeve shall be repaired using the heat shrink sleeve manufacturer's recommendation. b) The damaged area shall be covered with a minimum of 50-mm overlap around the damaged area. H. Protection of Buried Metal 1. Coat buried ferrous metal such as bolts and flanges, which cannot be protected with factory or field -applied polyurethane coatings or heat shrink sleeves, with 2 wraps of wax tape and encase in flowable fill. 3.5 REPAIR A. Repair and Field Touchup of Polyurethane Coating 1. For repair and field touch-up of polyurethane coating, apply: b. Lifelast Durasheild 110, 210,310 or 310 JARS c 1TW FutufaCeating3 Pmtaell,er Carboline 777 or 777PL d. Coating manufacturer's recommendation 2. Holidays a. Remove all traces of oil, grease, dust, dirt and other debris. b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). c. Apply a 35-mil coat of repair material described above. d. Work repair material into scratched surface by brushing or rolling in accordance with manufacturer's recommendations. e. Retest for Holiday. 3. Field Cuts or Large Damage a. If in the opinion of the City the polyurethane coating is excessively damaged, the pipe segment will be rejected until the coating system is removed and replaced so that the system is in a like -new condition. b. Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane coating. c. Remove all traces of oil, grease, dust, dirt and other debris. d. Roughen area to be patched with rough grade sandpaper (40 grit). e. Feather edges and include overlap of 2 inches of roughened polyurethane in area to be patched. f. Apply a 35-mil coat of repair material described above, in accordance with manufacturer's recommendations. g. Work repair material into scratched surface by brushing. h. Feather edges of repair material into prepared surface. i. Cover at least 1 inch of roughed area surrounding damage or adjacent to field cut. j. Test repairs for holidays. B. Patch of Cement Mortar Lining CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 28 BURIED STEEL PIPE AND FITTINGS Page 28 of 31 1. Repair cracks larger than l/16 inch. 2. Pipes with disbonded linings will be rejected. 3. Excessive patching of lining shall not be permitted. 4. Repair in accordance with AWWA C205 and as follows: a. Apply bonding agent to patch area. b. Patching of lining shall be allowed where area to be repaired does not exceed 100 square inches and has no dimension greater than 12 inches. c. In general, there shall be not more than 1 patch in the lining of any joint of pipe. 5. Wherever necessary to patch the pipe, make the patch with the mortar indicated. 6. Do not install patched pipe until the patch has been properly and adequately cured, unless approved by the City. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections Quality Control of Field Applied Polyurethane Coating a. Surface Preparation 1) Visually inspect surface preparation to ensure cleanliness and dryness requirements have been met. 2) Use Testex tape on at least 1 joint per day to ensure that adequate profile is being achieved. b. Visual 1) Visually inspect cured coating to ensure that the coating is completely cured with no blisters, cracks, pinholes, missed areas, excessive roughness, "sticky" or "gooey" areas. 2) Check to ensure that the coating completely covers the steel and existing coating. c. Thickness 1) Use a magnetic dry film thickness (DFT) gauge on cured coating to ensure adequate thickness has been achieved according to SSPC PA 2. a) If the thickness of the coating is below the minimum specified millage anywhere along the length of the pipe, then adjustments must be made to the spray system to correct the problem. 2) At a minimum, the thickness shall be measured for every 50 square feet of sprayed area. d. Adhesion 1) Perform the following procedure on a minimum of 1 joint per day: a) Select area to test that has cured for at least 1 hour for fast setting coatings. b) Test and repair in accordance with AWWA C222 Dolly Pull -off Test. e. Holiday Testing 1) Holiday testing shall be performed using a high voltage holiday tester at each joint no sooner than 1 hour after field application of polyurethane coating. f. Inspection at Welding Joints CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 29 BURIED STEEL PIPE AND FITTINGS Page 29 of 31 1) When applying the 3 layer joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. 2) The Contractor will be required to fully uncover a maximum of 10 joints, selected at random by the Engineer or City to visually inspect and test the joint after welding. 3) Any damage must be repaired. 4) If the Contractor's welding procedure damages the 3 layer joint coating system, the Contractor, at the direction of the Engineer, will be required to modify his welding procedure. 2. Weld Testing a. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in accordance with AWWA C2O6 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. 1) Welds that are defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at the Contractor's expense. 2) 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. 3) The procedure for repairing the joint shall be approved by the Engineer before proceeding. 3. Deflection Testing a. Prior to hydrostatic testing, the City's inspector shall perform deflection testing at a minimum rate of t me 0 ent f r o e 2,500 line f feet f..,ate f line and per the requirements as indicated below. 1) Complete internal welding of ioins, welding inspections and grout of the inside ioints prior to measure deflection. The welding inspections shall be done by an independent CWI. 2) Measure deflection in the presence of the Citv. a) Replace or repair defective welds, as deemed necessary by the Citv, at the Contractor's expense. b) Measurement method used to determine deflection shall be agreed upon in writing amongst the Citv. Contractor, and Engineer prior to installing the first ioint of pipe. c) Record and document all measurements. d) Measure deflection no sooner than 5 days and no later than 30 days after backfilling operations are complete. 3) Determine deflection with vertical measurements taken at the locations indicated below. Locations where vertical measurements are taken shall be clearlv marked on the interior of the pipe. a) Pipe ioints 36-feet in length or less: vertical measurements shall be taken at two locations,'/ distance from each pipe end. b) Pipe ioints exceeding 36 feet: vertical measurements shall be taken at 3 locations including'/ distance from each pipe end and at the pipe midpoint. 4) Correction of Pipe Not Comvlving with Deflection Requirements CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 30 BURIED STEEL PIPE AND FITTINGS Page 30 of 31 a) If the average joint deflection of a single joint, or anv single measurement, fails to meet specifications, the entire joint shall be re -worked in accordance with the manufacturer's recommendations and as directed by the Citv at no additional cost to the Citv. This may include uncovering the pipe, re -compaction of the pipe bedding, and repair of the coating. It is the Contractor's responsibility to continuously measure and calculate pipe deflection to verifv it meets specification. b) All costs associated with measuring the pipe deflection and anv repairs or rework associated with meeting these requirements shall be borne by the Contractor. 5) Pipe Deflection Reports a) Submit monthlv reports as Record Data showing allowable deflection, 1.5 times allowable deflection, the deflection measurements, and calculated average deflection for each location measured per joint for each joint of pipe. b) Contractor shall verifv that the nominal pipe diameter mees specifications at all measured locations. Contractor shall coordinate pipe replacement with the pipe manufacturer for anv pipe not meeting the specified internal diameter. 6) In no case shall individual measurement exceed 3% for Dolvurethane coated pipe. These measurements include the allowable tolerance for lining thickness variation. Additionally, flat spots or pipe with damaged lining shall be repaired. b. City may reject any areas not meeting the deflection requirements of this Specification. 4. 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. 5. Closed Circuit Television (CCTV) Inspection a. Provide a Post -CCTV Inspection for water lines 36-inch and larger in accordance with Section 33 0133. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 11 14 - 31 BURIED STEEL PIPE AND FITTINGS 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 1105 and removed material specification for bolts, nuts, gaskets and flange coating CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised September 4, 2024 CITY PROJECT NO. 104940-2 33 12 30 - 1 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Pagel of 8 SECTION 33 12 30 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. 2-inch through 8-inch Combination Air -Release and Air/Vacuum Valve Assemblies (Combination Air Valves) for potable water systems including: a. Combination air -release and air/vacuum valve b. Tap to water main c. Lead-free Inlet piping and appurtenances d. Vent piping and appurtenances e. Vault enclosure and appurtenances B. Deviations from this City of Fort Worth Standard Specification 1. Modified 1.2.A.2.a 2. Added Section 2.2.A.I.b Listed manufacturers. 3. Specified `non -slam' feature to preclude valve slam/water hammer when discharging air. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 13 — Frame, Cover and Grade Rings 4. Section 33 11 10 —Ductile Iron Pipe 5. Section 33 11 11 —Ductile Iron Fittings 6. Section 33 11 14 — Buried Steel Pipe and Fittings 7. Section 33 12 10 —Water Services 1-Inch to 2-Inch 8. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 9. Section 33 39 20 — Precast Concrete Manholes 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Water Air Release Valve & Vault" or "Dual Water Air Release Valve & Vault" installed for: 1) Various inlet sizes 3. The price bid shall include: CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 4, 2024 CITY PROJECT NO. 104940-2 33 12 30 - 2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 2 of 8 a. Furnishing and installing Combination Air Valves with appurtenances as specified in the Drawings b. Air valve vault and appurtenances c. Tapping the main d. Isolation valves e. Fittings f. Vent piping g. Vent cover and/or enclosure h. Vent enclosure and/or pipe bollard protection, if required i. Excavation and backfill 1.3 REFERENCES A. Definitions 1. Combination Air Valve: A device having the features of both an air -release valve and an air/vacuum valve 2. Inlet: The opening at the base of the Combination Air Valve mechanism through which air and water from the pipeline enters 3. Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet 4. Lead-free: Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. 111-380). 5. Orifice: The opening in the Combination Air Valve mechanism through which air is expelled from or admitted into the pipeline or piping system. Some valves may have multiple orifices. 6. Outlet: The opening at the top of Combination Air Valve mechanism, including the orifice, through which air enters or exits the Air Valve 7. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet to its termination point outside the vault B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Iron and Steel Institute (AISI). 3. ASTM International (ASTM): a. A536, Standard Specification for Ductile Iron Castings. 4. American Water Works Association (AWWA): a. C512, Air -Release, Air/Vacuum, and Combination Air Valves for Waterworks Service. b. M51, Air -Release, Air/Vacuum, and Combination Air Valves. 5. NSF International (NSF): a. 61, Drinking Water System Components -Health Effects. 6. Reduction of Lead in Drinking Water Act a. Public Law 111-380 (P.L. 111-380) CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 4, 2024 CITY PROJECT NO. 104940-2 33 12 30 - 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 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Combination Air Valves a. Application type b. Working pressure rating c. Test pressure rating d. Surge pressure rating e. Inlet size f. Small orifice size g. Large orifice size 2. Valve vault and appurtenances 3. Tapping appurtenances 4. Isolation valves 5. Fittings 6. Vent piping 7. Vent cover and/or enclosure 8. Vent enclosure and/or pipe bollard protection 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Combination Air Valves of the same size shall be the product of 1 manufacturer, unless approved by the City. b. Combination air valves shall be in conformance with AWWA C512. B. Certifications 1. Obtain an Affidavit of Compliance from the valve manufacturer in accordance with AWWA C512. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 4, 2024 CITY PROJECT NO. 104940-2 33 12 30 - 4 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 4 of 8 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges, strongly built and securely bolted thereto. 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 6. Secure and maintain a location to store the material in accordance with Section 0166 00. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related sections. b. Manufacturers shall include: APCO 1500C. Val-Matic Breaker with Air Release Valve 1800 VB/38. Crispin VR31/M5 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 0125 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 Regulatory Requirements a. Combination Air Valves shall meet or exceed the latest revisions of AWWA C512 and shall meet or exceed the requirements of this Specification. b. All Combination Air Valve components in contact with potable water shall conform to the requirements of NSF 61. c. All materials shall conform to the Reduction of Lead in Drinking Water Act (P.L. 111-380). This Act defines "Lead-free" for pipes and other appurtenances to be less than 0.25 percent lead. C. Performance / Design Criteria Capacities a. Water Application = Potable Water b. Working Pressure from 10 psi to 150 psi c. Test Pressure = 225 psi CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 4, 2024 CITY PROJECT NO. 104940-2 33 12 30 - 5 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 5 of 8 d. Surge Pressure = 100 psi minimum, unless stated otherwise in the Contract Documents e. Size 1) Each orifice size must be sufficient to meet the requirements set forth in AWWA M51 and indicated on the Drawings. 2. Function a. High volume discharge during pipeline filling b. High volume intake through the large orifice c. Pressurized air discharge d. Surge Dampening/Controlled discharge rates 1) The valve shall have an integral surge alleviation mechanism which shall operate automatically to limit transient pressure rise or shock induced by closure due to high velocity air discharge or the subsequent rejoining of the separated water columns. The limitation of the pressure rise shall be achieved by decelerating the approaching water prior to valve closure. D. Materials 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 orASTMA536 ductile iron 2) Equipped with intake and discharge flanges c. Inlet/Discharge orifice area 1) Equal to the nominal size of the valve E. Finishes 1. Finish Materials a. Supply all ductile iron Combination Air Valves with a factory applied fusion bonded epoxy coating with a final coating thickness of 16 mils minimum. 2.3 ACCESSORIES A. For 2-inch Combination Air Valve Assemblies: 1. Tap a. Tapping saddle and 2-inch corporation valve (C.C. thread with flare) in accordance with Section 33 12 10 2. Inlet Piping a. 2-inch outlet between the tap and the isolation valve with the following: 1) Threaded, lead-free brass piping 2) Threaded, lead-free brass tee 3) Threaded, lead-free brass hand wheel valves 3. Vent Piping a. 4-inch minimum diameter, in accordance with the Drawings 4. Vent Screen a. Stainless Steel (AISI 304) 5. Dropover Enclosure a. Channell SPH-1420 thermoplastic enclosure, or approved equal 6. Vault CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 4, 2024 CITY PROJECT NO. 104940-2 33 12 30 - 6 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 6 of 8 a. Provide a flat top 4-foot diameter concrete manhole in accordance with Section 33 3920. b. Provide a 32-inch hinged cover with frame and grade ring in accordance with Section 33 05 13. c. Secure Air Valve to vault wall using a galvanized or stainless steel bracket manufactured by Grinell, or equal, in accordance with the Drawings B. For 3-inch to 8-inch Combination Air Valve Assemblies: 1. Tap a. For 24-inch diameter mains: 1) Provide 24-inch blind flange outlet b. For mains with 30-inch and greater diameter: 1) Provide 30-inch blind flange outlet c. For ductile iron and PVC mains, provide mechanical joint x flange tee with tapped flange. 2. Inlet Piping a. Flanged ductile iron or steel, depending on main material, in accordance with Drawings b. Corporation stops shall be in accordance with Section 33 12 10 and with Drawings. 3. Isolation Valves a. Gate valve (flanged) in accordance with Section 33 12 20 with: 1) 2-inch operating nut, non -rising stem with enclosed miter gearing for 3- inch and larger gate valves 4. Vent Piping a. 4-ineh Greater than or equal to the valve inlet diameter, minimum, ductile iron pipe, in accordance with Drawings 5. Vent Screen a. Stainless Steel (AISI 304) 6. Dropover Enclosure a. Channell SPH-1420 thermoplastic enclosure, or approved equal 7. Vault a. Provide a flat top, concrete manhole in accordance with Section 33 39 20. b. Manhole dimensions shall be in accordance with Drawings. c. Provide a 32-inch hinged cover with frame and grade ring in accordance with Section 33 05 13. d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket manufactured by Grinell, or equal, in accordance with the Drawings C. Finishes 1. Primer Materials a. Prime Vent Piping within vault, as well as above ground, for finish with a product listed in on the City's Standard Products List in Section 01 60 00, unless otherwise stated in the Drawings. 2. Finish Materials a. Paint Vent Piping within vault, as well as above ground, with a product listed in on the City's Standard Products List in Section 0160 00, unless otherwise stated in the Drawings. b. Color to be selected by the City. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 4, 2024 CITY PROJECT NO. 104940-2 33 12 30 - 7 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 7 of 8 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. Testing and inspection of Combination Air Valves shall be in accordance with AWWA C512. B. Markings 1. Each Combination Air Valve shall be marked in accordance with AWWA C512. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install in accordance with manufacturer's recommendations and as shown on the Drawings. 2. Above ground and vault interior ductile iron piping and valves shall be painted in accordance with City requirements, unless otherwise stated in the Drawings. 3. Wrap all buried ductile iron pipe and fittings with polyethylene encasement in accordance with Section 33 11 10 and Section 33 11 11 respectively. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Inspections 1. Pipe the large and small orifices directly to the vent piping. There direct discharge of an orifice to an underground vault. 2. The valve shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. 3. Before acceptance of the installed valve, the City Field Operations Staff shall have the opportunity to inspect and operate the valve. 4. The City will assess the ease of access to the operating nut and ease of operating the corporation stop. 5. If access and operation of the valve and its appurtenances meet the City Standard Detail, then the valve will be accepted as installed. 6. The Combination Air Valve assembly shall be free from any leaks. B. Non -Conforming Work 1. If access and operation of the valve or its appurtenances does not meet the City's criteria, the Contractor will remedy the situation until it meets the City's criteria, at the Contractor's expense. CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 4, 2024 CITY PROJECT NO. 104940-2 33 12 30 - 8 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 8 of 8 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised October 4, 2024 CITY PROJECT NO. 104940-2 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 NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 EXHIBIT "A" NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 104940-2; PARCEL ID NO. 1 PERMANENT WATER EASEMENT T. HICKS SURVEY, ABSTRACT No. 1818 TEXAS AND PACIFIC RAILWAY COMPANY SURVEY, ABSTRACT NO. 1568 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS a9-1A9W Being a permanent water easement situated in the T. Hicks Survey, Abstract No. 1818 and Texas and Pacific Railway Company Survey, Abstract No. 1568, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land conveyed to the Meritage Homes of Texas LLC & GRBK Edgewood LLC as recorded in Instrument No. D221239778 of the Official Public Records of Tarrant County, Texas, said permanent water easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found in the west salient corner of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the southeast corner of a tract of land conveyed to the City of Fort Worth as recorded in Instrument No. D219178556 of said Official Public Records of Tarrant County, Texas; THENCE North 27 degrees 50 minutes 40 seconds West, with the southwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the northeast line of said tract of land conveyed to the City of Fort Worth, a distance of 280.69 feet to a 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING" found for corner, said 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING" being the beginning of a curve to the right, having a radius of 1,382.92 feet, a delta of 05 degrees 55 minutes 58 seconds and whose chord bears North 23 degrees 16 minutes 38 seconds West, a chord distance of 143.13 feet; THENCE Northeasterly, with the southwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the northeast line of said tract of land conveyed to the City of Fort Worth, an arc distance of 143.19 feet to a calculated point for the POINT OF BEGINNING, said calculated point having grid coordinates of N=7,018,076.97 and E=2,296,936.92, said calculated point being the beginning of a curve to the right, having a radius of 1,382.92 feet, a delta of 04 degrees 08 minutes 55 seconds and whose chord bears North 18 degrees 14 minutes 11 seconds West, chord distance of 100.11 feet; THENCE Northwesterly, with the southwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the northeast line of said tract of land conveyed to the City of Fort Worth, an arc distance of 100.14 feet to a calculated point for corner; Exhibit A Page 1 of 8 THENCE North 00 degrees 47 minutes 58 seconds West, a distance of 226.75 feet to a calculated point for corner; THENCE North 00 degrees 40 minutes 20 seconds West, a distance of 207.15 feet to a calculated point for corner; THENCE North 07 degrees 35 minutes 32 seconds East, a distance of 284.44 feet to a calculated point for corner; THENCE North 16 degrees 53 minutes 17 seconds East, a distance of 379.68 feet to a calculated point for corner; THENCE North 05 degrees 25 minutes 38 seconds East, a distance of 203.29 feet to a calculated point for corner; THENCE North 05 degrees 49 minutes 22 seconds West, a distance of 112.66 feet to a calculated point for corner; THENCE North 17 degrees 05 minutes 31 seconds West, a distance of 37.26 feet to a calculated point for corner in the west line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the east line of a tract of land conveyed to Eagle Mountain Saginaw Independent School District described as Tract 2 as recorded in Instrument No. D207451969 of said Official Public Records of Tarrant County, Texas, said calculated point being the beginning of a curve to the left, having a radius of 1,400.00 feet, a delta of 04 degrees 44 minutes 06 seconds and whose chord bears North 02 degrees 03 minutes 35 seconds West, a chord distance of 115.67 feet; THENCE Northwesterly, with the west line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the east line of said Tract 2, an arc distance of 115.70 feet to a calculated point for corner; THENCE South 17 degrees 05 minutes 31 seconds East, a distance of 151.93 feet to a calculated point for corner; THENCE South 05 degrees 49 minutes 22 seconds East, a distance of 118.58 feet to a calculated point for corner; THENCE South 05 degrees 25 minutes 38 seconds West, a distance of 209.26 feet to a calculated point for corner; THENCE South 16 degrees 53 minutes 17 seconds West, a distance of 380.25 feet to a calculated point for corner; THENCE South 07 degrees 35 minutes 32 seconds West, a distance of 279.83 feet to a calculated point for corner; Exhibit A Page 2 of 8 THENCE South 00 degrees 45 minutes 00 seconds East, a distance of 527.18 feet to the POINT OF BEGINNING, and containing 46,816 square feet or 1.075 acres of land, more or less. "PART II" Being a permanent water easement situated in the T. Hicks Survey, Abstract No. 1818 and Texas and Pacific Railway Company Survey, Abstract No. 1568, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land conveyed to the Meritage Homes of Texas LLC & GRBK Edgewood LLC as recorded in Instrument No. D221239778 of the Official Public Records of Tarrant County, Texas, said permanent water easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found in the west salient corner of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the southeast corner of a tract of land conveyed to the City of Fort Worth as recorded in Instrument No. D219178556 of said Official Public Records of Tarrant County, Texas; THENCE North 27 degrees 50 minutes 40 seconds West, with the southwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the northeast line of said tract of land conveyed to the City of Fort Worth, a distance of 280.69 feet to a 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING" found for corner, said 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING" being the beginning of a curve to the right, having a radius of 1,382.92 feet, a delta of 25 degrees 27 minutes 58 seconds and whose chord bears North 13 degrees 30 minutes 38 seconds West, a distance of 609.61 feet; THENCE Northwesterly, with the southwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the northeast line of said tract of land conveyed to the City of Fort Worth, an arc distance of 614.66 feet to a calculated point for the northeast corner of said tract conveyed to the City of Fort Worth and the southeast corner of a tract of land conveyed to Eagle Mountain Saginaw Independent School District described as Tract 2 as recorded in Instrument No. D20751969 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 1,382.92 feet, a delta angle of 17 degrees 42 minutes 20 seconds and whose chord bears North 08 degrees 04 minutes 17 seconds East, chord distance of 425.65 feet; THENCE Northeasterly, with the northwest line of said Meritage Homes of Texas LLC & GRBK Edgewood LLC and the southeast line of said Tract 2, an arc distance of 427.35 feet to a calculated point for corner; THENCE North 16 degrees 52 minutes 45 seconds East, with the northwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the southeast line of said Tract 2, a distance of 252.21 feet to a calculated point for the beginning of a curve to the left, having a radius of 1,400.00 feet, a delta of 16 degrees 37 minutes 26 seconds and whose chord bears North 05 degrees 13 minutes 50 seconds West, chord distance of 404.78 feet; THENCE Northwesterly, with the west line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the northeast line of said Tract 2, an arc distance of 406.20 feet to a calculated point for corner; THENCE North 27 degrees 23 minutes 36 seconds West, with the southwest line Exhibit A Page 3 of 8 of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the northeast line of said Tract 2, a distance of 7.04 feet to a calculated point for the POINT OF BEGINNING, said calculated point having grid coordinates of N=7,020,258.89 and E=2,296,884.53; THENCE North 27 degrees 23 minutes 36 seconds West, with the southwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the northeast line of said Tract 2, a distance of 67.14 feet to a calculated point for corner; THENCE North 00 degrees 51 minutes 15 seconds West, a distance of 390.36 feet to a calculated point for corner in the north line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the south line of W. Bonds Ranch Road (120.0' right-of-way); THENCE North 89 degrees 08 minutes 45 seconds East, with the north line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the south line of said W. Bonds Ranch Road, a distance of 30.00 feet to a calculated point for corner; THENCE South 00 degrees 51 minutes 15 seconds East, a distance of 450.42 feet to the POINT OF BEGINNING, and containing 12,612 square feet or 0.290 acres of land, more or less. Exhibit A Page 4 of 8 Notes: 1.) A plat of the 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 utilizing a surface adjustment factor of 1.00012. * SURVEYOR'S CERTIFICATE * TO ALL PARTIES INTERESTED IN TITLE TO THE PREMISES SURVEYED, I DO HEREBY CERTIFY THAT THE ABOVE LEGAL DESCRIPTION WAS PREPARED FROM PUBLIC RECORDS AND FROM AN ACTUAL AND ACCURATE SURVEY UPON THE GROUNDS AND THAT SAME IS TRUE AND CORRECT. Date: August 08, 2024 0 F T RICHARD KENNEDY '. 5527 SUR��� Richard Kennedy Registered Professional Land Surveyor No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 5 of 8 400 200 0 400 SCALE IN FEET EXHIBIT "B " PARCEL No. 1 PWE D P Pp�FPcp,N`( SUR,� 568 Cp RPC� NO. PB TRACT 2 EAGLE MOUNTAIN SAGINAW INDEPENDENT SCHOOL DISTRICT INST. No. D96 0.P.R.T.C.T. L-13 MERITAGE HOMES OF I ERAS LLC / III & GRBK EDGEWOOD LLC INSTRUMENT NO. D221239778 O.P.R.T.C.T. P. 0. B. PART I w rn GRID COORDINATE N=7,018,076.97 Q:� CITY OF FORT WORTH k E=2,296,936.92 Z) URVE`l INSTRUMENT O.PR..T.CT19178556 I (n O �A\CKS NO 1 g1$ c-2 k N z CIRF — 'a QNCl SHIELD OP. 0. C. ENGINEERING PART I & PART II FND. 5/8"IR m TRACT III C H IL m Q s�R4v�� INSTRUMENT NO. D21821ILL WEST L CHAPEL H520 O.P.R.T.C.T. ForrWORTH City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 PAGE 7 OF 8 PAGE 6OF8 L-8—';Oell 1 L-10 L-7 L-6 Irk' I� NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN PARCEL NO. 1 PWE CoFW Project No. 104940-2 OF J ��,,.......... TF PERMANENT WATER EASEMENT `P;G\sTfR�., OWNER: MERITAGE HOMES OF TEXAS LLC & GRBK EDGEWOOD LLC SURVEY: T. HICKS SURVEY, ABSTRACT NO. 1818 "'""""""""" SURVEY: TEXAS AND PACIFIC RAILWAY COMPANY SURVEY, ABSTRACT NO. 1568 RICHARD KENNEDY LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS %< `0 5527 Qom' � ACQUISITION AREA: PART 1 46,816 SQ. FT. OR 1.075 ACRES '' •..... . ESS\ <1 ACQUISITION AREA: PART II 12,612 SQ. FT. OR 0.290 ACRES UR� WHOLE PROPERTY ACREAGE: APPROXIMATELY 147.555 ACRES (PER DEED) RICHARD KEN DYT JOB No. KHA_2401.00 I DRAWN BY: PRL CAD FILE: P1 PWE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: AUGUST 08, 2024 EXHIBIT B PAGE 6 OF 8 SCALE: 1 "=400' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, NC. • 2800 N.E. LOOP 820, S ITE 660 FORT WORTH, TX. 76137 8 7-496-1424 FAX 817-496-1768 DETAIL "A" NOT TO SCALE t ! t � EX PS C�F�C RAS RP�j P P A8 EXHIBIT "B " PARCEL No. 1 PWE E� MEMP `Rp p,D P P��F �c RPgSS R Pc� 400 200 0 400 SCALE IN FEET P p,S() N� ) 01RV o COMP 640 NO• W. BONDS RANCH ROAD (120.0' RIGHT-OF-WAY) L-19 4 4- t AND PN� SURv �� CAMP 568 No• 00 �ii SEE� DETAIL "A"—\ II TRACT 2 EAGLE MOUNTAIN SAGINAW INDEPENDENT SCHOOL DISTRICT INST. NO. D207451969 O.P.R.T.C.T. 4 P. 0. B. PAR T II GRID COORDINATE N=7,020,258.89 E=2,296,884.53 2 L-17 MERITAGE HOMES OF TEXAS LLC & L-16 GRBK EDGEWOOD LLC INSTRUMENT NO. D221239778 O.P.R.T.C.T. n� rn1 PAGE 7 OF 8 PAGE 6OF8 ForrWORTH City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN PARCEL NO. 1 PWE CoFW Project No. 104940-2 PERMANENT WATER EASEMENT OWNER: MERITAGE HOMES OF TEXAS LLC & GRBK EDGEWOOD LLC SURVEY: T. HICKS SURVEY, ABSTRACT NO. 1818 SURVEY: TEXAS AND PACIFIC RAILWAY COMPANY SURVEY, ABSTRACT NO. 1568 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: PART 1 46,816 SQ. FT. OR 1.075 ACRES ACQUISITION AREA: PART II 12,612 SQ. FT. OR 0.290 ACRES WHOLE PROPERTY ACREAGE: APPROXIMATELY 147.555 ACRES (PER DEED) JOB No. KHA_2401.00 I DRAWN BY: PRL I CAD FILE: P1 PWE.DWG DATE: AUGUST 08, 2024 II EXHIBIT B PAGE 7 OF 8 ILSCALE: 1"=400' GORRONDONA & ASSOCIATES, NC. • 2800 N.E. LOOP 820, S. ITE 660 FORT WORTH, TX. 76137 RICHARD KENNEDY v REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 8 7-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. > PWE LEGEND 0 SET MONUMENTATION (SIZE AND TYPE NOTED) PARCEL No. EASEMENT 1 PART II LOCATION • FND MONUMENTATION (SIZE AND TYPE NOTED) 0 CALCULATED POINT - - PROPERTY/RIGHT-OF-WAY PROPERTY RIGHTOFWAY LINE / PARCEL No. EASEMENT 1 PART LOCATION EXISTING EASEMENT LINE ---------- PROPOSED EASEMENT LINE C SURVEY/ABSTRACT LINE SUBJECT TRACT & LOCATION OF EASEMENT LINE TABLE LINE BEARING DISTANCE L-1 N 27°50'40"W 280.69' L-2 N 00°47'58"W 226.75' L-3 N 00°40'20"W 207.15' L-4 N 07°35'32"E 284.44' L-5 N 16°53' 17"E 379.68' CURVE TABLE I I L-6 N 05°25'38"E 203.29' CURVE RADIUS DELTA CHORD BEARING CHORD ARC I I L-7 N 05°49'22"W 112.66' C-1 1,382.92' 05°55'58" N 23°16'38"W 143.13' 143.19' I I L-8 N 17°05'31"W 37.26' C-2 1,382.92' 04°08'55" N 18°14'11"W 100.11' 100.14' I I L-9 S 17°05'31"E 151.93' C-3 1,400.00' 04°44'06" N 02°03'35"W 115.67' 115.70' I I L-10 S 05°49'22"E 118.58' C-4 1,382.92' 25°27'58" N 13°30'38"W 609.61' 614.66' I I L-11 S 05°25'38"W 209.26' C-5 1,382.92' 17°42'20" N 08°04'17"E 425.65' 427.35: I I L-12 S 16°53'17"W 380.25' C-6 1,400.00' 16°37'26" N 05°13'50"W 404.78' 406.20I I L-13 S 07°35'32"W 279.83' I L-14 S 00°45'00"E 527.18' I L-15 N 16°52'45"E 252.21' NOTES: I L-16 N 27°23'36"W 7.04' 1. A LEGAL DESCRIPTION OF SAME DATE HEREWITH ACCOMPANIES THIS PLAT. I L-17 N 27°23'36"W 67.14' 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS STATE PLANE I L-18 N 00°51'15"W 390.36' COORDINATE SYSTEM, NAD-83(2011), NORTH CENTRAL ZONE (4202). ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE ADJUSTMENT I L-19 N 89`08'45"E 30.00' FACTOR OF 1.00012. I L-20 S 00°51'15"E 450.42' FoRTWOUH City o f Fort worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN PARCEL NO. 1 PWE I CoFW Project No. 104940-2 PERMANENT WATER EASEMENT OWNER: MERITAGE HOMES OF TEXAS LLC & GRBK EDGEWOOD LLC SURVEY: T. HICKS SURVEY, ABSTRACT NO. 1818 SURVEY: W.E. BOSWELL SURVEY, ABSTRACT NO. 1852 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: PART 1 46,816 SQ. FT. OR 1.075 ACRES ACQUISITION AREA: PART 11 12,612 SQ. FT. OR 0.290 ACRES WHOLE PROPERTY ACREAGE: APPROXIMATELY 147.555 ACRES (PER DEED) JOB No. KHA_2401.00 I DRAWN BY: PRL I CAD FILE: P1 PWE.DWG DATE: AUGUST 08, 2024 EXHIBIT B PAGE 8 OF 8 SCALE: 1 "=400' GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 RICHARD KENNEDY Lr REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 817-496-1424 FAX 817-496-1768 Lot Report Fri Aug 02 10:14:18 2024 Lot File: \\gainas04\Active\ProductionO4\KHA_2401.00 - CoFW Northside III Water Main\SURVEY\CAD\LOT\PARCELS.Iot Lot: P 1 PWE PART I Bearing Distance Radius Length Delta N 18014'11" W 100.11 1382.92 100.14 4008'55" N 00047'58" W 226.75 N 00040'20" W 207.15 N 07035'32" E 284.44 N 16053'17" E 379.68 N 05025'38" E 203.29 N 05049'22" W 112.66 N 17005'31" W 37.26 N 02003'35" W 115.67 1400.00 115.70 4044'06" S 17005'31" E 151.93 S 05049'22" E 118.58 S 05025'38" W 209.26 S 16053'17" W 380.25 S 07035'32" W 279.83 S 00045'00" E 527.18 Closure Error Distance> 0.0085 Error Bearing> N 174F36" W Closure Precision> 1 in 391056.4 Total Distance> 3334.11 46816 SQ. FT. 1.075 ACRES Bearing Distance Radius Length Delta file:///gainas04/... A 2401.00%20%20CoFW%20Northside%20III%20Water%20Main/SURVEY/CAD/LOT/PI%20PWE%20PART%20Ltxt[8/8/2024 8:13:44 AM] Lot Report Fri Aug 02 10:16:45 2024 Lot File: \\gainas04\Active\ProductionO4\KHA_2401.00 - CoFW Northside III Water Main\SURVEY\CAD\LOT\PARCELS.Iot Lot: P2 PWE PART II Bearing Distance N 27023'36" W 67.14 N 00051'15" W 390.36 N 89008'45" E 30.00 S 00051'15" E 450.42 Closure Error Distance> 0.0055 Error Bearing> S 11'47'39" W Closure Precision> 1 in 169465.6 Total Distance> 937.92 12612 SQ. FT. 0.290 ACRES Bearing Distance file:///gainas04/... A 2401.00%20%20CoFW%20Northside%20III%20Water%20Main/SURVEY/CAD/LOT/PI%20PWE%20PART%201Ltxt[8/8/2024 8:13:53 AM] EXHIBIT "A" NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 104940-2; PARCEL ID NO. 1.A TEMPORARY CONSTRUCTION EASEMENT T. HICKS SURVEY, ABSTRACT No. 1818 TEXAS AND PACIFIC RAILWAY COMPANY SURVEY, ABSTRACT NO. 1568 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a temporary construction easement situated in the T. Hicks Survey, Abstract No. 1818 and Texas and Pacific Railway Company Survey, Abstract No. 1568, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land conveyed to the Meritage Homes of Texas LLC & GRBK Edgewood LLC as recorded in Instrument No. D221239778 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found in the west salient corner of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the southeast corner of a tract of land conveyed to the City of Fort Worth as recorded in Instrument No. D219178556 of said Official Public Records of Tarrant County, Texas; THENCE North 27 degrees 50 minutes 40 seconds West, with the southwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the northeast line of said tract of land conveyed to the City of Fort Worth, a distance of 280.69 feet to a 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING" found for corner, said 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING" being the beginning of a curve to the right, having a radius of 1,382.92 feet, a delta of 00 degrees 57 minutes 15 seconds and whose chord bears North 25 degrees 45 minutes 59 seconds West, a chord distance of 23.03 feet; THENCE Northeasterly, with the southwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the northeast line of said tract of land conveyed to the City of Fort Worth, an arc distance of 23.03 feet to a calculated point for the POINT OF BEGINNING, said calculated point having grid coordinates of N=7,017,955.25 and E=2,296,983.46, said calculated point being the beginning of a curve to the right, having a radius of 1,382.92 feet, a delta of 04 degrees 58 minutes 42 seconds and whose chord bears North 22 degrees 48 minutes 00 seconds West, a chord distance of 120.12 feet; THENCE Northwesterly, with the southwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the northeast line of said tract of land conveyed to the City of Fort Worth, an arc distance of 120.16 feet to a calculated point for corner; THENCE North 00 degrees 45 minutes 00 seconds West, a distance of 527.18 feet to a calculated point for corner; Exhibit A Page 1 of 7 THENCE North 07 degrees 35 minutes 32 seconds East, a distance of 279.83 feet to a calculated point for corner; THENCE North 16 degrees 53 minutes 17 seconds East, a distance of 380.25 feet to a calculated point for corner; THENCE North 05 degrees 25 minutes 38 seconds East, a distance of 209.26 feet to a calculated point for corner; THENCE North 05 degrees 49 minutes 22 seconds West, a distance of 118.58 feet to a calculated point for corner; THENCE North 17 degrees 05 minutes 31 seconds West, a distance of 151.93 feet to a calculated point for corner in the west line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the east line of a tract of land conveyed to Eagle Mountain Saginaw Independent School District as described in Tract 2 as recorded in Instrument No. D207451969 of said Official Public Records Tarrant County, Texas, said calculated point being the beginning of a curve to the left, having a radius of 1,400.00 feet, a delta of 22 degrees 57 minutes 56 seconds and whose chord bears North 15 degrees 54 minutes 36 seconds West, a chord distance of 557.41 feet; THENCE Northwesterly, with the west line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the east line of said Tract 2, an arc distance of 561.16 feet to a calculated point for corner; THENCE North 27 degrees 23 minutes 36 seconds West, with the west line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the east line of said Tract 2, a distance of 7.04 feet to a calculated point for corner; THENCE North 00 degrees 51 minutes 16 seconds West, a distance of 450.28 feet to a calculated point for corner in the north line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the south line of W. Bonds Ranch Road (120.0' right-of-way); THENCE North 89 degrees 24 minutes 47 seconds East, with the north line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and said south line of said W. Bonds Ranch Road, a distance of 45.00 feet to a calculated point for corner; THENCE South 00 degrees 51 minutes 15 seconds East, a distance of 474.38 feet to a calculated point for corner; Exhibit A Page 2 of 7 THENCE South 16 degrees 57 minutes 15 seconds East, a distance of 684.68 feet to a calculated point for corner; THENCE South 05 degrees 49 minutes 22 seconds East, a distance of 127.45 feet to a calculated point for corner; THENCE South 05 degrees 25 minutes 38 seconds West, a distance of 218.21 feet to a calculated point for corner; THENCE South 16 degrees 53 minutes 17 seconds West, a distance of 381.11 feet to a calculated point for corner; THENCE South 07 degrees 35 minutes 32 seconds West, a distance of 272.92 feet to a calculated point for corner; THENCE South 00 degrees 40 minutes 20 seconds East, a distance of 201.65 feet to a calculated point for corner; THENCE South 00 degrees 47 minutes 58 seconds East, a distance of 433.55 feet to the POINT OF BEGINNING, and containing 110,294 square feet or 2.532 acres of land, more or less; Exhibit A Page 3 of 7 Notes: 1.) A plat of the 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 utilizing a surface adjustment factor of 1.00012. * SURVEYOR'S CERTIFICATE * TO ALL PARTIES INTERESTED IN TITLE TO THE PREMISES SURVEYED, I DO HEREBY CERTIFY THAT THE ABOVE LEGAL DESCRIPTION WAS PREPARED FROM PUBLIC RECORDS AND FROM AN ACTUAL AND ACCURATE SURVEY UPON THE GROUNDS AND THAT SAME IS TRUE AND CORRECT. Date: August 08, 2024 0 F T RICHARD KENNEDY 5527 �r P. Richard Kennedy Registered Professional Land Surveyor No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 4 of 7 N 400 200 0 400 SCALE IN FEET so?N s N�cK� N° g1 A85� R AC EXHIBIT "B " PARCEL No. /.A TCE D � EX Ps 'NO N ?N Y SVRv�68 CDM P� N°' 15 Pgs, R TRACT 2 EAGLE MOUNTAIN SAGINAW INDEPENDENT SCHOOL DISTRICT INST. NO. D207451969 O.P.R.T.C.T. SEE DETAIL A CITY OF FORT WORTH INSTRUMENT NO. D219178556 0.P.R.T.C.T. E• 6�SWEN°' 1552 W . P85�Rp,C FoRTWORTH City PAGE 6 OF 7 PAGE 5 OF 7 L-7 �j� 1� L-13 LO r, Z� r, MERITAGE HOMES OF TEXAS LLC -i I & GRBK EDGEWOOD LLC INSTRUMENT NO. D221239778 O.P.R.T.C.T. �V P. 0. B. 1 I I > rI GRID COORDINATE N=7,017,955.25 Q:� Z) I I08 E=2,296,983.46 N 6 y� I 0 Z 5/8"CIRF SHIELD ENGINEERING C-1— �P.0.C. FIND. 5/8"I R l TRACT III CHAPEL HILL WEST LLC INSTRUMENT NO. D218219520 O.P.R.T.C.T. Q I-- 12U O Q (/7 •m m Q of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN PARCEL NO. 1.A TCE CoFW Project No. 104940-2 TEMPORARY CONSTRUCTION EASEMENT OWNER: MERITAGE HOMES OF TEXAS LLC & GRBK EDGEWOOD LLC SURVEY: T. HICKS SURVEY, ABSTRACT NO. 1818 SURVEY: TEXAS AND PACIFIC RAILWAY COMPANY SURVEY, ABSTRACT NO. 1568 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 110,294 SQ. FT. OR 2.532 ACRES WHOLE PROPERTY ACREAGE: APPROXIMATELY 147.555 ACRES (PER DEED) JOB No. KHA_2401.00 DRAWN BY: PRL CAD FILE: P1.A TCE.DWG DATE: AUGUST 08, 2024 EXHIBIT B PAGE 4 OF 6 SCALE: 1 "=400' GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 RICHARD KENNEDY v REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 817-496-1424 FAX 817-496-1768 I I JI I I I� IJ `1 I a 5/8"CIRF A ENGIN DETAIL "A" NOT TO SCALE EXHIBIT "B " PARCEL No. /.A TICE I I �I I� JI I; \ I IJ �I � \N DETAIL "B" NOT TO SCALE A N 400 200 0 400 SCALE IN FEET N� P P PSo EL A� Mp N\S R '\,.Ro `( ME p Ao\ P\ANC SURv64� C85 RPCl N° ' A W. BONDS RANCH ROAD (120.0' RIGHT—OF—WAY) L-10 IL _ — t q- — — ! 4 AS 01) URVEY SEE LWA� 000pA56$ DETAIL "B'� pTRACT 2 Po\F\o ABslP, N EAGLE MOUNTAIN SAGINAW INDEPENDENT SCHOOL DISTRICT L-8 INST. NO. D207451969 O.P.R.T.C.T. �1 II (0I I, \I I PAGE 6OF7 PAGE 5OF7 MERITAGE HOMES OF TEXAS LLC & GRBK EDGEWOOD LLC \ INSTRUMENT NO. D221239778 C-A j O.P.R.T.C.T. w1\ N ForrWORTH City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN PARCEL NO. 1.A TCE CoFW Project No. 104940-2 `P; G�srFRF•:f� TEMPORARY CONSTRUCTION EASEMENT ? e ; OWNER: MERITAGE HOMES OF TEXAS LLC & GRBK EDGEWOOD LLC RICHARD KENNE_DY SURVEY: T. HICKS SURVEY, ABSTRACT NO. 1818 SURVEY: TEXAS AND PACIFIC RAILWAY COMPANY SURVEY, ABSTRACT NO. 1568 <';°S, 5527 Q�d� � • LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 110,294 SQ. Fr. OR 2.532 ACRES ti '' ••.... UR�� WHOLE PROPERTY ACREAGE: APPROXIMATELY 147.555 ACRES (PER DEED) RICHARD KEN DYT JOB No. KHA_2401.00 I DRAWN BY: PRL CAD FILE: P1.A TCE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: AUGUST 08, 2024 EXHIBIT B PAGE 5 OF 6 SCALE: 1 "=400' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, NC. • 2800 N.E. LOOP 820, S.660 FORT WORTH, TX. 76137 8 7-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. /.A TCE LEGEND ® SET MONUMENTATION (SIZE AND TYPE NOTED) • FND MONUMENTATION (SIZE AND TYPE NOTED) O CALCULATED POINT PARCEL No. 1.A TEMPORARY CONSTRUCTION — — PROPERTY/RIGHT—OF—WAY LINE EASEMENT LOCATION EXISTING EASEMENT LINE ---------- PROPOSED EASEMENT LINE t SURVEY/ABSTRACT LINE SUBJECT TRACT & LOCATION OF EASEMENT LINE TABLE I LINE BEARING DISTANCE I L-1 N 27°50'40"W 280.69' I L-2 N 00'45'00"W 527.18' I L-3 N 07.35'32"E 279.83' I L-4 N 16°53' 17"E 380.25' I L-5 N 05"25'38"E 209.26' I L-6 N 05.49'22"W 118.58' I CURVE TABLE I I L-7 N 17'05'31 "W 151.93' I I CURVE RADIUS DELTA CHORD BEARING CHORD ARC I I L-8 N 27.23'36"W 7.04' I C-1 1,382.92' 00*57'15" N 25.45'59"W 23.03' 23.03' I I L-9 N 00°51'16"W 450.28' I C-2 1,382.92' 04°58'42" N 22'48'00"W 120.12' 120.16' I I L-10 N 89"24'47"E 45.00' I C-3 1,400.00' 22'57'56" N 15'54'36"W 557.41' 561.16' I I L-11 S 00*51'15"E 474.38' I I L-12 S 16°57' 15"E 684.68' I I L-13 S 05"49'22"E 127.45' I NOTES: I L-14 S 05°25'38"W 218.21' I 1. A LEGAL DESCRIPTION OF SAME DATE HEREWITH ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS STATE PLANE I L-15 S 16'53' 17"W 381.1 1 ' I COORDINATE SYSTEM, NAD-83(2011), NORTH CENTRAL ZONE (4202). ALL I L-16 S 07'35'32"W 272.92' I DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE ADJUSTMENT I L-17 S 00'40'20"E 201.65' I FACTOR OF 1.00012. I L-18 S 00'47'58"E 433.55' I FoRTWOUH City o f Fort worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54—INCH WATER TRANSMISSION MAIN of PARCEL NO. 1.A TCE I CoFW Project No. 104940-2 `Q TEMPORARY CONSTRUCTION EASEMENT ; � OWNER: MERITAGE HOMES OF TEXAS LLC & GRBK EDGEWOOD LLC _........ _... "�_----- RICHARD KENNEDY SURVEY: T. HICKS SURVEY, ABSTRACT NO. 181855 -- �- SURVEY: W.E. BOSWELL SURVEY, ABSTRACT NO. 1852 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ''••••.....• ACQUISITION AREA: 110,294 SQ. FT. OR 2.532 ACRES WHOLE PROPERTY ACREAGE: APPROXIMATELY 147.555 ACRES (PER DEED) RICHARD KENNEDY JOB No. KHA_2401.00 I DRAWN BY: PRL I CAD FILE: P1.A TCE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: AUGUST 08, 2024 EXHIBIT B PAGE 6 OF 6 SCALE: 1 "=400' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 817-496-1424 FAX 817-496-1768 Lot Report Mon Aug 05 13:42:38 2024 Lot File: \\gainas04\Active\ProductionO4\KHA_2401.00 - CoFW Northside III Water Main\SURVEY\CAD\LOT\PARCELS.Iot Lot: P LA TCE Bearing Distance Radius Length Delta N 22048'00" W 120.12 1382.92 120.16 4058'42" N 00045'00" W 527.18 N 07035'32" E 279.83 N 16053'17" E 380.25 N 05025'38" E 209.26 N 05049'22" W 118.58 N 17005'31" W 151.93 N 15054'36" W 557.41 1400.00 561.16 22057'56" N 27023'36" W 7.04 N 00051' 16" W 450.28 N 89024'47" E 45.00 S 00051'15" E 474.38 S 16057'15" E 684.68 S 05049'22" E 127.45 S 05025'38" W 218.21 S 16053'17" W 381.11 S 07035'32" W 272.92 S 00040'20" E 201.65 S 00047'58" E 433.55 Closure Error Distance> 0.0135 Error Bearing> N 04022'51" W Closure Precision> 1 in 418337.8 Total Distance> 5644.63 110294 SQ. FT. 2.532 ACRES Bearing Distance Radius Length Delta file:///gainas04/... oduction04/KHA_2401.00%20-%2OCoFW%2ONorthside%20I1I%2OWater%2OMain/SURVEY/CAD/LOT/Pl.A%20TCE.txt[8/8/2024 8:17:58 AM] EXHIBIT "A" NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 104940-2; PARCEL ID NO. 2 PERMANENT WATER EASEMENT W.E. BOSWELL SURVEY, ABSTRACT NO. 1852 JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 B. THOMAS SURVEY, ABSTRACT NO. 1497 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a permanent water easement situated in the W.E. Boswell Survey, Abstract No. 1852, Josiah N. Reed Survey, Abstract No. 1362 and B. Thomas Survey, Abstract No. 1497, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land conveyed to Chapel Hill West LLC described as Tract III as recorded in Instrument No. D218219520 of the Official Public Records of Tarrant County, Texas, and also being a portion of a tract of land conveyed to Chapel Hill West LLC described as Tract I as recorded in Instrument No. D218219520 of said Official Public Records of Tarrant County, Texas, said permanent water easement being more particularly described by metes and bounds as follows: BEGINNING at a calculated point for corner in the north line of said Tract III and the south line of a tract of land conveyed to the City of Fort Worth as recorded in Instrument No. D219178556 of said Official Public Records of Tarrant County, Texas, from which a 3/4 inch iron rod found for the northwest corner of said Tract III and the southwest corner of said tract of land conveyed to the City of Fort Worth bears South 89 degrees 33 minutes 32 seconds West, a distance of 2,889.04 feet, said calculated point having grid coordinates of N=7,017,695.71 and E=2,296,912.24; THENCE North 89 degrees 33 minutes 32 seconds East, with the north line of said Tract III and the south line of said tract of land conveyed to the City of Fort Worth, a distance of 30.00 feet to a calculated point for corner, from which a 5/8 inch iron rod found for the southeast corner of said tract of land conveyed to the City of Fort Worth, said 5/8 inch iron rod found in the north line of said Tract III and bears North 89 degrees 33 minutes 32 seconds East, a distance of 182.35 feet; THENCE South 00 degrees 47 minutes 58 seconds East, a distance of 698.43 feet to a calculated point for corner; THENCE South 03 degrees 00 minutes 17 seconds East, a distance of 82.09 feet to a calculated point for corner; THENCE South 05 degrees 13 minutes 42 seconds East, a distance of 1,513.37 feet to a calculated point for corner; Exhibit A Page 1 of 7 THENCE North 84 degrees 57 minutes 07 seconds East, a distance of 185.06 feet to a calculated point for corner; THENCE North 84 degrees 56 minutes 16 seconds East, a distance of 107.16 feet to a calculated point for corner; THENCE South 84 degrees 30 minutes 20 seconds East, a distance of 146.57 feet to a calculated point for corner; THENCE South 73 degrees 47 minutes 32 seconds East, a distance of 650.34 feet to a calculated point for corner; THENCE North 82 degrees 24 minutes 28 seconds East, a distance of 52.84 feet to a calculated point for corner; THENCE North 37 degrees 24 minutes 28 seconds East, a distance of 7.56 feet to a calculated point for corner; THENCE South 52 degrees 35 minutes 32 seconds East, a distance of 25.00 feet to a calculated point for corner; THENCE South 37 degrees 24 minutes 28 seconds West, a distance of 17.91 feet to a calculated point for corner; THENCE South 82 degrees 24 minutes 28 seconds West, a distance of 68.47 feet to a calculated point for corner; THENCE North 73 degrees 47 minutes 32 seconds West, a distance of 653.26 feet to a calculated point for corner; THENCE North 84 degrees 30 minutes 20 seconds West, a distance of 141.92 feet to a calculated point for corner; THENCE South 84 degrees 56 minutes 16 seconds West, a distance of 104.86 feet to a calculated point for corner; THENCE South 84 degrees 57 minutes 07 seconds West, a distance of 184.98 feet to a calculated point for corner; THENCE South 05 degrees 13 minutes 42 seconds East, passing at a distance of 325.86 feet to the south line of said Tract III and the north line of said Tract I, in all, a total distance of 820.58 feet to a calculated point for corner in south line of said Tract I and the north line of a tract of land conveyed to Texas Electric Service Company as recorded in Volume 2542, Page 1 of the Deed Records of Tarrant County, Texas, from which a 5/8 inch iron rod found bears South 78 degrees 01 minutes 41 seconds East, a distance of 440.79 feet; Exhibit A Page 2 of 7 THENCE North 78 degrees 01 minutes 41 seconds West, with the south line of said tract of land conveyed to Chapel Hill West LLC, and the north line of said tract of land conveyed to Texas Electric Service Company, a distance of 31.40 feet to a calculated point for corner; THENCE North 05 degrees 13 minutes 42 seconds West, a distance of 862.07 feet to a calculated point for corner; THENCE South 84 degrees 46 minutes 19 seconds West, a distance of 72.72 feet to a calculated point for corner; THENCE South 76 degrees 31 minutes 19 seconds West, a distance of 105.49 feet to a calculated point for corner; THENCE North 13 degrees 28 minutes 41 seconds West, a distance of 25.00 feet to a calculated point for corner; THENCE North 76 degrees 31 minutes 19 seconds East, a distance of 107.29 feet to a calculated point for corner; THENCE North 84 degrees 46 minutes 19 seconds East, a distance of 74.52 feet to a calculated point for corner; THENCE North 05 degrees 13 minutes 42 seconds West, a distance of 1,463.17 feet to a calculated point for corner; THENCE North 03 degrees 00 minutes 17 seconds West, a distance of 83.25 feet to a calculated point for corner; THENCE North 00 degrees 47 minutes 58 seconds West, a distance of 699.19 feet to the POINT OF BEGINNING, and containing 127,594 square feet or 2.929 acres of land, more or less. Exhibit A Page 3 of 7 Notes: 1.) A plat of the 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 utilizing a surface adjustment factor of 1.00012. * SURVEYOR'S CERTIFICATE * TO ALL PARTIES INTERESTED IN TITLE TO THE PREMISES SURVEYED, I DO HEREBY CERTIFY THAT THE ABOVE LEGAL DESCRIPTION WAS PREPARED FROM PUBLIC RECORDS AND FROM AN ACTUAL AND ACCURATE SURVEY UPON THE GROUNDS AND THAT SAME IS TRUE AND CORRECT. Date: July 30, 2024 Revised Date: August 21, 2024 Revised Date: August 22, 2024 OF RICHARD KENNEDY 5527 SUR�� _111� L") --- Richard Kennedy Registered Professional Land Surveyor No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 4 of 7 so?'No a EXHIBIT "B " N�CKs o 1PARCEL No. 2 PWE NpM ps • jRAC� N $1 CITY OF FORT WORTH Q VE P85 t—INSTRUMENT NO..19178556 � v • s sO C.T. L-1 n'QVg` S 89'33'32"W 2,889.04' ND. 5/8IR N IB — ' s_�% 1 I No • 1 FIND. 3/4"IR-Y I L-2 II P.O.B. GRID COORDINATE \ MERITAGE HOMES OF TEXAS LLC & N=7,017,695.71 I I \ GRBK DW DOD 12 9 INSTRUMENTNO778 E=2,296,912.24 I 1 0 O.P.R.T.C.T. 00 co soR E• BpS��N°• 1a52 C'I 1 0 \ell W• P85l R Apt Z I I N \ II L-22�,/—L-3 TRACT III CHAPEL HILL WEST LLC INSTRUMENT NO. D218219520 O.P.R.T.C.T. z11N I \\ �110 (A 1�n (A N I I 300 150 0 300 PAGE 4 OF 6 SCALE IN FEET REVISED DATE: AUGUST 22, 2024 PAGE 5 O F 6 REVISED DATE: AUGUST 21, 2024 ORT WORT City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN PARCEL NO. 2 PWE CoFW Project No. 104940-2 PERMANENT WATER EASEMENT OWNER: CHAPEL HILL WEST LLC SURVEY: W.E. BOSWELL SURVEY, ABSTRACT NO. 1852 SURVEY: JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 SURVEY: B. THOMAS SURVEY, ABSTRACT NO. 1497 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 127,594 SQ. FT. OR 2.929 ACRES WHOLE PROPERTY ACREAGE: APPROXIMATELY 830.65 ACRES (CALCULATED) JOB No. KHA_2401.00 DRAWN BY: PRL CAD FILE: P2 PWE_R02.DWG DATE: JULY 30, 2024 1 EXHIBIT B PAGE 5 OF 7 SCALE: 1 "=300' GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 RICHARD KENNEDY v REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PAGE 4 OF 6 PARCEL No. 2 PWE PAGE 5 OF 6 0 i0 NI I.0 S S IN SNOMp, o �49 OSWg�� S�g52 -I I� I NIBS 'A'01 N W. E. g A0l N� w I 1 w g PgS� R L-21 11 J L-20 h I- S E E L-4 L-S�>- L=6 DETAIL "A" r �� _ _ _ L-19 -- r Y L-14 JL-13 L-12 3- J . 32 E L-18 Z v7 \ 650 CHAPELHILL III WEST LLC L-17 o I 1 o I N 73.4j32 \ \34'\ INSTRUMENT NO. D218219520Ln I I O.P.R.T.C.T. L 1 1 W N11N I 1 t 00 ► , NO PASSING AT 325.86' �P� N• R�NO 362 OI I01 TRACT 1 CHAPEL HILL WEST LLC S _ pgS�R I I INSTRUMENT NO. D218219520 O.P.R.T.C.T. _ 11 TEXAS ELECTRIC SERVICE COMPANY VOLUME 6865, PAGE 414 D.R.T.C.T. L-16 FND. 5/8"IR TEXAS ELECTRIC SERVICE COMPANY _ VOLUME 2542, PAGE 1 300 150 0 300 D.R.T.C.T. SCALE IN FEET REVISED DE: AUGUST 22, 2024 REVISED DATE: AUGUST 21, 2024 ForrWORTH City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 I�vf/)i4114 fvoI]iwi/mivmItTrAvi WATER TRANSMISSION MAIN PARCEL NO. 2 PWE CoFW Project No. 104940-2 `� OF PERMANENT WATER EASEMENT Al Q:G�STFRF : f� OWNER: CHAPEL HILL WEST LLC _------------- SURVEY: W.E. BOSWELL SURVEY, ABSTRACT NO. 1852 RICHARD �KENNEDY SURVEY: JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 SURVEY: B. THOMAS SURVEY, ABSTRACT NO. 1497 <';°S, 5527 Q�d� � � �'cESS\���-� LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS '' ••.... ACQUISITION AREA: 127,594 SQ. FT. OR 2.929 ACRES uR�F. WHOLE PROPERTY ACREAGE: APPROXIMATELY 830.65 ACRES (CALCULATED) RD JOB No. KHAREGISTERED DRAWN BY: PRL CAD FILE: P2 PWE_R02.DWG R NEDY GIST KENERED PROFESSIONAL LAND SURVEYOR DATE: JULY 30, 2024 1 EXHIBIT B PAGE 6 OF 7 SCALE: 1 "=300' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 2 PWE LEGEND ® SET MONUMENTATION (SIZE AND TYPE NOTED) 0 FND MONUMENTATION (SIZE AND TYPE NOTED) O CALCULATED POINT — — PROPERTY/RIGHT—OF—WAY LINE — — — EXISTING EASEMENT LINE ---------- PROPOSED EASEMENT LINE t SURVEY/ABSTRACT LINE �s\373� 2" L— f 7 2,52V 2 V L-11 DETAIL "A" NOT TO SCALE LINE TABLE LINE BEARING DISTANCE L-1 N 89"33'32"E 30.00' L-2 N 89`33'32"E 182.35' \ L-3 S 03°00' 17"E 82.09' L-4 N 84°57'07"E 185.06' L-5 N 84°56' 16"E 107.16' I L-6 S 84°30'20"E 146.57' PARCEL No. 2 PERMANENT WATER I L-7 N 82`24'28"E 52.84' EASEMENT LOCATION I L-8 N 37°24'28"E 7.56' L-9 S 52°35'32"E 25.00' L-10 S 37°24'28"W 17.91' L-11 S 82°24'28"W 68.47' L-12 N 84`30'20"W 141.92' SUBJECT TRACT & I L-13 S 84°56'16"W 104.86' LOCATION OF EASEMENT L-14 S 84°57'07"W 184.98' I L-15 S 78°01'41 "E 440.79' NOTES: 1. A LEGAL DESCRIPTION OF SAME DATE HEREWITH ACCOMPANIES THIS PLAT. I L-1 6 N 78'01'41 "W 31.40' I 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS STATE PLANE I L-17 S 84"46'19"W 72.72' I COORDINATE SYSTEM, NAD-83(201 1), NORTH CENTRAL ZONE (4202). ALL I L-18 S 76*31 "1 9"W 105.49' I DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE ADJUSTMENT I L-19 N 13*28'41 "W 25.00' I FACTOR OF 1.00012. I L-20 N 76`31'19"E 107.29' I I L-21 N 84"46'19"E 74.52' I REVISED DATE: AUGUST 22, 2024 I L-22 N 03`00' 17"W 83.25' I REVISED DATE: AUGUST 21, 2024 FoRTWORTH City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN PARCEL NO. 2 PWE I CoFW Project No. 104940-2 PERMANENT WATER EASEMENT OWNER: CHAPEL HILL WEST LLC SURVEY: W.E. BOSWELL SURVEY, ABSTRACT NO. 1852 SURVEY: JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 SURVEY: B. THOMAS SURVEY, ABSTRACT NO. 1497 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 127,594 SQ. FT. OR 2.929 ACRES WHOLE PROPERTY ACREAGE: APPROXIMATELY 830.65 ACRES (CALCULATED) JOB No. KHA-2401.00 I DRAWN BY: PRL I CAD FILE: P2 PWE—R02.DWG DATE: JULY 30, 2024 EXHIBIT B PAGE 7 OF 7 SCALE: 1 "=300' GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 RICHARD KENNEDY Lr REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 817-496-1424 FAX 817-496-1768 Lot Report Tue Aug 20 17:41:51 2024 Lot File: \\gainas04\Active\ProductionO4\KHA_2401 Main\SURVEY\CAD\LOT\PARCELS.Iot Lot: P2 PWE_RO1 Bearing Distance N 89033'32" E 30.00 S 00047'58" E 698.43 S 03 °00' 17" E 82.09 S 05013'42" E 1513.37 N 84057'07" E 185.06 N 84056'16" E 107.16 S 84030'20" E 146.57 S 73047'32" E 650.34 N 82024'28" E 52.84 N 37024'28" E 7.56 S 52035'32" E 25.00 S 37024'28" W 17.91 S 82024'28" W 68.47 N 73047'32" W 653.26 N 84030'20" W 141.92 S 84056'16" W 104.86 S 84057'07" W 184.98 S 05013'42" E 820.58 N 78001'41" W 31.40 N 05013'42" W 862.07 S 84046'19" W 72.72 S 76031'19" W 105.49 00 - CoFW Northside III Water N 13028'41" W 25.00 N 76031' 19" E 107.29 N 84046' 19" E 74.52 N 05013'42" W 1463.17 N 03000'17" W 83.25 N 00047'58" W 699.19 Closure Error Distance> 0.0116 Error Bearing> N 32034'38" E Closure Precision> 1 in 778381.8 Total Distance> 9014.54 127594 SQ. FT. 2.929 ACRES Bearing Distance file:///gainas04/... ion04/KHA 2401.00%20%20CoFW%20Northside%20I1I%2OWater%2OMain/SURVEY/CAD/LOT/P2%20PWE rOLtxt[8/22/2024 10:21:38 AM] EXHIBIT "A" NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 104940-2; PARCEL ID NO. 2.A TEMPORARY CONSTRUCTION EASEMENT W.E. BOSWELL SURVEY, ABSTRACT NO. 1852 JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 B. THOMAS SURVEY, ABSTRACT NO. 1497 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a temporary construction easement situated in the W.E. Boswell Survey, Abstract No. 1852, Josiah N. Reed Survey, Abstract No. 1362 and B. Thomas Survey, Abstract No. 1497, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land conveyed to Chapel Hill West LLC described as Tract III as recorded in Instrument No. D218219520 of the Official Public Records of Tarrant County, Texas, and also being a portion of a tract of land conveyed to Chapel Hill West LLC described as Trat I as recorded in Instrument No. D218219520 of said Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a calculated point in the north line of said Tract III and the south line of a tract of land conveyed to the City of Fort Worth as recorded in Instrument No. D219178556 of said Official Public Records of Tarrant County, Texas, from which a 3/4 inch iron rod found for the northwest corner of said Tract III and the southwest corner of said tract of land conveyed to the City of Fort Worth bears South 89 degrees 33 minutes 32 seconds West, a distance of 2,919.04 feet, said calculated point having grid coordinates of N=7,017,695.94 and E=2,296,942.24; THENCE North 89 degrees 33 minutes 32 seconds East, with the north line of said Tract III and the south line of said tract of land conveyed to the City of Fort Worth, a distance of 45.00 feet to a calculated point for corner, from which a 5/8 inch iron rod found for the southeast corner of said tract of land conveyed to the City of Fort Worth, said 5/8 inch iron rod found being in the north line of said Tract III, bears North 89 degrees 33 minutes 32 seconds East, a distance of 137.35 feet; THENCE South 00 degrees 47 minutes 58 seconds East, a distance of 697.28 feet to a calculated point for corner; THENCE South 03 degrees 00 minutes 17 seconds East, a distance of 80.36 feet to a calculated point for corner; THENCE South 05 degrees 13 minutes 45 seconds East, a distance of 1,487.62 feet to a calculated point for corner; Exhibit A Page 1 of 6 THENCE North 84 degrees 56 minutes 45 seconds East, a distance of 249.56 feet to a calculated point for corner; THENCE South 84 degrees 30 minutes 20 seconds East, a distance of 152.16 feet to a calculated point for corner; THENCE South 73 degrees 47 minutes 32 seconds East, a distance of 646.83 feet to a calculated point for corner; THENCE North 82 degrees 24 minutes 28 seconds East, a distance of 22.37 feet to a calculated point for corner; THENCE South 64 degrees 27 minutes 48 seconds East, a distance of 36.06 feet to a calculated point for corner; THENCE South 37 degrees 24 minutes 28 seconds West, a distance of 7.56 feet to a calculated point for corner; THENCE South 82 degrees 24 minutes 28 seconds West, a distance of 52.84 feet to a calculated point for corner; THENCE North 73 degrees 47 minutes 32 seconds West, a distance of 650.34 feet to a calculated point for corner; THENCE North 84 degrees 30 minutes 20 seconds West, a distance of 146.57 feet to a calculated point for corner; THENCE South 84 degrees 56 minutes 45 seconds West, a distance of 247.20 feet to a calculated point for corner; THENCE South 05 degrees 13 minutes 36 seconds East, passing at a distance of 354.97 feet the south line of said Tract III and the north line of said Tract I, in all, a total distance of 859.37 feet to a calculated point for corner, in the south line of said Tract III and north line of said tract of land conveyed to Texas Electric Service Company, from which a 5/8 inch iron rod found bears South 78 degrees 01 minutes 41 seconds East, a distance of 393.68 feet; THENCE North 78 degrees 01 minutes 41 seconds West, with south line of said Tract III and the north line of said tract of land conveyed to Texas Electric Service Company, a distance of 47.11 feet to a calculated point for corner; THENCE North 05 degrees 13 seconds 42 seconds West, a distance of 846.36 feet to a calculated point for corner; THENCE South 84 degrees 46 minutes 19 seconds West, a distance of 100.91 feet to a calculated point for corner; Exhibit A Page 2 of 6 THENCE South 76 degrees 31 minutes 19 seconds West, a distance of 103.69 feet to a calculated point for corner; THENCE North 13 degrees 28 minutes 41 seconds West, a distance of 25.00 feet to a calculated point for corner; THENCE North 76 degrees 31 minutes 19 seconds East, a distance of 105.49 feet to a calculated point for corner; THENCE North 84 degrees 46 minutes 19 seconds East, a distance of 102.72 feet to a calculated point for corner; THENCE North 05 degrees 13 minutes 42 seconds West, a distance of 1,487.59 feet to a calculated point for corner; THENCE North 03 degrees 00 minutes 17 seconds West, a distance of 82.09 feet to a calculated point for corner; THENCE North 00 degrees 47 minutes 58 seconds West, a distance of 698.43 feet to the POINT OF BEGINNING, and containing 174,056 square feet or 3.996 acres of land, more or less of which 1,877 square feet lies within the limits of a permanent water easement described as Parcel No. 2 and said Parcel No. 2.A a temporary construction easement leaving a net area of 172,179 square feet or 3.953 acres of land more or less. Exhibit A Page 3 of 6 Notes: 1.) A plat of the 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 utilizing a surface adjustment factor of 1.00012. * SURVEYOR'S CERTIFICATE * TO ALL PARTIES INTERESTED IN TITLE TO THE PREMISES SURVEYED, I DO HEREBY CERTIFY THAT THE ABOVE LEGAL DESCRIPTION WAS PREPARED FROM PUBLIC RECORDS AND FROM AN ACTUAL AND ACCURATE SURVEY UPON THE GROUNDS AND THAT SAME IS TRUE AND CORRECT. Date: July 30, 2024 Revised Date: August 21, 2024 RICHARD KENNEDY 5527 \ o�P�O �•FEss •�, \ 1 SUR� Richard Kennedy Registered Professional Land Surveyor No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 4 of 6 so?'No $ EXHIBIT "B " N�pKs No AS A PARCEL No. 2.A TICE PgSjR�'p� INSTRUMENT NOR D219178556 g• SURv�3'32"W 2,' Gj O.P.R.T.C.T. L-1 NIB ,N S 89'3919.04FND. 5/8"IR P qg1 -=c — t— — € No• FND. 3/4"IR L-2 II P. O.B.rocco) I I \ MERITAGE HOMES OF TEXAS LLC & GRID COORDINATEI I-00 C4 INSTRUMENTDNO. DGEWO02D21239778 LLC N=7,017,695.94 GRBK E=2,296,942.24 I I O^i \ 0.P.R.T.C.T. CID 10 �I IW C)c �`� �N 85 Rp,C� No P 00I 100 I� I III svRv �� g I I g \ 1a52 ell ZIIN TRACT III CHAPEL HILL WEST LLC INSTRUMENT NO. D218219520 O.P.R.T.C.T. 300 150 0 300 SCALE IN FEET II II L-19 _4 �I I� II � II I \ \ Zol i N 0 rn oo NI I� �I I� s I Ib LTI �I IN PAGE 4OF6il ! REVISED DATE: AUGUST 21, 2024 PAGE 5OF6 ForrWORTH City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 I�vf/)i4114 fvoI]iwi/mivmItTrAvi WATER TRANSMISSION MAIN PARCEL NO. 2.A TCE CoFW Project No. 104940-2 `� OF TEMPORARY CONSTRUCTION EASEMENT `Q:G�SrFRF ; f� OWNER: CHAPEL HILL WEST LLC SURVEY: W.E. BOSWELL SURVEY, ABSTRACT NO. 1852 RICHARD �KENNEDY SURVEY: JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 SURVEY: B. THOMAS SURVEY, ABSTRACT NO. 1497 <';°S, 5527 Q�d� � � �'cESS\���-� LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS '' ••.... ACQUISITION AREA: 174,056 SQ. FT. OR 3.996 ACRES UR`I� WHOLE PROPERTY ACREAGE: APPROXIMATELY 830.65 ACRES (CALCULATED) RD JOB No. KHA_2401.00 DRAWN BY: PRL CAD FILE: P2.A TCE_R01.DWG R KENNEDY REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 30, 2024 1 EXHIBIT B PAGE 4 OF 6 SCALE: 1 "=300' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PAGE 4 OF 6 PARCEL No. 2.A TCE PAGE 5OF6 II vE� ,01 low R ��I I� J SVRVE LLSv w' w S g1 gO CWENo • 1 g52 N I I N I g �NOA No • 4 W • AgS�RP LIMITS OF PARCEL No. 2 I I m Pgs PERMANENT WATER EASEMENT L-18 SEE L-17 1 L_4 L_5 1 DETAIL " A" L-11 L-10 �347'32„ TRACT III L-16 L 5� ZI I N EERM LIMITSOF WA ER No. 2 Al j3,4j.32 E 6468\ CHAPEL HILL WEST LLC L-14 0 i i 0.8g0 34 V 1 y INSTRUMENT NO. D218219520 O.P.R.T.C.T. o 1 I w p-I Im I t t t t t ti 1► t i t ti � D I I PASSING AT 354.97' Ln REEg S 62 (A N• 13 iA ��S\PS RP`C� Np•at I I CHAPEL HILL EST LLC INSTRUMENT Ag I I O.P.R.T.C.T. TEXAS ELECTRIC SERVICE COMPANY VOLUME 6865, PAGE 414 D.R.T.C.T. L-13 FND. 5/8"IR �T TEXAS ELECTRIC SERVICE COMPANY 2542, 300 150 0 300 VOLUMED.R TC.T.PAGE 1 SCALE IN FEET REVISED DATE: AUGUST 21, 2024 ForrWORTH City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN PARCEL NO. 2.A TCE CoFW Project No. 104940-2 TEMPORARY CONSTRUCTION EASEMENT OWNER: CHAPEL HILL WEST LLC SURVEY: W.E. BOSWELL SURVEY, ABSTRACT NO. 1852 SURVEY: JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 SURVEY: B. THOMAS SURVEY, ABSTRACT NO. 1497 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 174,056 SQ. FT. OR 3.996 ACRES WHOLE PROPERTY ACREAGE: APPROXIMATELY 830.65 ACRES (CALCULATED) JOB No. KHA_2401.00 DRAWN BY: PRL CAD FILE: P2.A TCE—R01.DWG DATE: JULY 30, 2024 1 EXHIBIT B PAGE 5 OF 6 SCALE: 1 "=300' GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 RICHARD KENNEDY v REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 2.A TCE LEGEND ® SET MONUMENTATION (SIZE AND TYPE NOTED) • FND MONUMENTATION (SIZE AND TYPE NOTED) O CALCULATED POINT — — PROPERTY/RIGHT—OF—WAY LINE — — — EXISTING EASEMENT LINE ---------- PROPOSED EASEMENT LINE ! SURVEY/ABSTRACT LINE - \J PARCEL No. 2.A `��TEMPORARY CONSTRUC- EASEMENT LOCATION SUBJECT TRACT & LOCATION OF EASEMENT NOTES: 1. A LEGAL DESCRIPTION OF SAME DATE HEREWITH ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD-83(2011), NORTH CENTRAL ZONE (4202). ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE ADJUSTMENT FACTOR OF 1.00012. FoRTWORTH , , ` s 646 �'32„ � r 6S0,34 2'W ` -?- L-9 REVISED DATE: AUGUST 21. 2024 DETAIL "A" NOT TO SCALE LINE TABLE LINE BEARING DISTANCE L-1 N 89°33'32"E 45.00' L-2 N 89"33'32"E 137.35' L-3 S 03.00" 7"E 80.36' L-4 N 84°56'45"E 249.56' L-5 S 84"30'20"E 152.16' L-6 N 82°24'28"E 22.37' L-7 S 64"27'48"E 36.06' L-8 S 37°24'28"W 7.56' L-9 S 82°24'28"W 52.84' L-10 N 84°30'20"W 146.57' L-11 S 84"56'45"W 247.20' L-12 S 78"01 '41 "E 393.68' L-13 N 78°01'41 "W 47.11' L-14 S 84°46'19"W 100.91' L-15 S 76`31'19"W 103.69' L-16 N 13°28'41 "W 25.00' L-17 N 76°31'19"E 105.49' L-18 N 84°46'19"E 102.72' L-19 N 03'00'17"W 82.09' City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN PARCEL NO. 2.A TCE CoFW Project No. 104940-2 TEMPORARY CONSTRUCTION EASEMENT OWNER: CHAPEL HILL WEST LLC SURVEY: W.E. BOSWELL SURVEY, ABSTRACT NO. 1852 SURVEY: JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 SURVEY: B. THOMAS SURVEY, ABSTRACT NO. 1497 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 174,056 SQ. FT. OR 3.996 ACRES WHOLE PROPERTY ACREAGE: APPROXIMATELY 830.65 ACRES (CALCULATED) JOB No. KHA-2401.00 I DRAWN BY: PRL I CAD FILE: P2.A TCE-R01.DWG DATE: JULY 30, 2024 EXHIBIT B PAGE 6 OF 6 SCALE: 1 "=300' GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 RICHARD KENNEDY Lr REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 817-496-1424 FAX 817-496-1768 Lot Report Wed Aug 21 08:12:20 2024 Lot File: \\gainas04\Active\ProductionO4\KHA_2401.00 - CoFW Northside III Water Main\SURVEY\CAD\LOT\PARCELS.Iot Lot: P2.A TCE_RO1 Bearing Distance N 89033'32" E 45.00 S 00047'58" E 697.28 S 03000'17" E 80.36 S 05013'45" E 1487.62 N 84056'45" E 249.56 S 84030'20" E 152.16 S 73047'32" E 646.83 N 82024'28" E 22.37 S 64027'48" E 36.06 S 37024'28" W 7.56 S 82024'28" W 52.84 N 73047'32" W 650.34 N 84030'20" W 146.57 S 84056'45" W 247.20 S 05013'36" E 859.37 N 78001'41" W 47.11 N 05013'42" W 846.36 S 84046'19" W 100.91 S 76031' 19" W 103.69 N 13028'41" W 25.00 N 76031' 19" E 105.49 N 84046' 19" E 102.72 N 05013'42" W 1487.59 N 03000'17" W 82.09 N 00047'58" W 698.43 Closure Error Distance> 0.0180 Error Bearing> N 13003'28" W Closure Precision> 1 in 497794.5 Total Distance> 8980.50 174056 SQ. FT. 3.996 ACRES Bearing Distance file:///gainas04/... n04/KHA_2401.00%20-%20CoFW%2ONorthside%20III%2OWater%20Main/SURVEY/CAD/LOT/P2.A%20TCE_rOl.txt[8/21/2024 11:43:06 AM] EXHIBIT "A" NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 104940-2; PARCEL ID NO. 3 PERMANENT WATER EASEMENT JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a permanent water easement situated in the Josiah N. Reed Survey, Abstract No. 1362, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land conveyed to Chapel Hill West LLC as recorded in Instrument No. D218219520 of the Official Public Records of Tarrant County, Texas, said permanent water easement being more particularly described by metes and bounds as follows: COMMENCING at a 3/4 inch iron rod found for the southwest corner of said tract of land conveyed to Chapel Hill West LLC and southeast corner of a tract of land conveyed to William M. Seger and Cyndi Seger as recorded in Volume 12216, Page 206 of the Deed Records of Tarrant County, Texas, said 3/4 inch iron rod found also being in the north line of a tract of land conveyed to KLLB AIV LLC as recorded in Instrument No. D222052099 of said Official Public Records of Tarrant County, Texas; THENCE South 89 degrees 57 minutes 42 seconds East, with the south line of said tract of land conveyed to Chapel Hill West LLC and north line of said tract conveyed to KLLB AIV LLC, a distance of 2,401.47 feet to a calculated point for the POINT OF BEGINNING, said calculated point having grid coordinates of N=7,012,382.99 and E=2,298,226.57; THENCE North 00 degrees 16 minutes 26 seconds East, a distance of 288.25 feet to a calculated point for corner; THENCE North 15 degrees 57 minutes 09 seconds West, a distance of 243.01 feet to a calculated point for corner; THENCE North 29 degrees 12 minutes 26 seconds West, a distance of 181.35 feet to a calculated point for corner; THENCE North 40 degrees 56 minutes 40 seconds West, a distance of 235.42 feet to a calculated point for corner; THENCE North 56 degrees 06 minutes 54 seconds West, a distance of 593.04 feet to a calculated point for corner; THENCE North 49 degrees 23 minutes 36 seconds West, a distance of 116.04 feet to a calculated point for corner; THENCE North 38 degrees 09 minutes 48 seconds West, a distance of 117.39 feet to a calculated point for corner; Exhibit A Page 1 of 5 THENCE North 23 degrees 46 minutes 59 seconds West, a distance of 106.28 feet to a calculated point for corner; THENCE North 13 degrees 23 minutes 27 seconds West, a distance of 103.85 feet to a calculated point for corner; THENCE North 05 degrees 13 minutes 36 seconds West, a distance of 176.53 feet to a calculated point for corner in the northeast line of said tract of land conveyed to Chapel Hill West LLC and the southwest line of tract of land conveyed to Texas Electric Service Company as recorded Volume 2658, Page 587 of said Deed Records of Tarrant County, Texas; THENCE South 78 degrees 06 minutes 37 seconds East, with the northeast line of said tract of land conveyed to Chapel Hill West LLC and the southwest line of tract of land conveyed to Texas Electric Service Company, a distance of 31.39 feet to a calculated point for corner, from which a 5/8 inch iron rod found for the northeast corner of said tract of land conveyed to Chapel Hill West LLC and an interior ell corner of said tract of land conveyed to Texas Electric Service Company, bears South 78 degrees 06 minutes 37 seconds East, a distance of 1,134.94 feet; THENCE South 05 degrees 13 minutes 36 seconds East, a distance of 165.16 feet to a calculated point for corner; THENCE South 13 degrees 23 minutes 27 seconds East, a distance of 98.98 feet to a calculated point for corner; THENCE South 23 degrees 46 minutes 59 seconds East, a distance of 99.77 feet to a calculated point for corner; THENCE South 38 degrees 09 minutes 48 seconds East, a distance of 110.65 feet to a calculated point for corner; THENCE South 49 degrees 23 minutes 36 seconds East, a distance of 111.33 feet to a calculated point for corner; THENCE South 56 degrees 06 minutes 54 seconds East, a distance of 595.27 feet to a calculated point for corner; THENCE South 40 degree 56 minutes 40 seconds East, a distance of 242.50 feet to a calculated point for corner; THENCE South 29 degrees 12 minutes 26 seconds East, a distance of 187.91 feet to a calculated point for corner; Exhibit A Page 2 of 5 THENCE South 15 degrees 57 minutes 09 seconds East, a distance of 250.77 feet to a calculated point for corner; THENCE South 00 degrees 16 minutes 26 seconds West, a distance of 292.40 feet to a calculated point for corner in the south line of said tract of land conveyed to Chapel Hill West LLC and north line of said tract of land conveyed to KLLB AIV LLC; THENCE North 89 degrees 57 minutes 42 seconds West, with the south line of said tract of land conveyed to Chapel Hill West LLC and north line of said tract of land conveyed to KLLB AIV LLC, a distance of 30.00 feet to a calculated point to the POINT OF BEGINNING, and containing 64,738 square feet or 1.486 acres of land, more or less. Notes: 1.) A plat of the 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 utilizing a surface adjustment factor of 1.00012. * SURVEYOR'S CERTIFICATE * TO ALL PARTIES INTERESTED IN TITLE TO THE PREMISES SURVEYED, I DO HEREBY CERTIFY THAT THE ABOVE LEGAL DESCRIPTION WAS PREPARED FROM PUBLIC RECORDS AND FROM AN ACTUAL AND ACCURATE SURVEY UPON THE GROUNDS AND THAT SAME IS TRUE AND CORRECT. Date: July 23, 2024 F&ARD KEN NEDY '.,5527 �r I `SUF, Richard Kennedy / Registered Professional Land Surveyor No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 3 of 5 EXHIBIT "B " PARCEL No. 3 PWE TEXAS ELECTRIC _ I COL. 265g ERVICE O•R.TCO .C.PC' 58J MPAW L-10 �� L-12 S 78.0_ t 37 E 1.134.94 FND. L-13 5/8"IR L-9�' �'� L-14 I RgEp L-s � I c �' 136'2- �`s( ATMOS ENERGY JO J\ C� N� . ��\,S INSTRUMENN PIPELINE EASEMENT 4415 PgSjR�' `\6 , \ 0.P.R.T.C.T. IN, I \ � I 300 150 0 300 A CHAPEL HILL WEST LLC SCALE IN FEET INSTRUMENT NO. D218219520 r\\1`fl O.P.R.T.C.T. 61'% \o I I Z O y P.O.B. �o Ld � a GRID COORDINATE LLI o P. O.C. N=7,012,382.99 O o FIND. 3�4"IR KLLB AIV LLC E=2,298,226.57 m N I I I a >- " INSN INSTRUMENT NO. D222052099 JI IJ J Jo O.P.R.T.C.T. > III S 89'57'42"E 2,401.47' / J.H. SIMMONS B. THOMAS ONCOR ELECTRIC ABSTRACT ABSTRACT L-22 DELIVERY COMPANY I VOL. 15 T , PG 84 N148 o. 6 o�rWo n GO I I City oF Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54—INCH WATER TRANSMISSION MAIN PARCEL NO. 3 PWE PERMANENT WATER EASEMENT I CoFW Project No. 104940-2 OWNER: CHAPEL HILL WEST LLC SURVEY: JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 64,738 SQUARE FEET OR 1.486 ACRES WHOLE PROPERTY ACREAGE: APPROXIMATELY 100.75 ACRES (CALCULATED) JOB No. KHA_2401.00 DRAWN BY: PRL CAD FILE: P3 PWE.DWG DATE: JULY 23, 2024 1 EXHIBIT B PAGE 4 OF 5 SCALE: 1 "=300' GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 RICHARD KENNEDY v REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 3 PWE LEGEND 0 SET MONUMENTATION (SIZE AND TYPE NOTED) • FND MONUMENTATION (SIZE AND TYPE NOTED) 0 CALCULATED POINT PROPERTY/RIGHT—OF—WAY LINE — — — — — EXISTING EASEMENT LINE ---------- PROPOSED EASEMENT LINE SURVEY/ABSTRACT LINE LINE TABLE LINE BEARING DISTANCE L-1 N 00°16'26"E 288.25' L-2 N 15°57'09"W 243.01' L-3 N 29°12'26"W 181.35' L-4 N 40°56'40"W 235.42' L-5 N 56°06'54"W 593.04' L-6 N 49°23'36"W 116.04' PARCEL No. PERMANENT WATER ER 3 I L-7 N 38°09'48"W 117.39' EASEMENT LOCATION I L-8 N 23.46'59"W 106.28' L-9 N 13°23'27"W 103.85' L-10 N 05°13'36"W 176.53' L-11 S 78°06'37"E 31.39' L-12 S 05° 13'36"E 165.16' L-13 S 13°23'27"E 98.98' SUBJECT TRACT & I L-14 S 23°46'59"E 99.77' LOCATION OF EASEMENT I L-15 S 38°09'48"E 1 10.65' I L-16 S 49°23'36"E 1 1 1.33' I L-17 S 56°06'54"E 595.27' NOTES: I L-18 S 40°56'40"E 242.50' 1. A LEGAL DESCRIPTION OF SAME DATE HEREWITH ACCOMPANIES THIS PLAT. I L-1 9 S 29° 1 2'26"E 187.9 1' 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS STATE PLANE I L-2O S 15°57'O9"E 250.77' COORDINATE SYSTEM, NAD-83(2011), NORTH CENTRAL ZONE (4202). ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE ADJUSTMENT I L-21 S 00° 16'26"W 292.40' FACTOR OF 1.00012. I L-22 N 89°57'42"W 30.00' FoRTWORTH City o f Fort worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN PARCEL NO. 3 PWE PERMANENT WATER EASEMENT I CoFW Project No. 104940-2 fRICHARD KENNEDY OWNER: CHAPEL HILL WEST LLC55 SURVEY: JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ti ' •••......• ACQUISITION AREA: 64,738 SQUARE FEET OR 1.486 ACRES WHOLE PROPERTY ACREAGE: APPROXIMATELY 100.75 ACRES (CALCULATED) RICHARD KENNEDY JOB No. KHA-2401.00 I DRAWN BY: PRL I CAD FILE: P3 PWE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 23, 2024 EXHIBIT B PAGE 5 OF 5 SCALE: 1 "=300' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 817-496-1424 FAX 817-496-1768 Lot Report Tue Jul 23 15:05:13 2024 Lot File: \\gainas04\Active\ProductionO4\KHA_2401.00 - CoFW Northside III Water Main\SURVEY\CAD\LOT\PARCELS.Iot Lot: P3 PWE Bearing Distance N 00016'26" E 288.25 N 15057'09" W 243.01 N 29012'26" W 181.35 N 40056'40" W 235.42 N 56006'54" W 593.04 N 49023'36" W 116.04 N 38009'48" W 117.39 N 23046'59" W 106.28 N 13023'27" W 103.85 N 05013'36" W 176.53 S 78006'37" E 31.39 S 05013'36" E 165.16 S 13023'27" E 98.98 S 23046'59" E 99.77 S 38009'48" E 110.65 S 49023'36" E 111.33 S 56006'54" E 595.27 S 40056'40" E 242.50 S 29012'26" E 187.91 S 15057'09" E 250.77 S 00016'26" W 292.40 N 89057'42" W 30.00 Closure Error Distance> 0.0106 Error Bearing> S 48°22'37" E Closure Precision> 1 in 414614.9 Total Distance> 4377.29 64738 SQ. FT. 1.4862 ACRES Bearing Distance file:///gainas04/... roduction04/KHA_2401.00%20-%2OCoFW%2ONorthside%20III%2OWater%2OMain/SURV-EY/CAD/LOT/P3%20PWE.txt[7/23/2024 4:48:46 PM] EXHIBIT "A" NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 104940-2; PARCEL ID NO. 3.A TEMPORARY CONSTRUCTION EASEMENT JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a temporary construction easement situated in the Josiah N. Reed Survey, Abstract No. 1362, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land conveyed to Chapel Hill West LLC as recorded in Instrument No. D218219520 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 3/4 inch iron rod found for the southwest corner of said tract of land conveyed to Chapel Hill West LLC and southeast corner of a tract of land conveyed to William M. Seger and Cyndi Seger as recorded in Volume 12216, Page 206 of the Deed Records of Tarrant County, Texas, said 3/4 inch iron rod found also being in the north line of a tract of land conveyed to KLLB AIV LLC as recorded in Instrument No. D222052099 of said Official Public Records of Tarrant County, Texas; THENCE South 89 degrees 57 minutes 42 seconds East, with the south line of said tract of land conveyed to Chapel Hill West LLC and north line of said tract conveyed to KLLB AIV LLC, a distance of 2,431.47 feet to a calculated point for the POINT OF BEGINNING, said calculated point having grid coordinates of N=7,012,382.97 and E=2,298,256.57; THENCE North 00 degrees 16 minutes 26 seconds East, a distance of 292.40 feet to a calculated point for corner; THENCE North 15 degrees 57 minutes 09 seconds West, a distance of 250.77 feet to a calculated point for corner; THENCE North 29 degrees 12 minutes 26 seconds West, a distance of 187.91 feet to a calculated point for corner; THENCE North 40 degrees 56 minutes 40 seconds West, a distance of 242.50 feet to a calculated point for corner; THENCE North 56 degrees 06 minutes 54 seconds West, a distance of 595.27 feet to a calculated point for corner; THENCE North 49 degrees 23 minutes 36 seconds West, a distance of 111.33 feet to a calculated point for corner; THENCE North 38 degrees 09 minutes 48 seconds West, a distance of 110.65 feet to a calculated point for corner; Exhibit A Page 1 of 5 THENCE North 23 degrees 46 minutes 59 seconds West, a distance of 99.77 feet to a calculated point for corner; THENCE North 13 degrees 23 minutes 27 seconds West, a distance of 98.98 feet to a calculated point for corner; THENCE North 05 degrees 13 minutes 36 seconds West, a distance of 165.16 feet to a calculated point for corner in the northeast line of said tract of land conveyed to Chapel Hill West LLC and the southwest line of tract of land conveyed to Texas Electric Service Company as recorded Volume 2658, Page 587 of said Deed Records of Tarrant County, Texas; THENCE South 78 degrees 06 minutes 37 seconds East, with the northeast line of said tract of land conveyed to Chapel Hill West LLC and the southwest line of said tract of land conveyed to Texas Electric Service Company, a distance of 47.09 feet to a calculated point for corner, from which a 5/8 inch iron rod found for the northeast corner of said tract of land conveyed to Chapel Hill West LLC and an interior ell corner of said tract of land conveyed to Texas Electric Service Company, bears South 78 degrees 06 minutes 37 seconds East, a distance of 1,087.86 feet; THENCE South 05 degrees 13 minutes 36 seconds East, a distance of 148.09 feet to a calculated point for corner; THENCE South 13 degrees 23 minutes 27 seconds East, a distance of 91.67 feet to a calculated point for corner; THENCE South 23 degrees 46 minutes 59 seconds East, a distance of 90.00 feet to a calculated point for corner; THENCE South 38 degrees 09 minutes 48 seconds East, a distance of 100.55 feet to a calculated point for corner; THENCE South 49 degrees 23 minutes 36 seconds East, a distance of 104.26 feet to a calculated point for corner; THENCE South 56 degrees 06 minutes 54 seconds East, a distance of 598.62 feet to a calculated point for corner; THENCE South 40 degree 56 minutes 40 seconds East, a distance of 253.12 feet to a calculated point for corner; THENCE South 29 degrees 12 minutes 26 seconds East, a distance of 197.77 feet to a calculated point for corner; Exhibit A Page 2 of 5 THENCE South 15 degrees 57 minutes 09 seconds East, a distance of 262.41 feet to a calculated point for corner; THENCE South 00 degrees 16 minutes 26 seconds West, a distance of 298.63 feet to a calculated point for corner in the south line of said tract of land conveyed to Chapel Hill West LLC and north line of said tract of land conveyed to KLLB AIV LLC; THENCE North 89 degrees 57 minutes 42 seconds West, with the south line of said tract of land conveyed to Chapel Hill West LLC and north line of said tract of land conveyed to KLLB AIV LLC, a distance of 45.00 feet to the POINT OF BEGINNING, and containing 96,747 square feet or 2.221 acres of land, more or less. Notes: 1.) A plat of the 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 utilizing a surface adjustment factor of 1.00012. * SURVEYOR'S CERTIFICATE * TO ALL PARTIES INTERESTED IN TITLE TO THE PREMISES SURVEYED, I DO HEREBY CERTIFY THAT THE ABOVE LEGAL DESCRIPTION WAS PREPARED FROM PUBLIC RECORDS AND FROM AN ACTUAL AND ACCURATE SURVEY UPON THE GROUNDS AND THAT SAME IS TRUE AND CORRECT. Date: July 23, 2024 F&ARD KEN NEDY '.,5527 �r I `SUF, Richard Kennedy / Registered Professional Land Surveyor No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 3 of 5 EXHIBIT "B " PARCEL No. 3.A TICE _ L-11 rEx r AS ELECT _ VOLC 265g ERVICE Comp p �L-12 D•R.T.CPG' 587 MPANY L-13 mj S 78 06'3, FIND. (� 86,5/8"IR L-9� 14 `, L-15 30 \w ``O. \� ` L-16 ATMOS ENERGY BC?�AC� \V L-7� { 50' PIPELINE EASEMENT �, P 1 \ INSTRUMENT NO. D220334415 L—F> O.P.R.T.C.T. GO I S\ \ r 300 150 0 300 R �\� I 0, I \ \ i >a� SCALE IN FEET CHAPEL HILL WEST LLC ��\ \� ��� INSTRUMENT NO. D218219520 O.P.R.T.C.T. � N \\ wo N\ �o I o x 0ij z o ~ ww6 . P.O.B.�� w w o_ . GRID COORDINATE N N <o P. O" C. N=7,012,382.97 I I I �L-21 o N z N I E=2,298,256.57 o FIND. 3/4"IR KLLB �} �V LLC Qt}i INSTRUMENT NO. D222O52099 JI Jo O.P.R.T.C.T. 3 > II I S 89'57'42"E 2,431.47' J.H. SIMMONS B. ,THOMAS ONCOR ELECTRIC DCOMPANY ABSTRACT ABSTRACT L-22!�l VOL. 15574, PG. 84 No. 1486 No. 1497 D.R.T.C.T. ForrWORTH City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN PARCEL NO. 3.A TCE TEMPORARY CONSTRUCTION EASEMENT I CoFW Project No. 104940 OWNER: CHAPEL HILL WEST LLC SURVEY: JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 96,747 SQUARE FEET OR 2.221 ACRES WHOLE PROPERTY ACREAGE: APPROXIMATELY 100.75 ACRES (CALCULATED) JOB No. KHA_24O1.O0 DRAWN BY: PRL CAD FILE: P3.A TCE.DWG DATE: JULY 23, 2024 1 EXHIBIT B PAGE 4 OF 5 SCALE: 1 "=300' GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 RICHARD KENNEDY v REGISTERED PROFESSIONAL LAND SURVEYOR NO. 5527 TEXAS FIRM No. 10106900 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 3.A TCE LEGEND ® SET MONUMENTATION (SIZE AND TYPE NOTED) • FND MONUMENTATION (SIZE AND TYPE NOTED) O CALCULATED POINT PROPERTY/RIGHT-OF-WAY LINE — — — — — EXISTING EASEMENT LINE ---------- PROPOSED EASEMENT LINE SURVEY/ABSTRACT LINE LINE TABLE LINE BEARING DISTANCE L-1 N 00° 16'26"E 292.40' L-2 N 15°57'09"W 250.77' L-3 N 29°12'26"W 187.91' L-4 N 40°56'40"W 242.50' L-5 N 56°06'54"W 595.27' PARCEL No. 3.A I L-6 N 49°23'36"W 111.33' TEMPORARY CONSTRUCTION EASEMENT LOCATION I L-7 N 38°09'48"W 110.65' L-8 N 23°46'59"W 99.77' L-9 N 13°23'27"W 98.98' I L-10 N 05°13'36"W 165.16' I L-11 S 78°06'37"E 47.09' I L-12 S 05° 13'36"E 148.09' I L-13 S 13°23'27"E 91.67' SUBJECT TRACT & I L-14 S 23°46'59"E 90.00' LOCATION OF EASEMENT I L-15 S 38°09'48"E 100.55' I L-16 S 49°23'36"E 104.26' I L-17 S 56°06'54"E 598.62' NOTES: I L-18 S 40°56'40"E 253.12' 1. A LEGAL DESCRIPTION OF SAME DATE HEREWITH ACCOMPANIES THIS PLAT. I L-19 S 29° 12'26"E 197.77' 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS STATE PLANE I L-20 S 15°57'09"E 262.41' COORDINATE SYSTEM, NAD-83(2011), NORTH CENTRAL ZONE (4202). ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE ADJUSTMENT I L-21 S 00° 16'26"W 298.63' FACTOR OF 1.00012. I L-22 N 89'57'42"W 45.00' FoRTWORTH City o f Fort worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN PARCEL NO. 3.A TCE TEMPORARY CONSTRUCTION EASEMENT I CoFW Project No. 104940 fRICHARD KENNEDY OWNER: CHAPEL HILL WEST LLC55 SURVEY: JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 SS�O,P� � LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ti ' ••......• ACQUISITION AREA: 96,747 SQUARE FEET OR 2.221 ACRES UR`�F' WHOLE PROPERTY ACREAGE: APPROXIMATELY 100.75 ACRES (CALCULATED) RICHARD KENNEDY JOB No. KHA-2401.00 I DRAWN BY: PRL I CAD FILE: P3.A TCE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 23, 2024 EXHIBIT B PAGE 5 OF 5 SCALE: 1 "=300' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 Lot Report Tue Jul 23 16:04:04 2024 Lot File: \\gainas04\Active\ProductionO4\KHA_2401.00 - CoFW Northside III Water Main\SURVEY\CAD\LOT\PARCELS.Iot Lot: P3.A TCE Bearing Distance N 00016'26" E 292.40 N 15057'09" W 250.77 N 29012'26" W 187.91 N 40056'40" W 242.50 N 56006'54" W 595.27 N 49023'36" W 111.33 N 38009'48" W 110.65 N 23046'59" W 99.77 N 13023'27" W 98.98 N 05013'36" W 165.16 S 78006'37" E 47.09 S 05013'36" E 148.09 S 13023'27" E 91.67 S 23046'59" E 90.00 S 38009'48" E 100.55 S 49023'36" E 104.26 S 56006'54" E 598.62 S 40056'40" E 253.12 S 29012'26" E 197.77 S 15057'09" E 262.41 S 00016'26" W 298.63 N 89057'42" W 45.00 Closure Error Distance> 0.0062 Error Bearing> S 50°00'21" W Closure Precision> 1 in 703441.1 Total Distance> 4391.96 96747 SQ. FT. 2.2210 ACRES Bearing Distance file:///gainas04/... duction04/KHA_2401.00%20-%2OCoFW%2ONorthside%20I1I%2OWater%2OMain/SURVEY/CAD/LOT/P3.A%20TCE.txt[7/23/2024 4:51:54 PM] EXHIBIT "A" CPN 104940-2; PARCEL ID NO. 4 AND 4A PERMANENT WATER EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT BEING 2.937 ACRES OF LAND SITUATED IN THE BENJAMIN THOMAS SURVEY, ABSTRACT NO. 1497, CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AND BEING A PORTION OF THAT TRACT OF LAND DESCRIBED TO KLLB AIV LLC BY DEED RECORDED IN COUNTY CLERK FILE NO. D222052099, OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS, AND BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS AS FOLLOWS: BEGINNING AT A POINT ON THE SOUTHWESTERLY LINE OF SAID KLLB AIV LLC TRACT, SAME BEING THE NORTHEASTERLY RIGHT-OF-WAY LINE OF FARM -TO -MARKET 1220 (A 100-FOOT WIDE RIGHT-OF-WAY), FROM WHICH A TXDOT MONUMENT FOUND ON SAID NORTHEASTERLY RIGHT-OF-WAY LINE BEARS SOUTH 29°02'43" EAST, A DISTANCE OF 473.44 FEET; THENCE NORTH 60°57'48" EAST, WITH SAID RIGHT-OF-WAY LINE, A DISTANCE OF 26.34 FEET; THENCE OVER AND ACROSS SAID KLLB AIV LLC TRACT, THE FOLLOWING COURSES AND DISTANCES NORTH 15°57'48" EAST, A DISTANCE OF 5.18 FEET; NORTH 29°02'54" WEST, A DISTANCE OF 231.56 FEET; NORTH 15°57'48" EAST, A DISTANCE OF 180.51 FEET; NORTH 45°55'13" EAST, A DISTANCE OF 111.95 FEET; NORTH 33°39'49" EAST, A DISTANCE OF 107.44 FEET; NORTH 22°24'49" EAST, A DISTANCE OF 311.35 FEET; NORTH 10°26'40" EAST, A DISTANCE OF 148.02 FEET; NORTH 00°13'S2" EAST, A DISTANCE OF 331.66 FEET; NORTH 06°04'19" EAST, A DISTANCE OF 77.02 FEET; NORTH 17°45'49" EAST, A DISTANCE OF 220.99 FEET; NORTH 12°27'34" EAST, A DISTANCE OF 67.76 FEET; NORTH 00°12'56" WEST, A DISTANCE OF 279.88 FEET; NORTH 00°17'53" EAST, A DISTANCE OF 1,117.79 FEET; NORTH 01°17'53" EAST, A DISTANCE OF 90.49 FEET; NORTH 02°13'48" EAST, A DISTANCE OF 65.77 FEET; NORTH 00°16'26" EAST, A DISTANCE OF 875.02 FEET TO THE NORTH LINE OF SAID KLLB AIV LLC TRACT; THENCE SOUTH 89°57'46" EAST, WITH SAID NORTH LINE, A DISTANCE OF 30.00 FEET, FROM WHICH A CONCRETE MONUMENT FOUND FOR THE NORTHEAST CORNER OF SAID KLLB AIV LLC TRACT BEARS SOUTH 89°57'46" EAST, A DISTANCE OF 61.78 FEET; THENCE OVER AND ACROSS SAID KLLB AIV LLC TRACT, THE FOLLOWING COURSES AND DISTANCES: SOUTH 00°16'26" WEST, A DISTANCE OF 875.66 FEET; SOUTH 02°13'48" WEST, A DISTANCE OF 66.04 FEET; SOUTH 01°17'53" WEST, A DISTANCE OF 89.98 FEET; SOUTH 00°17'S3" WEST, A DISTANCE OF 1,117.39 FEET; SOUTH 00°12'56" EAST, A DISTANCE OF 283.07 FEET; Page 1 of 4 S:\NTX-LAND\0204\200SURVEY\230 Legal Descriptions\0204EX39 REV.docx EXHIBIT "A" CPN 104940-2; PARCEL ID NO. 4 AND 4A PERMANENT WATER EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT SOUTH 12°27'34" WEST, A DISTANCE OF 72.48 FEET; SOUTH 17°45'49" WEST, A DISTANCE OF 219.31 FEET; SOUTH 06°04'19" WEST, A DISTANCE OF 72.42 FEET; SOUTH 00°13'S2" WEST, A DISTANCE OF 332.81 FEET; SOUTH 10°26'40" WEST, A DISTANCE OF 153.85 FEET; SOUTH 22°24'49" WEST, A DISTANCE OF 317.45 FEET; SOUTH 33°39'49" WEST, A DISTANCE OF 113.62 FEET; SOUTH 45°55'13" WEST, A DISTANCE OF 107.15 FEET; SOUTH 15°57'48" WEST, A DISTANCE OF 160.06 FEET; SOUTH 29°02'54" EAST, A DISTANCE OF 231.56 FEET; SOUTH 15°57'48" WEST, A DISTANCE OF 30.03 FEET; SOUTH 60°57'48" WEST, A DISTANCE OF 38.76 FEET; NORTH 29°02'12" WEST, A DISTANCE OF 30.00 FEET TO THE POINT OF BEGINNING AND CONTAINING A CALCULATED AREA OF 2.937 ACRES (127,955 SQ. FEET) OF LAND. TOGETHER WITH A 45-FOOT-WIDE TEMPORARY CONSTRUCTION EASEMENT BEING EAST OF AND PARALLEL TO THE ABOVE DESCRIBED EASEMENT AS SHOWN ON PAGES 3 AND 4 OF THIS EXHIBIT HAVING A CALCULATED AREA OF 4.449 ACRES (193,784 SQ. FEET) OF LAND AND A VARIABLE WIDTH TEMPORARY CONSTRUCTION EASEMENT AS SHOWN ON PAGE 3 OF THIS EXHIBIT HAVING A CALCULATED AREA OF 0.135 ACRES (5,870 SQ. FEET) OF LAND. Aaron &-Browrf, `R.P.L.S. Registered Professional Land Surveyor Texas Registration No. 6702 LJA Surveying, Inc. 3017 West 7T" Street, Suite 300 Fort Worth, Texas 76126 682-747-0800 TBPELS Firm No. 10194382 (Revised August 20, 2024) July 29, 2024 F 77 0F.T� `P��Gj57 o_: e-FRE . ..........:... .............. AARON C. BROWN ..%..... .....�... 6702 —r \O.Sl1Rv 9 Page 2 of 4 S:\NTX-LAND\0204\200SURVEY\230 Legal Descriptions\0204EX39 REV.docx w POLO CLUB BUILDERS INC z C.C.#D217239713 J O.P.R.T.C.T. NS M� J p0`'SR 0 I0- a a a DETAIL "A" VARIABLE WIDTH TEMPORARY CONSTRUCTION EASEMENT 0 0 \�0 �t A � 2 � � \•��. MTV <� ( \ 5� a.��� 01�y 0 'I 111�g9 �' + Ir I�g� L — (NOT TO SCALE) — — —1 LINE BEARING DISTANCE L1 N29°02' 12"W 30.00' L2 N60°57'48"E 26.34' L3 N15°57'48"E 5.18' L4 N29°02'54"W 231.56' L5 N15°57'48"E 180.51' L6 N45°55'13"E 111.95' L7 N33°39'49"E 107.44' L8 N22°24'49"E 311.35' L9 N 10°26'40"E 148.02' L10 NOW 13'52"E 331.66' LEGEND C.C.# COUNTY CLERK'S FILE NO. IRF IRON ROD FOUND O.P.R.T.C.T. OFFICIAL PUBLIC RECORDS, TARRANT COUNTY, TEXAS (CM) CONTROLLING MONUMENT LINE L24 L25 L26 L27 L28 L29 L30 L31 L32 SHEET 4A SHEET 3 J I o�`PS a' N I / v tp 2.937 ACRES (127,955 SO. FEET) v/ POINT OF, 9EGINNING BEARING S00° 13'52"W S 10°26'40"W S22°24'49"W S33°39'49"W S45°55' 13"W S15°57'48"W S29°02'54"E S15°57'48"W S60°57'A8"W HORIZONTAL DATUM: THE BEARING BASIS IS GRID NORTH, TEXAS STATE PLANE COORDINATE SYSTEM, NORTH CENTRAL ZONE, NAD83 (NAD83 (2011) EPOCH 2O10), AS DETERMINED BY GPS OBSERVATIONS. ALL DISTANCES SHOWN HEREON ARE THE RESULT OF THE APPLICATION OF A COMBINED SCALE FACTOR OF 1.00012. DATE: 07/29/2024 PAGE 3 DRWN BY: S.A.T. CHKD BY: A.C.B. OF 4 PROJ NO. 0204 / V ^ / v b / / / KLLB AIV LLC / C.C.# D222052099 0.P.R.T.C.T. SEE Lill- DETAIL O\\ DETAIL "A" A M s ova peg. DISTANCE 332.81 ' 153.85' 317.45' 1 13.62' 107.15' 160.06' 231.56' 30.03' 38.76' EXHIBIT "A" PERMANENT WATER EASEMENT AND TEMPORARY CONSTRUCTION EASEMENT SITUATED IN THE BENJAMIN THOMAS SURVEY, ABSTRACT NO. 1497 CITY OF FORT WORTH, TARRANT COUNTY. TEXAS TXDOT MON. MAG\ MAG NAIL i--SNAIL MATCHLINE r Z a a m 0 ,n U CO w� U F 0> d U Ld F 0 c0 CC v 0) J J w 0 fn Q X w 200 0 200 1 INCH = 200FT. (REVISED 08/20/2024) LJA Surveying, Inc. 41AIIA 3017 West 7th Street Phone 682.747.0800 Suite 300 Fort Worth, Texas 76107 T.B.P.E.L.S. Firm No. 10194382 SHEET 4B MATCHLINE SHEET 4A I J I 'V� '' I W 3 rn Uo �I Jam~ ^ ^I >00 _Nr— QN� c cl Z of m�� UU I YkU U U I V- C4 a J J O ra7 I 000 2.937 ACRES I (127,955 SQ. FEET) �^ �aU M � w � N J .� JI c[i o✓ / J O w> J CV / W V / I SHEET 4A MATCHLINE SHEET 3 CHAPEL HILL WEST LLC C.C.# D218219520 O.P.R.T.C.T. I S89°57'46"E 61.78' CONC MON I (CM) w A 3� I N � N C4 0) in I ° C O I -.1Ln ~ Z yl >OU I aN~ N 10 °r m `- J I Y U Ln �1 I z U --' --1 I O u7 U o0 2.937 ACRES I w (127,955 SQ. FEET) d U w H T T r o W > W x C) M I w to to Tl V- 7-1 I �Q19 Z N I SHEET 4B SHEET 4A N I LINE BEARING DISTANCE I LINE BEARING o I L10 N00°13'52"E 331.66' I L18 S02°13'48"W L1 1 N06°04' 19"E 77.02' I L19 S01 °17'53"W L12 N17°45'49"E 220.99' I L20 S00°12'56"E L13 N12°27'34"E 67.76' I L21 S12°27'34"W L14 NOW 12'56"W 279.88' I L22 S17°45'49"W N I L15 N01 ° 17'53"E 90.49' I L23 S06°04' 19"W 1 I L16 NO2°13'48"E 65.77' I L24 S00°13'52"W E I L17 S89°57'46"E 30.00' 0 0 N w HORIZONTAL DATUM: THE BEARING BASIS IS GRID NORTH, TEXAS STATE PLANE COORDINATE SYSTEM, NORTH CENTRAL ZONE, NAD83 o (NAD83 (2011) EPOCH 2O10), AS DETERMINED BY GPS OBSERVATIONS. ALL DISTANCES SHOWN HEREON ARE N THE RESULT OF THE APPLICATION OF A COMBINED SCALE FACTOR OF 1.00012 FROM THE ORIGIN (0,0). o DATE: 07/29/2024 EXHIBIT "A" PAGE 4 DRWN BY: S.A.T. PERMANENT WATER EASEMENT AND a TEMPORARY CONSTRUCTION EASEMENT X CHKDBY: A.C.B. SITUATED IN THE OF 4 PROJ N0. 0204 BENIAMIN THOMAS SURVEY, ABSTRACT N0. 1497 0 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ATCHLINE DISTANCE 66.04' 89.98, 283.07' 72.48' 219.31' 72.42' 332.81' 200 0 200 1 INCH = 200FT. LJA Surveying, Inc. IA 3017 West 7th Street Phone 682.747.0800 Suite 300 Fort Worth, Texas 76107 T.B.P.E.L.S. Firm No. 10194382 EXHIBIT "A" NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 104940-2; PARCEL ID NO. 5 PERMANENT WATER EASEMENT B. THOMAS SURVEY, ABSTRACT NO. 1497 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a permanent water easement situated in the B. Thomas Survey, Abstract No. 1497, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land conveyed to DBE Realty Investments, LTD. as recorded in Instrument No. D211069547 of the Official Public Records of Tarrant County, Texas, said permanent water easement being more particularly described by metes and bounds as follows: BEGINNING at a calculated point for corner in the northeast line of said tract of land conveyed to DBE Realty Investments, LTD. and the southwest line of Boat Club Road (variable witdth right-of-way), said calculated point having grid coordinates of N=7,008,227.22 and E=2,297,787.71, from which a 7/8 inch iron rod found for the north corner of said tract of land described as Tract 1 conveyed to DBE Realty Investments, LTD. and the northeast corner of a tract of land conveyed to Eagle Mountain Lake Farms, LLC as recorded in Instrument No. D212059046 of said Official Public Records of Tarrant County, Texas bears North 29 degrees 02 minutes 56 seconds West, a distance of 247.68 feet. THENCE South 29 degrees 02 minutes 56 seconds East, with the northeast line of said tract of land conveyed to DBE Realty Investments, LTD. and the southwest line of said Boat Club Road, a distance of 503.41 feet to a calculated point for the beginning of curve to the right having a radius of 1,096.81 feet, a delta angle of 13 degrees 00 minutes 38 seconds and whose chord bears South 22 degrees 28 minutes 45 seconds East, a chord distance of 248.53 feet; THENCE Southeasterly, with said curve to the right, with the northeast line of said tract of land conveyed to DBE Realty Investments, LTD. and the southwest line of said Boat Club Road, an arc distance of 249.06 feet to a calculated point for corner; THENCE South 89 degrees 42 minutes 54 seconds East, with the east line of said tract of land conveyed to DBE Realty Investments, LTD. and the southwest line of said Boat Club Road, a distance of 12.58 feet to a calculated point for the beginning of a curve to the right having a radius of 1,095.92 feet, a delta angle of 09 degrees 12 minutes 46 seconds and whose chord bears South 08 degrees 59 minutes 35 seconds East, a chord distance of 176.03 feet; Exhibit A Page 1 of 5 THENCE Southeasterly, with said curve to the right, with the northeast line of said tract of land conveyed to DBE Realty Investments, LTD. and the southwest line of said Boat Club Road, an arc distance of 176.22 feet to a calculated point for corner; THENCE South 01 degrees 04 minutes 59 seconds East, with the east line of said tract of land conveyed to DBE Realty Investments, LTD., and the west line of said Boat Club Road, a distance of 30.00 feet to a calculated point for corner; THENCE South 00 degrees 17 minutes 08 seconds East, with the east line of said tract of land conveyed to DBE Realty Investments, LTD. and the west line of said Boat Club Road, a distance of 31.33 feet to a calculated point for corner, from which a 2 inch steel post found for the southeast corner of said tract of land conveyed to DBE Realty Investments, LTD., and the northeast corner of a tract of land conveyed to MHC 249 Seagoville & Fort Worth TX, LLC as recorded in Instrument No. D223140730 of said Official Public Records of Tarrant County, Texas, bears South 00 degrees 17 minutes 08 seconds East, a distance of 148.87 feet; THENCE South 89 degrees 28 minutes 16 seconds West, a distance of 485.85 feet to a calculated point for corner in the west line of said tract of land conveyed to DBE Realty Investments, LTD. and the east line of Lot 1, Block 1 of Paul Krause Addition, an addition in the City of Fort Worth as recorded in Volume A, Page 10153 of the Plat Records of Tarrant County, Texas; THENCE North 00 degrees 44 minutes 36 seconds West, with the west line of said tract of land conveyed to DBE Realty Investments, LTD. and the east line of said Lot 1, a distance of 30.00 feet to a calculated point for corner; THENCE North 89 degrees 28 minutes 16 seconds East, a distance of 453.41 feet to a calculated point for the beginning of a curve to the left having a radius of 1,066.81 feet, a delta angle of 23 degrees 47 minutes 54 seconds, whose chord bears of North 17 degrees 05 minutes 04 seconds West, a chord distance of 439.93 feet; THENCE Northwesterly, with said curve to the left, an arc distance of 443.11 feet to a calculated point for corner; THENCE North 29 degrees 02 minutes 56 seconds West, a distance of 503.52 feet to a calculated point for corner; THENCE North 61 degrees 11 minutes 25 seconds East, a distance of 30.00 feet to the POINT OF BEGINNING, and containing 44,862 square feet or 1.030 acres of land, more or less. Exhibit A Page 2 of 5 Notes: 1.) A plat of the 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 utilizing a surface adjustment factor of 1.00012. * SURVEYOR'S CERTIFICATE * TO ALL PARTIES INTERESTED IN TITLE TO THE PREMISES SURVEYED, I DO HEREBY CERTIFY THAT THE ABOVE LEGAL DESCRIPTION WAS PREPARED FROM PUBLIC RECORDS AND FROM AN ACTUAL AND ACCURATE SURVEY UPON THE GROUNDS AND THAT SAME IS TRUE AND CORRECT. Date: September 06, 2024 Revised: September 12, 2024 OF Revised: September 13, 2024---------------------- `P• '��srER•.. { RICHARD KENNEDY 'O 5527 1 SUR`I� Richard Kennedy Registered Professional Land Surveyor No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 3 of 5 FND. 7/8"IRON ROD EXHIBIT "B " PARCEL No. 5 PWE P. O.B. GRID COORDINATE N=7,008,227.22 E=2,297,787.71 L-7 TRACT 1 \ ��� O `NO NS EAGLE MOUNTAIN LAKE FARMS, LLC \ \� ��< 8, l w 0 • INSTRUMENT N0. D212059046 \`� 0.P.R.T.C.T. ro \ B sl \� 0, a P y G o �Q •sue \ \ ��, \ � EAGLE MOUNTAIN LAKE �' DBE REALTY \ EQUESTRIAN CENTER LLC INVESTMENTS, LTD. \ INSTRUMENT NO. D203204453 INSTRUMENT N0. D211069547 O.P.R.T.C.T. O.P.R.T.C.T. n\ � w 1 v), \ GE0RG� N°' 186g 1 S� RPCl 1 L p,8 r' I — N 89' 28' 16"E 453.41 '— — L-6 S 89'28' 16"W 485.85' — — _ 1, BLpCKDITIpN LOKRAVSE GAD0153 pAIJ]b CEP R G c. REVISED: SEPTEMBER 13, 2024 REVISED: SEPTEMBER 12, 2024 FND. 2" STEEL POST MHC 249 SEAGOVILLE & FORT WORTH TX, LLC INSTRUMENT NO. D223140730 O.P.R.T.C.T. -2 0 i N Lo J 1 q.91 L-3 L-4 1 �J 200 100 0 200 SCALE IN FEET FoRTWORTH City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH �� of TF WA TER TRANSMISSION MAIN % ------------ PARCEL NO. 5 PWE PERMANENT WATER EASEMENT I CoFW Project No. 104940-2 RICHARD KENNE_DY OWNER: DBE REALTY INVESTMENTS, LTD. < Vo 5527 SURVEY: B. THOMAS SURVEY, ABSTRACT NO. 1497 y ?'pF LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS �ji•.FSS�,..�-� ACQUISITION AREA: 44,862 SQUARE FEET OR 1.030 ACRES UR`� WHOLE PROPERTY ACREAGE: APPROXIMATELY 9.08 ACRES (CALCULATED) RICHARD KENNEDY JOB No. KHA_2401.00 DRAWN BY: PRL CAD FILE: P5 PWE_R02.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 06, 2024 EXHIBIT B PAGE 4 OF 5 SCALE: 1 "=200' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 5 PWE LEGEND ® SET MONUMENTATION (SIZE AND TYPE NOTED) • FND MONUMENTATION (SIZE AND TYPE NOTED) O CALCULATED POINT PROPERTY/RIGHT-OF-WAY LINE — — — — — EXISTING EASEMENT LINE ---------- PROPOSED EASEMENT LINE k- SURVEY/ABSTRACT LINE LINE TABLE LINE BEARING DISTANCE L-1 N 29°02'56"W 247.68' L-2 N 89'42'54"E 12.58' L-3 S 01"04'59"E 30.00, L-4 S 00°17'08"E 31.33' L-5 S 00°17'08"E 148.87' L-6 N 00°44'36"W 30.00' L-7 N 61'11'25"E 30.00' CURVE TABLE CURVE RADIUS DELTA CHORD BEARING CHORD ARC C-1 1,096.81' 13.00'38" S 22°28'45"E 248.53' 249.06' C-2 1,095.92' 09.12'46" S 08'59'35"E 176.03' 176.22' C-3 1,066.81' 23°47'54" N 17.05'04"W 439.93' 443.11' NOTES: 1. A LEGAL DESCRIPTION OF SAME DATE HEREWITH ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD-83(2011), NORTH CENTRAL ZONE (4202). ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE ADJUSTMENT FACTOR OF 1.00012. REVISED: SEPTEMBER 13, 2024 REVISED: SEPTEMBER 12, 2024 FoRTWORTH City o f Fort worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN PARCEL NO. 5 PWE PERMANENT WATER EASEMENT CoFW Project No. 104940-2 RICHARD� KENNEDY OWNER: DBE REALTY INVESTMENTS, LTD. ._ SURVEY: B. THOMAS SURVEY, ABSTRACT NO. 1497 ~� °po 5527 Pam' �fSS�� LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ti '' ••....• ACQUISITION AREA: 44,862 SQUARE FEET OR 1.030 ACRES UR`� WHOLE PROPERTY ACREAGE: APPROXIMATELY 9.08 ACRES (CALCULATED) RICHARD KENNEDY JOB No. KHA-2310.00 I DRAWN BY: PRL I CAD FILE: P5 PWE—R02.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 06, 2024 EXHIBIT B PAGE 5 OF 5 SCALE: 1 "=200' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 817-496-1424 FAX 817-496-1768 Lot Report Fri Sep 13 08:06:21 2024 Lot File: \\gainas04\Active\ProductionO4\KHA_2401.00 - CoFW Northside III Water Main\SURVEY\CAD\LOT\PARCELS.Iot Lot: P5 PWE_R02 Bearing Distance Radius Length Chord Delta S 29002'56" E 503.41 S 22028'45" E 248.53 1096.81 249.06 248.53 13000'38" N 89042'54" E 12.58 S 08059'35" E 176.03 1095.92 176.22 176.03 9012'46" S 01 °04'59" E 30.00 S 00017'08" E 31.33 S 89028'16" W 485.85 N 00044'36" W 30.00 N 89028'16" E 453.41 N 17005'04" W 439.93 1066.81 443.11 439.93 23047'54" N 29002'56" W 503.52 N 61 ° 11'25" E 30.00 Closure Error Distance> 0.0087 Error Bearing> N 48022'40" W Closure Precision> 1 in 340661.2 Total Distance> 2948.48 44862 SQ. FT. 1.0299 ACRES Bearing Distance Radius Length Chord Delta file:///gainas04/... tion04/KHA_2401.00%20-%2OCoFW%2ONorthside%20I11%2OWater%2OMain/SURVEY/CAD/LOT/P5%20PWE r02.txt[9/13/2024 9:05:54 AM] / FND. 7/8"IRON ROD I EXHIBIT "B " PARCEL No. 5.A TCE PART I & II P. 0. B. <� PART I A � FND. 7/8"IRON ROD r GRID COORDINATE L-2 N=7,008,443.72 E=2,297,667.46 TRACT 1 g "' 0 AS 1 EAGLE MOUNTAIN LAKE FARMS, LLC + \ \ �� �, �� N�' 1 INSTRUMENT NO. D212059046 1 \ \ 6j j R �� O.P.R.T.C.T. 6p 0 0 FND. 5/8"IRON ROD \ \\ EAGLE MOUNTAIN LAKE EQUESTRIAN CENTER LLC DBE REALTY INSTRUMENT NO. D203204453 INVESTMENTS, LTD. C\ ) O.P.R.T.C.T. INSTRUMENT NO. �� D211069547 URGE S • RP $6g O.P.R.T.C.T. GEO AGE No • FND. 5/8" IRON ROD 1 1 Av 51 1 fINSTRUMENT W/CAP STAMPED "BROOKS I 1 BAKER SURVEY" L-4 I I P. O. B. � _L-, o — — �� � PART II N 89"28'16"E 485.85' l� GRID COORDINATE — — — — — L-11 N=7,007,318.00 E=2,297,682.17 L-13 S 89.28'16"W 485.49' 200 100 0 200 1, 3LOCKDITI LoTRAUSEGADo,53_ _FND. 2" STEEL POST SCALE IN FEET UI, K ORTH TX, LLC REVISED: SEPTEMBER 13, 2024 P . PP MHC 249 SEAGOVILLE & pA VO��ME ?\ OSONO. RT WD223140730, O.P.R.T.C.T. REVISED: SEPTEMBER 12, 2024 ForrWORTH City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN of T AlP.G PARCEL NO. 5.A TCE TEMPORARY CONSTRUCTION EASEMENT OWNER: DBE REALTY INVESTMENTS, LTD. CoFW Project No. 104940-2 RICHARD KENNE_DY SURVEY: B. THOMAS SURVEY, ABSTRACT NO. 1497 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS < %`0 5527 Q�d � ACQUISITION AREA PART I: 66,238 SQUARE FEET OR 1.521 ACRES E���-�- '' ••.... SS\ ACQUISITION AREA PART II: 21,855 SQUARE FEET OR 0.501 ACRESUR`I� WHOLE PROPERTY ACREAGE: APPROXIMATELY 9.08 ACRES (CALCULATED) R KENNEDY RD JOB No. KHA_2401.00 DRAWN BY: PRL CAD FILE: P5.A TCE—R02.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 06, 2024 EXHIBIT B PAGE 5 OF 6 SCALE: 1 "=200' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 817-496-1424 FAX 817-496-1768 EXHIBIT "B " PARCEL No. 5.A TCE PART I & II LEGEND 0 SET MONUMENTATION (SIZE AND TYPE NOTED) • FND MONUMENTATION (SIZE AND TYPE NOTED) 0 CALCULATED POINT PROPERTY/RIGHT-OF-WAY LINE — — — — — EXISTING EASEMENT LINE ---------- PROPOSED EASEMENT LINE ti SURVEY/ABSTRACT LINE LINE TABLE LINE BEARING DISTANCE L-1 S 29°02'56"E 247.68' L-2 S 61°11'25"W 30.00' L-3 S 29°02'56"E 503.52' L-4 S 89°28'16"W 45.16' CURVE TABLE L-5 N 29°02'56"W 323.36' CURVE RADIUS DELTA CHORD BEARING CHORD ARC L-6 S 60°57'48"W 43.51' C-1 1,066.81' 23°4754" S 17°05'04"E 439.93' 443.11' L-7 IN 29°04'50"W 207.33' C-2 1,021.81' 23*35'34" IN17°11'14"W 417.79' 420.75' L-8 S 00°45'02"E 484.27' L-9 N 00°45'03"W 250.23' L-10 N 00°44'36"W 38.78' L-11 S 00°17'08"E 45.00' L-12 S 00°17'08"E 103.87' L-13 N 00°44'36"W 45.00' NOTES: 1. A LEGAL DESCRIPTION OF SAME DATE HEREWITH ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD-83(2011), NORTH CENTRAL ZONE (4202). ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE ADJUSTMENT FACTOR OF 1.00012. REVISED: SEPTEMBER 13, 2024 REVISED: SEPTEMBER 12, 2024 ORT Worm City of Fort worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN of T sTeR F� PARCEL NO. 5 PWE PERMANENT WATER EASEMENT CoFW Project No. 104940-2 9u') OWNER: DBE REALTY INVESTMENTS, LTD. """"""""""""""""""""" RICHARD KENNEDY SURVEY: B. THOMAS SURVEY, ABSTRACT NO. 1497"— LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS �F5527 P� � ACQUISITION AREA PART I: 66,238 SQUARE FEET OR 1.521 ACRES ti ' ••..ss ....• ACQUISITION AREA PART II: 21,855 SQUARE FEET OR 0.501 ACRES WHOLE PROPERTY ACREAGE: APPROXIMATELY 9.08 ACRES (CALCULATED) RICHARD KENNEDY JOB No. KHA-2310.00 I DRAWN BY: PRL I CAD FILE: P5.A TCE—R02.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: SEPTEMBER 06, 2024 EXHIBIT B PAGE 6 OF 6 SCALE: 1 "=200' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 817-496-1424 FAX 817-496-1768 EXHIBIT "A" NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 104940-2; PARCEL ID NO. 5.A TEMPORARY CONSTRUCTION EASEMENT B. THOMAS SURVEY, ABSTRACT NO. 1497 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS PART I Being a temporary construction easement situated in the B. Thomas Survey, Abstract No. 1497, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land conveyed to DBE Realty Investments, LTD. as recorded in Instrument No. D211069547 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 7/8 inch iron rod found for the north corner of said tract of land conveyed to DBE Realty Investments, LTD. and the northeast corner of tract of land described as Tract 1 conveyed to Eagle Mountain Lake Farms, LLC as recorded in Instrument No. D212059046 of said Official Public Records of Tarrant County, Texas, also being in the southwest line of Boat Club Road (variable width right-of-way), said 7/8 inch iron rod having grid coordinates of N=7,008,443.72 and E=2,297,667.46. THENCE South 29 degrees 02 minutes 56 seconds East, with the northeast line of said tract of land conveyed to DBE Realty Investments, LTD. and southwest line of said Boat Club Road, a distance of 247.68 feet to a calculated point for corner; THENCE South 61 degrees 11 minutes 25 seconds West, a distance of 30.00 feet to a calculated point for corner; THENCE South 29 degrees 02 minutes 56 seconds East, a distance of 503.52 feet to a calculated point for the beginning of curve to the right having a radius of 1,066.81 feet, a delta angle of 23 degrees 47 minutes 54 seconds, and whose chord bears South 17 degrees 05 minutes 04 seconds East, a chord distance of 439.93 feet; THENCE Southeasterly, with said curve to the right, an arc distance of 443.11 feet to a calculated point for corner; THENCE South 89 degrees 28 minutes 16 seconds West, a distance of 45.16 feet to a calculated point for the beginning of a curve to the left having a radius of 1,021.81 feet, a delta angle of 23 degrees 35 minutes 34 seconds, and whose chord bears North 17 degrees 11 minutes 14 seconds West, a chord distance of 417.79 feet; Exhibit A Page 1 of 6 THENCE Northwesterly, with said curve to the right, an arc distance of 420.75 feet to a calculated point for corner; THENCE North 29 degrees 02 minutes 56 seconds West, a distance of 323.36 feet to a calculated point for corner; THENCE South 60 degrees 57 minutes 48 seconds West, a distance of 43.51 feet to a calculated point for corner; THENCE North 29 degrees 04 minutes 50 seconds West, a distance of 207.33 feet to a calculated point for corner in the west line of said tract of land conveyed to DBE Realty Investments, LTD. and the east line of said Tract 1, from which a 5/8 inch iron rod found for the northeast corner of a tract of land conveyed to Eagle Mountain Lake Equestrian Center LLC as recorded in Instrument No. D203204453 of said Official Public Records of Tarrant County, Texas, and the southeast corner of said Tract 1, and the west line of said tract of land conveyed to DBE Realty Investments, LTD. and the east line of said Tract 1, bears South 00 degrees 45 minutes 02 seconds East, a distance of 484.27 feet; THENCE North 00 degrees 45 minutes 03 seconds East, with the west line of said tract of land conveyed to DBE Realty Investments, LTD. and east line of said Tract 1, a distance of 250.23 feet to the POINT OF BEGINNING, and containing 66,238 square feet or 1.521 acres of land, more or less. PART II Being a temporary construction easement situated in the B. Thomas Survey, Abstract No. 1497, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land conveyed to DBE Realty Investments, LTD. as recorded in Instrument No. D211069547 of the Official Public Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a calculated point for corner in the west line of said tract of land conveyed to DBE Realty Investments, LTD. and the east line of Lot 1, Block 1 of Block 1 of Paul Krause Addition, an addition to the City of Fort Worth as recorded in Volume A, Page 10153 of the Plat Records of Tarrant County, Texas, said calculated point having grid coordinates of N=7,007,318.00 and E=2,297,682.17, from which a 5/8 inch iron rod with cap stamped "Brooks Baker Survey" found for the northeast corner of said Lot 1 and the southeast corner of a tract of land conveyed to Eagle Mountain Lake Equestrian Center LLC as recorded in Instrument No. D203204453 of said Official Public Records of Tarrant County, Texas, bears North 00 degrees 44 minutes 36 seconds West, a distance of 38.78 feet; Exhibit A Page 2 of 6 THENCE North 89 degrees 28 minutes 16 seconds East, a distance of 485.85 feet to a calculated point for corner in the east line of said tract of land conveyed to DBE Realty Investments, LTD. and the east line of Boat Club Road (variable width right-of-way); THENCE South 00 degrees 17 minutes 08 seconds East, with the east line of said tract of land conveyed to DBE Realty Investments, LTD. and the east line of said Boat Club Road, a distance of 45.00 feet to a calculated point for corner, from which a 2 inch steet post found for the southeast corner of said tract of land conveyed to DBE Realty Investments, LTD. and the northeast corner of a tract of land conveyed to MHC 249 Seagoville & Fort Worth, LLC as recorded in Instrument No. D223140730 of said Official Public Records of Tarrant County, Texas, bears South 00 degrees 17 minutes 08 seconds East, a distance of 103.87 feet; THENCE South 89 degrees 28 minutes 16 seconds West, a distance of 485.49 feet to a calculated point corner in the west line of said tract of land conveyed to DBE Realty Investments, LTD. and east line of said Lot 1; THENCE North 00 degrees 44 minutes 36 seconds West, with the west line of said tract of land conveyed to DBE Realty Investments, LTD. and the east line of said Lot 1, a distance of 45.00 feet to the POINT OF BEGINNING, and containing 21,855 square feet or 0.501 acres of land, more or less. Exhibit A Page 3 of 6 Notes: 1.) A plat of the 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 utilizing a surface adjustment factor of 1.00012. * SURVEYOR'S CERTIFICATE * TO ALL PARTIES INTERESTED IN TITLE TO THE PREMISES SURVEYED, I DO HEREBY CERTIFY THAT THE ABOVE LEGAL DESCRIPTION WAS PREPARED FROM PUBLIC RECORDS AND FROM AN ACTUAL AND ACCURATE SURVEY UPON THE GROUNDS AND THAT SAME IS TRUE AND CORRECT. Date: September 06, 2024 Revised: September 12, 2024 OF TF Revised: September 13, 2024 RICHARD KENNEDY — ....................... .... t5527 \ •.es.. ` 1 S U R� Richard Kennedy Registered Professional Land Surveyor No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 4 of 6 Lot Report Fri Sep 13 08:54:44 2024 Lot File: \\gainas04\Active\ProductionO4\KHA_2401.00 - CoFW Northside III Water Main\SURVEY\CAD\LOT\PARCELS.Iot Lot: P 5.A TCE_R02 Bearing Distance Radius Length Chord Delta S 29002'56" E 247.68 S 61011'25" W 30.00 S 29002'56" E 503.52 S 17005'04" E 439.93 1066.81 443.11 439.93 23047'54" S 89028'16" W 45.16 N 17011'14" W 417.79 1021.81 420.75 417.79 23035'34" N 29002'56" W 323.36 S 60057'48" W 43.51 N 29004'50" W 207.33 N 00045'03" W 250.23 Closure Error Distance> 0.0091 Error Bearing> S 52° 16'52" E Closure Precision> 1 in 276525.2 Total Distance> 2514.64 66238 SQ. FT. 1.5206 ACRES Bearing Distance Radius Length Chord Delta file:///gainas04/... orthside%20I1I%20Water%20Main/SURVEY/CAD/LOT/P5.A%20TCE%20PART%201%20AND%20PART%2011_r02.txt[9/13/2024 9:14:59 AM] D224185002 10/16/2024 01:59 PM Page: 1 of 11 Fee: $60.00 Submitter: City of Fort Worth, TX Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK Eagle Mountain - Roanoke 345 KV line Fort Worth - Graham 138 KV line Eagle Mountain - Calmont 138 KV line Eagle Mountain - Saginaw 138 KV line D-2359, D-1017, D-212 2024-7865CW EASEMENT AND RIGHT OF WAY STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § That ONCOR ELECTRIC DELIVERY COMPANY LLC, a Delaware limited liability company, hereinafter referred to as Grantor, for and in consideration of TEN AND NO/100 DOLLARS ($10.00), and other good and valuable consideration to it in hand paid by the City of Fort Worth, a Texas Municipal Corporation, hereinafter referred to as Grantee, has granted, sold and conveyed and by these presents does hereby grant, sell and convey unto said Grantee a nonexclusive 30-foot wide easement and right of way for the purpose of constructing, reconstructing, replacing, maintaining and operating an fifty-four inch (54") water transmission main hereinafter referred to as Grantee's Facility, in, over, under, across and along the property described on the attached Exhibit "A" and shown on the attached Exhibit "B": SEE ATTACHED EXHIBITS There is also granted to Grantee, its successors or assigns, a nonexclusive easement to use only so much of Grantor's adjoining land during temporary periods, as may be necessary for the construction, maintenance, and repair of said Grantee's Facility. Such use shall not interfere with Grantor's use of such property in the operation of its business and Grantee shall properly maintain such property during construction and at the conclusion of such construction remove all construction debris and other materials from such property and restore such property to the same condition it was in prior to the commencement of Grantee's construction thereon or in proximity thereto. Additional general construction limitations on easement are described and listed, but not limited to, in Exhibit "C", attached hereto and by reference made a part hereof. Use of draglines or other boom -type equipment in connection with any work to be performed on Grantor's property by the Grantee, its employees, agents, representatives or contractors must comply with Chapter 752, Texas Health and Safety Code, the National Electrical Safety Code and any other clearance requirements. Notwithstanding anything to the contrary herein, in no event shall any equipment be within fifteen (15) feet of the Oncor 138,000 volt or less power lines or within twenty (20) feet of the Oncor 345,000 volt power lines situated on the aforesaid property. Grantee must notify Fort Worth Transmission, (817-496-2736) at least 48 hours prior to the use of any boom -type equipment on Grantor's property except in an emergency. Grantor reserves the right to refuse Grantee permission to use boom -type equipment. Easement and Right of Way Page 1 of 11 D224185002 Page 2 of 11 Grantee shall locate its Facility within the easement so as not to interfere with any of Grantor's facilities. Grantee shall not place its facility within 25 feet of any pole or tower leg. Grantee shall reimburse Grantor for any and all costs and expenses incurred by Grantorfor any relocation or alteration of its facilities located on or near the easement that Grantor, in its sole discretion, determines are subject to interference from the said Grantee's Facility or from the exercise by Grantee of any of its rights hereunder. This easement is granted upon the conditions that Grantee's Facility to be constructed shall be maintained and operated by Grantee at no expense to Grantor and Grantor shall not be responsible for any costs of construction, reconstruction, operation, maintenance or removal of Grantee's Facility. Grantee, to the extent allowable by Texas law, agrees to defend, indemnify and hold harmless Grantor, its officers, agents and employees, from and against any and all claims, demands, causes of action, loss, damage, liabilities, costs and expenses (including attorney's fees and court costs) of any and every kind or character, known or unknown, fixed or contingent, for personal injury (including death), property damage or other harm for which recovery of damages is sought or suffered by any person or persons that may arise out of, or be occasioned by, the negligence, misconduct or omission of Grantee, its officers, agents, associates, employees, contractors, subcontractors, subconsultants, or any other person entering onto the easement or may arise out of or be occasioned by Grantee's use of the easement, except that the indemnity provided for in this paragraph shall not apply to any liability resulting from the sole negligence of Grantor, its officers, agents, or employees or separate contractors, and in the event of joint and concurrent negligence of both Grantor and Grantee, responsibility and indemnity, if any, shall be apportioned comparatively in accordance with the laws of the State of Texas. Nothing contained herein shall ever be construed so as to require Grantee to assess, levy and collect any tax to fund its obligations under this paragraph. 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. Grantee has not and will not create a sinking fund or collect any tax to pay any obligation created under this section. Grantee shall, at its own cost and expense comply with all applicable laws, including but not limited to existing zoning ordinances, governmental rules and regulations enacted or promulgated by any governmental authority and shall promptly execute and fulfill all orders and requirements imposed by such governmental authorities for the correction, prevention and abatement of nuisances in or upon or connected with said premises because of Grantee's use thereof. This easement, subject to all liens of record, shall continue only so long as Grantee shall use this right of way for the purpose herein described and the same shall immediately lapse and terminate upon cessation of such use. TO HAVE AND TO HOLD the above described easement and rights unto the Grantee, its successors and assigns, for the purposes aforesaid and upon the conditions herein stated until the same shall be abandoned for use by the Grantee for the purpose Easement and Right of Way Page 2 of 11 D224185002 ierein stated, then and thereupon this conveyance shall be null and void and the use of Page 3 of 11 said land and premises shall absolutely revert to Grantor herein, its successors and assigns, and no act or omission on the part of them shall be construed as a waiver of the enforcement of such condition. AND Grantor does hereby bind itself, its successors and assigns, to WARRANT AND FOREVER DEFEND all and singular the above described easement and rights unto the Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, by, through or under Grantor but not otherwise. EXECUTED as of this day of , 2024. GRANTOR: ONCOR ELECTRIC DELIVERY COMPANY LLC Attorney -in -Fact STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared JOSe (C� as the Attorney -In -Fact of Oncor Electric Delivery Company LLC, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same for the purposes and consideration therein expressed, in the capacity therein stated and he is authorized to do so. GIVEN UNDER MY HAND AND SEAL OF OFFICE this J6 day of fc he-r A. D. 2024. ,�. Tracy Mitchell pr�a ommis02'7y�2Mary11166Not0 22i0 _ Notary PubliO/ and for the State of Texas Easement and Right of Way Page 3 of 11 D224185002 Page 4 of 11 Grantee: The City of Fort Worth Approved as to Form and Legality By: By: Matthew Murray Name: Name - Assistant City Attorney Title:4" ATitle: STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared as the -Jkrim il-wer�j Aie A,-er City of Flirt Worth, known to me to be the person whose name isubscribed to the foregoing instrument and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed, in the capacity therein stated and he/she is authorized to do so. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of A. D. 2024. JEREMY VAN RrrE Notary PublloZWO Of TOYOS Tarrant County Notary ID #12933313-0 otl Commission Ep, JUNE 1520?6 After Recording, Return To: Oncor Electric Delivery Company LLC Right of Way Services Attn: Laura DeLaPaz 777 Main St, Suite 707 Ft. Worth, Texas 76102 Nota bl n and for the State of Texas a /Ul i c i Easement and Right of Way Page 4 of 11 D224185002 Page 5 of 11 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 104940-2; PARCEL ID NO. 6 PERMANENT WATER EASEMENT JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a permanent water easement situated in the Josiah N. Reed Survey, Abstract No. 1362, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land conveyed to Texas Electric Service Company as recorded in Volume 6865, Page 414, Volume 2542, Page 1 and Volume 2658, Page 587 of the Deed Records of Tarrant County, Texas, said permanent water easement being more particularly described by metes and bounds as follows: COMMENCING at a 3/4 inch iron rod found for the southwest corner of a tract of land conveyed to Chapel Hill West LLC as recorded in Instrument No. D218219520 of the Official Public Records of Tarrant County, Texas, and southeast corner of a tract of land conveyed to William M. Seger and Cyndi Seger as recorded in Volume 12216, Page 206 of the Deed Records of Tarrant County, Texas, said 3/4 inch iron rod found also being in the north line of a tract of land conveyed to KLLB AIV LLC as recorded in Instrument No. D222052099 of said Official Public Records of Tarrant County, Texas; THENCE North 00 degrees 21 minutes 18 seconds West, with the east line of said tract of land conveyed to William M. Seger and Cyndi Seger and west line of said tract of land conveyed to Chapel Hill West LLC, a distance of 2,017.40 feet to a calculated point for southwest corner of said tract of land conveyed to Texas Electric Service Company and northwest corner of said tract of land conveyed to Chapel Hill West LLC; THENCE South 78 degrees 06 minutes 37 seconds East, with the southeast line of said tract of land conveyed to Texas Electric Service Company and the northeast line of said tract of land conveyed to Chapel Hill West LLC, a distance of 1,399.88 feet for the POINT OF BEGINNING, said calculated point having grid coordinates of N=7,014,113.33 and E=2,297,182.58; THENCE North 05 degrees 13 minutes 36 seconds West, a distance of 461.99 feet to a calculated point for corner in the northeast line of said tract of land conveyed to Texas Electric Service Company and the southwest line of tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC as recorded in Instrument No. D221239778 of said Official Public Records of Tarrant County, Texas; THENCE South 78 degrees 01 minutes 41 seconds East, with the northeast line of said tract of land conveyed to Texas Electric Service Company and the southwest line of tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC, a distance of 31.40 feet to a calculated point for corner; Exhibit A Page 1 of 4 Easement and Right of Way Page 5 of 11 D224185002 Page 6 of 11 THENCE South 05 degrees 13 minutes 36 seconds East, with the southwest line of said tract of land conveyed to Texas Electric Service Company and northeast line of said tract of land conveyed to Chapel Hill West LLC, a distance of 461.94 feet to a calculated point for corner, from which a 5/8 iron rod found for the northeast corner of said tract of land conveyed to Chapel Hill West LLC bears South 78 degrees 06 minutes 37 seconds East, a distance of 1,134.94 feet; THENCE North 78 degrees 06 minutes 37 seconds West, with the southwest line of said tract of land conveyed to Texas Electric Service Company and the northeast line of said tract of land conveyed to Chapel Hill West LLC, a distance of 31.39 feet to a calculated point to the POINT OF BEGINNING, and containing 13,859 square feet or 0.318 acres of land, more or less. Notes: 1.) A plat of the 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 utilizing a surface adjustment factor of 1.00012. * SURVEYOR'S CERTIFICATE TO ALL PARTIES INTERESTED IN TITLE TO THE PREMISES SURVEYED, I DO HEREBY CERTIFY THAT THE ABOVE LEGAL DESCRIPTION WAS PREPARED FROM PUBLIC RECORDS AND FROM AN ACTUAL AND ACCURATE SURVEY UPON THE GROUNDS AND THAT SAME IS TRUE AND CORRECT. Date: July 23, 2024 P:.G�sTER :F� RICHARD KENNEDY 5527 Q:. 2�•. f5S SUR` - J Richard Kennedy i/ Registered Professional Land Surveyor No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 2 of 4 Easement and Right of Way Page 6 of 11 D224185002 Page 7 of 11 .EXHIBIT "B " PARCEL No. 6 PWE MERITAGE HOMES OF TEXAS LLC & GRBK EDGEWOOD LLC �-� L-2 INST. NO. D221239778 � O.P.R.T.C.T. TEXAS ELECTRIC SERVICE COMPANY VOLUME 6865, PAGE 414 _ D. R.T.C.T. TEXA S ELECTRIC VOLUME SERVICE CO D. R.C T pAGE 1MPANY '.� TEXAS ELECTR s s99. 87 '' `� VOLUME IC SERVICE b 8s It ` 2658 p COMpA _ �"--� D•R.T.C.TAGE 587 NY Is v L-4 �I S 7g.0637-�3+ FND. °° P. 0.6. 5/8"IR GRID COORDINATE a N=7,014,113.33 o E=2,297,182.58 z I CHAPEL HILL WEST LLC ATMOS ENERGY INSTRUMENT NO. D218219520 50• PIPELINE EASEMENT O.P.R.T.C.T. INSTRUMENT D220334415 O.P.R..R.T.C.T. �I I S�RVE'� I Ep 13 N N• RENo. 62 W 3OSPgs�(Rp,�� a " a ww ~ �� (nV"6� �Z�o } II <" W I P.O. C. 3 0 "j FND. 3/4-IR 300 150 0 300 KLLB AIV LLC INSTRUMENT N0. D222052099 O.P.R.T.C.T. SCALE IN FEET FoRTWoRTH City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH �� OF rF WATER TRANSMISSION MAIN PARCEL NO. 6 PWE PERMANENT WATER EASEMENT CoFW Project No. 104940-2 RICHARD KENNEDY OWNER: TEXAS ELECTRIC SERVICE COMPANY SURVEY: JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 °p 5527 Qom: LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ��jiQ :...... ACQUISITION AREA: 13,859 SQUARE FEET OR 0.318 ACRES UR`I WHOLE PROPERTY ACREAGE: APPROXIMATELY 68.14 ACRES (CALCULATED) �I RICHARD KENN Y u JOB No. KHA_2401.00 I DRAWN BY: PRL I CAD FILE: P6 PWE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 23, 2024 EXHIBIT B PAGE 3 OF 4 SCALE: 1"=300• NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 • 817-496-1424 FAX 817-496-1768 Easement and Right of Way Page 7 of 11 D224185002 Page 8 of 11 EXHIBIT "B " PARCEL No. 6 PWE LEGEND ® SET MONUMENTATION (SIZE AND TYPE NOTED) • FND MONUMENTATION (SIZE AND TYPE NOTED) O CALCULATED POINT — — PROPERTY/RIGHT—OF—WAY LINE — — — — — EXISTING EASEMENT LINE ---------- PROPOSED EASEMENT LINE t SURVEY/ABSTRACT LINE PARCEL No. 6 PERMANENT WATER EASEMENT LOCATION SUBJECT TRACT & LOCATION OF EASEMENT LINE TABLE NOTES: I LINE BEARING DISTANCE 1. A LEGAL DESCRIPTION OF SAME DATE HEREWITH ACCOMPANIES THIS PLAT. L-1 N 05'13'36'W 461.99' 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS STATE PLANE L-2 S 78'01 41 E 31.40 COORDINATE SYSTEM, NAD-83(2011), NORTH CENTRAL ZONE (4202). ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE ADJUSTMENT L-3 S 05'13'36"E 461.94' FACTOR OF 1.00012. 1 L-4 N 78'06'37"W 31.39' FoRTWORTH City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54—INCH �� of T� WATER TRANSMISSION MAIN PARCEL NO. 6 PWE PERMANENT WATER EASEMENT CoFW Project No. 104940-2 RICHARD KENNEDY OWNER: TEXAS ELECTRIC SERVICE COMPANY SURVEY: JOSIAH N. REED SURVEY, ABSTRACT NO. 1362 A�pcESS�� P� LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS �Q ACQUISITION AREA: 13,859 SQUARE FEET OR 0.318 ACRES WHOLE PROPERTY ACREAGE: APPROXIMATELY 68.14 ACRES (CALCULATED) RICHARD KENN DY JOB No. KHA_2401.00 I DRAWN BY: PRL I CAD FILE: P6 PWE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 23, 2024 EXHIBIT B PAGE 4 OF 4 SCALE: 1'=300' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, INC. • 2800 N.E. LOOP 820, S ITE 660 FORT WORTH, TX. 76137 81�-496-1424 FAX 817-496-1768 Easement and Right of Way Page 8 of 11 D224185002 Page 9 of 11 LIMITATIONS ON Oncor ELECTRIC DELIVERY COMPANY RIGHT OF WAY EXHIBIT "C" 1. You are notified, and should advise your employees, representatives, agents, and contractors, who enter the property that they will be working in the vicinity of high voltage electrical facilities and should take proper precautions, included but not limited to the following stipulations and in compliance, at all times, with Chapter 752, V.T.C.A., Health & Safety Code. 2. Blasting is not to be permitted on Oncor right-of-way or under Oncor lines. 3. Construction on electric transmission line easements acquired by Oncor after January 1, 2003 shall comply with the requirements of Public Utility Commission Substantive Rules §25.101, as amended from time to time. 4. No crossing less than 45 degrees to the centerline of the right-of-way. 5. Grading will be done in order to leave the right-of-way as near as possible to present condition. Spoil dirt will be removed from the right-of-way and no trash is to be left on right-of-way. Slopes shall be graded so that trucks can go down the right-of-way when required and such that the slopes can be mechanically maintained. 6. Equipment and materials will not be stored on the right-of-way during construction without written approval of the Supervisor of Regional Transmission. 7. Street or road crossings are to be based on drawings submitted. Any change in alignment or elevation will be resubmitted for approval. 8. No signs, lights or guard lights will be permitted on the right-of-way. 9. Power line safety equipment operations: hazard assessment and precautions inside the work zone area must be performed and in compliance with OSHA Standard §1926.1408 at all times. Equipment shall not be placed within fifteen (15) feet of the Oncor 138,000 volt or less power lines or within twenty (20) feet of the Oncor 345,000 volt power lines. Easement and Right of Way Page 9 of 11 D224185002 Page 10 of 11 10. Any pre -approved fencing will not exceed eight (8) feet in height, and if metal in nature, will be grounded, at ten (10) feet intervals, with an appropriate driven ground. Gates should be at least sixteen (16) feet in width to allow Oncor access to the right-of-way. 11. No dumpsters will be allowed on Oncor right-of-way or fee owned property. 12. Draglines will not be used under the line or on Oncor right-of-way. 13. The existing grade shall not be disturbed, excavated or filled within 25 feet of the nearest edge of any Oncor transmission structure (tower, pole, guy wire, etc...). 14. Right-of-way will be protected from washing and erosion by Oncor approved method before any permits are granted. No discharging of water will be allowed within any portion of the right of way. Drainage facilitation will not be allowed to discharge into/onto Oncor right-of-way. 15. No obstruction shall be installed on the right-of-way that would interfere with access to Oncor structures or prevent mechanical maintenance. 16. Before any work is done under Oncor lines or by Oncor structures notify the Region Transmission Department, 817-496-2736. 17. No hazardous materials will be stored on the right of way. 18. For purposes of this document, "Hazardous Materials" means and includes those substances, including, without limitation, asbestos -containing material containing more than one percent (1 %) asbestos by weight, or the group of organic compounds known as polychlorinated biphenyls, flammable explosives, radioactive materials, chemicals known to cause cancer or reproductive toxicity and includes any items included in the definition of hazardous or toxic waste, materials or substances under any Hazardous Material Law. "Hazardous Material Laws" collectively means and includes any present and future local, state and federal law relating to the environment and environmental conditions including, without limitation, the Resource Conservation and Recovery Act of 1976 ("RCRA"), 42 U.S.C. §6901 et seq., the Comprehensive Environmental Response, Compensation and Liability Act of 1980, ("CERCLA"), 42 U.S.C. §§9601-9657, as amended by the Superfund Amendments and Reauthorization Act of 1986 ("SARA"), the Hazardous Material Transportation Act, 49 U.S.C. Easement and Right of Way Page 10 of 11 D224185002 §6901 et seq., the Federal Water Pollution Control Act, 33 U.S.C. §1251, et seg., the Clean / Page 11 of 11 Act, 42 U.S.C. §741 et seq., the Clean Water Act, 33 U.S.C. §7401 et seq., the Toxic Substances Control Act, 15 U.S.C. §§2601-2629, the Safe Drinking Water Act, 42 U.S.C. §§300f-330j, and all the regulations, orders, and decrees now or hereafter promulgated thereunder. 19. Brush and cut timber is not to be piled or stacked on Oncor right-of-way nor is it allowed to be burned upon or in close proximity to the conductors or towers. 20. No structures or obstructions, such as buildings, garages, barns, sheds, swimming pools, playground equipment, guard houses, etc., will be permitted on the right-of-way. 21. Landscaping on Oncor right-of-way is permitted when Oncor approves landscaping plans in writing. No lighting or sprinkler systems are allowed on the right-of-way. 22. No park or park designation will be permitted on the right-of-way. 23. Gas Pipeline Protective Barrier; Grantee, at Grantee's sole expense, shall provide one of the following protective barriers; 1) a concrete protective barrier between the surface and the pipe that is a minimum of one (1) foot thick by one (1) foot wide, if pipe is wider than one (1) foot, then width of pipe, with the top of the concrete barrier to be at least one (1) foot below the surface orfinal grade, 2) construct the gas pipeline inside of a proper protective steel casing, 3) where electric facilities are located above ground, install the pipeline a minimum of ten (10) feet below the ground surface, or 4) where electric facilities are located below ground, install the pipeline at a depth that provides for a minimum of a ten (10) foot clearance between the pipeline and the underground electric facilities. 24. No fire hydrants or manholes will be permitted within the right-of-way. 25. Any drainage feature that allows water to pond, causes erosion, directs stormwater toward the right-of-way or limits access to or around Oncor's facilities is prohibited. Drainage facilitation will not be allowed to discharge into/onto Oncor right-of-way. 26. No boring pits or other type of pits will be permitted within the right-of-way. Easement and Right of Way Page 11 of 11 D224187210 10/18/2024 04:16 PM Page: 1 of 7 Fee: $44.00 Submitter: City of Fort Worth, TX Electronically Recorded by Tarrant County Clerk in Official Public Records 01'A� MARY LOUISE NICHOLSON COUNTY CLERK CPN 104940-2 Northside III 54" Transmission Main Parcel No. 7 PWFE 3501 W BONDS RANCH RD T. HICKS SURVEY, ABSTRACT No. 1818 W.E. BOSWELL SURVEY, TRACT 1 CITY OF FORT WORTH NOTICE OF FACILITIES THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § WHEREAS the CITY OF FORT WORTH, a municipal corporation of the State of Texas ("City"), is the owner of a tract of land located at 3501 W Bonds Ranch Road, T. Hicks Survey Survey, Abstract 1818, Tract 1, conveyed to the City by that certain Special Warranty Deed, dated August 9th, 2019 and recorded in the Deed Records of Tarrant County, Texas, Instrument Number D219178556 (the "Property"); and WHEREAS the City, as owner of the Property, has determined that there is a need to use a portion of the Property for the installation of a permanent water facility easement (the "City Facilities") as depicted in the attached Exhibits "A" and "B." (the "Facility Area"); and WHEREAS this Notice of Facilities is recorded in the Deed Records of Tarrant County, Texas to serve as public notice that the City has constructed, or will construct, and continue to operate and maintain the City Facilities within the Facility Area; and WHEREAS in the event of a sale of the Property, the City will reserve an exclusive, perpetual easement in the Facility Area to retain and protect the City Facilities. NOW, THEREFORE, the City of Fort Worth does hereby provide public notice of City Facilities in the Facility Area on the Property. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] D224187210 Page 2 of 7 IN, WITNESS WHEREOF, this Notice of Facilities is executed this day of UG1-obcr , 20 �4 CITY OF FORT ORTH: By (Signature): (Print Name): 44 W0 Vl V\ (Title): (AeYl VI, rc5;04� )14-tAa-, (� APPROVED AS TO FORM AND LEGALITY: By (Signature): (Print Name): Matthew Murray (Title): Assistant City Attorney ACKNOWLEDGMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Marilyn Marvin, Director Property Management Department of the City of Fort Worth, 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 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 rh day of 20 . f o��v P JEREMY VAN RrrE 'ti Notary Publlo-State of Texas Notary lic ' and for the State of Texas * N Teirant County N•'re Notary ID #12933313-0 Commisft Exp. JUNE 15, 20261-1 D224187210 Page 3 of 7 EXHIBIT "A" NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 104940-2; PARCEL ID NO. 7 NOTICE OF CITY FACILITIES T. HICKS SURVEY, ABSTRACT No. 1818 W.E. BOSWELL SURVEY, ABSTRACT NO. 1852 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a permanent water easement situated in the T. Hicks Survey, Abstract No. 1818 and W.E. Boswell Survey, Abstract No. 1852, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land conveyed to the City of Fort Worth as recorded in Instrument No. D219178556 of the Official Public Records of Tarrant County, Texas, said permanent water easement being more particularly described by metes and bounds as follows: BEGINNING at a calculated point for corner in the south line of said tract of land conveyed to the City of Fort Worth and the north line of a tract of land conveyed to Chapel Hill West LLC described as Tract III as recorded in Instrument No. D218219520 of said Official Public Records of Tarrant County, Texas, from which a 3/4 inch iron rod found for southwest corner of said tract of land conveyed to the City of Fort Worth and the northwest corner of said Tract III bears South 89 degrees 33 minutes 32 seconds West, a distance of 2,889.04 feet, said calculated point having grid coordinates of N=7,017,695.71 and E=2,296,912.24; THENCE North 00 degrees 47 minutes 58 seconds West, a distance of 476.44 feet to a calculated point for corner in the northeast line of said tract of land conveyed to the City of Fort Worth and the southwest line of a tract of land conveyed to Meritage Home of Texas LLC & GRBK Edgewood LLC as recorded in Instrument No. D221239778 of said Official Public Records of Tarrant County, Texas, said calculated point being the beginning of a curve, to the left having a radius of 1,382.92 feet, a delta of 04 degrees 08 minutes 55 seconds and whose chord bears South 18 degrees 14 minutes 11 seconds East, a chord distance of 100.11 feet; THENCE Southeasterly, with the northeast line of said tract of land conveyed to City of Fort Worth and the southwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC, an arc distance of 100.14 feet to a calculated point for corner; THENCE South 00 degrees 47 minutes 58 seconds East, a distance of 381.12 feet to a calculated point for corner, in the south line of said tract of land conveyed to the City of Fort Worth and the north line of said Tract III, from which a 5/8 inch iron rod found for the southeast corner of said tract of land conveyed to the Exhibit A Page 1 of 4 D224187210 Page 4 of 7 City of Fort Worth and the north line of said Tract III bears North 89 degrees 33 minutes 32 seconds East, a distance of 182.35 feet; THENCE South 89 degrees 33 minutes 32 seconds West, with the south line of said tract of land conveyed to the City of Fort Worth and the north line of said Tract III, a distance of 30.00 feet to the POINT OF BEGINNING, and containing 12,803 square feet or 0.294 acres of land, more or less. Notes: 1.) A plat of the 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 utilizing a surface adjustment factor of 1.00012. * SURVEYOR'S CERTIFICATE * TO ALL PARTIES INTERESTED IN TITLE TO THE PREMISES SURVEYED, I DO HEREBY CERTIFY THAT THE ABOVE LEGAL DESCRIPTION WAS PREPARED FROM PUBLIC RECORDS AND FROM AN ACTUAL AND ACCURATE SURVEY UPON THE GROUNDS AND THAT SAME IS TRUE AND CORRECT. Date: August 06, 2024 Revised Date: August 08, 2024 �E OF RICHARD KENNEDY 5527 ti�-• .ESS � �' -1 SUR �'J Richard Kennedy l/ Registered Professional Land Surveyor No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 2 of 4 D224187210 Page 5 of 7 EXHIBIT "B " PARCEL No. 7 Notice of City Facilities 200 100 0 200 N\CK NO • 1 SCALE IN FEET PBS�RAc� 1 CITY OF FORT WORTH MERITAGE HOMES OF TEXAS LLC & 1 GRBK EDGEWOOD LLC INSTRUMENT N0. D219178556 I I INSTRUMENT NO. D221239778 O.P.R.T.C.T. O.P.R.T.C.T. O N o L S 89'33'32"W 2,8�8904' �.:.:. �► L-3 FND. 5/8"IR _ ,L I Q Z M L-4 O Q P.O.B. GRID COORDINATE V) N=7,017,695.71 m m E-2,296,912.24 , Q TRACT III CHAPEL HILL WEST LLC �/ INSTRUMENT NO. D218219520 S 3?N � ` O.P.R.T.C.T. • �• BOSW�No• REVISED DATE: AUGUST OB, 2024 ForrWorm City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NOR THSIDE III 54-INCH WATER TRANSMISSION MAIN OF r PARCEL NO. 7 I CoFW Project No. 104940-2 NOTICE OF CITY FACILITIES u7 OWNER: CITY OF FORT WORTH RICHARD KENNEDY SURVEY: T. HICKS SURVEY, ABSTRACT NO. 1818 5527G SURVEY: W.E. BOSWELL SURVEY, ABSTRACT NO. 1852 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS /ji•.FSS�•..�-� \ ACQUISITION AREA: 12,803 SQ. FT. OR 0.294 ACRES U RJ l\ WHOLE PROPERTY ACREAGE: APPROXIMATELY 68.167 ACRES (PER DEED) RICHARD KENNEDY JOB No. KHA_2401.00 �DRAWN BY: PRLI CAD FILE: P7 PWE—RO1.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: AUGUST 06, 2024 EXHIBIT B PAGE 3 OF 4 ILSCALE: 1=200' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES,NC. • 2800 N.E. LOOP 820, S RE 660 FORT WORTH, TX. 76137 0-496-1424 FAX 817-496-1768 D224187210 Page 6 of 7 EXHIBIT "B " PARCEL No. 7 Notice of City Facilities LEGEND ® SET MONUMENTATION (SIZE AND TYPE NOTED) • FND MONUMENTATION (SIZE AND TYPE NOTED) O CALCULATED POINT — — — PROPERTY/RIGHT—OF—WAY LINE — — — — EXISTING EASEMENT LINE ---------- PROPOSED EASEMENT LINE T. SURVEY/ABSTRACT LINE PARCEL No. 7 NOTICE OF CITY FACILITIES LOCATION LINE TABLE LINE BEARING DISTANCE L-1 N 0947'58"W 476.44' L-2 S 00'47'58"E 381.12' L-3 N 89'33'32"E 182.35' SUBJECT TRACT & L-4 S 89'33'32"W 30.00' LOCATION OF EASEMENT CURVE TABLE CARC CR1E 11,382.92 ' I 04'08 55" I DELTA CHD S01R8'14'11 RIEG I 1 OORD 11 0.14' NOTES: 1. A LEGAL DESCRIPTION OF SAME DATE HEREWITH ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD-83(2011), NORTH CENTRAL ZONE (4202). ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE ADJUSTMENT FACTOR OF 1.00012. REVISED DATE: AUGUST 08, 2024 oar Worm City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN OF rF PARCEL NO. 7 I CoFW Project No. 104940-2 ST£;Q�;•;-fy NOTICE OF CITY FACILITIES OWNER: CITY OF FORT WORTH RICHARD KENNEDY SURVEY: T. HICKS SURVEY, ABSTRACT NO. 1818 SURVEY: W.E. BOSWELL SURVEY, ABSTRACT NO. 1852 °.p 5527 Q� r %.§SS1�w 'K �-. LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS �L•'' ••......• �\ ACQUISITION AREA: 12,803 SQ. FT. OR 0.294 ACRESURv 1 /l WHOLE PROPERTY ACREAGE: APPROXIMATELY 68.167 ACRES (PER DEED) RICHARD KENNE {I/ JOB No. KHA-2401.00 �NC. DRAWN BY: PRL I CAD FILE: P7 PWE_RO1.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: AUGUST 06, 2024 EXHIBIT B PAGE4OF 4 SCALE: 1•=200' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA doASSOCIATES, • 2800 N.E. LOOP 820, SUITE 660 FORT WORTH, TX. 76137 8.7-496-1424 FAX 817-496-1768 D224187210 Lot Report Wed Jul 31 07:49:52 2024 Page 7 of 7 Lot File:\\gainas04\Active\ProductionO4\KHA_2401.00 - CoFW Northside III Water Main\SURVEY\CAD\LOT\PARCELS.Iot Lot: P7 PWE Bearing Distance Radius Length Delta N 00047'58" W 476.44 S 18014'11" E 100.11 1382.92 100.14 4008'55" S 00047'58" E 381.12 S 89033'32" W 30.00 Closure Error Distance> 0.0022 Error Bearing> N 21°38'34" E Closure Precision> 1 in 444374.0 Total Distance> 987.69 12803 SQ. FT. 0.294 ACRES Bearing Distance Radius Length Delta file:///gainas04/... roduction04/KHA_2401,00%20-%2OCoFW%2ONorthside%20III%2OWater%2OMain/SURVEY/CAD/LOT/P7%2OPWE.txt[8/8/2024 9:56:12 AM] D224189721 10/23/2024 12:50 PM Page: 1 of 9 Fee: $52.00 Submitter: City of Fort Worth, TX Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK CPN 104940-2 Northside III 54" Transmission Main Parcel No. 8 PWFE 3501 W BONDS RANCH RD T.& P. RR SURVEY, ABSTRACT No. 1568 CITY OF FORT WORTH NOTICE OF FACILITIES THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT § WHEREAS the CITY OF FORT WORTH, a municipal corporation of the State of Texas ("City"), is the owner of a tract of land located at 3501 W Bonds Ranch Road, Texas and Pacific Railroad Survey, Abstract 1568, conveyed to the City by plat, dated May 28t' , 2024 and recorded in the Deed Records of Tarrant County, Texas, Instrument Number D224093245 (the "Property"); and WHEREAS the City, as owner of the Property, has determined that there is a need to use a portion of the Property for the installation of a permanent water facility easement (the "City Facilities") as depicted in the attached Exhibits "A" and `B." (the "Facility Area"); and WHEREAS this Notice of Facilities is recorded in the Deed Records of Tarrant County, Texas to serve as public notice that the City has constructed, or will construct, and continue to operate and maintain the City Facilities within the Facility Area; and WHEREAS in the event of a sale of the Property, the City will reserve an exclusive, perpetual easement in the Facility Area to retain and protect the City Facilities. NOW, THEREFORE, the City of Fort Worth does hereby provide public notice of City Facilities in the Facility Area on the Property. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] D224189721 Page 2 of 9 IN WITNESS WHEREOF, this Notice of Facilities is executed this �� day of �Gfo'c/ , 209 CITY OF FORT WORTH: By (Signature): (Print Name): (�(.� a-r Ul VI (Title): l APPROVED AS TO FORM AND LEGALITY: By (Signature): (Print Name): Matthew Murray (Title): Assistant City Attorney ACKNOWLEDGMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Marilyn Marvin, Director Property Management Department of the City of Fort Worth, 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 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 MD SEAL OF OFFICE this AO'k day of /9 e- fob �7-- , 20 � Y% o4'pY as- VAN RITE Notary Publlo,Stete of Texas /l * * Tarrant County Nota ubl' in and for the State of Texas NotaN9rF ``�e CommUilon Ew UNE 15, 2020 D224189721 Page 3 of 9 EXHIBIT "A" NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 104940-2; PARCEL ID NO. 8 NOTICE OF CITY FACILITIES TEXAS AND PACIFIC RAILWAY COMPANY SURVEY, ABSTRACT NO. 1568 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS Being a notice of city facilities situated in the Texas and Pacific Railway Company Survey, Abstract No. 1568, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land conveyed to Eagle Mountain Saginaw Independent School District described as Tract 2 as recorded in Instrument No. D207451969 of the Official Public Records of Tarrant County, Texas, said notice of city facilities being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found in the west salient corner of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the southeast corner of a tract of land conveyed to the City of Fort Worth as recorded in Instrument No. D219178556 of said Official Public Records of Tarrant County, Texas; THENCE North 27 degrees 50 minutes 40 seconds West, with the southwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and the northeast line of said tract of land conveyed to the City of Fort Worth, a distance of 280.69 feet to a 5/8 inch iron rod with cap stamped "SHIELD ENGINEERING' found for the beginning of a curve to the right having a radius of 1,382.92 feet, a delta of 25 degrees 27 minutes 58 seconds and whose chord bears North 13 degrees 30 minutes 38 seconds West, a chord distance of 609.61 feet; THENCE Northwesterly, with the southwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC, the northeast line of said tract of land conveyed to the City of Fort Worth and with said curve to the right, an arc distance of 614.66 feet to a calculated point for the northeast corner of said tract of land conveyed to the City of Fort Worth and the southeast corner of said Tract 2, said calculated point being the beginning of a curve to the right having a radius of 1,382.92 feet, a delta of 17 degrees 42 minutes, 20 seconds and whose chord bears North 08 degrees 04 minutes 17 seconds East, a chord distance of 425.65 feet; THENCE Northeasterly, with the southeast line of said Tract 2, the northwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC and with said curve to the right, an arc distance of 427.35 feet to a calculated point for corner; THENCE North 16 degrees 52 minutes 45 seconds East, with the southeast line of said Tract 2 and the northwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC, a distance of 252.21 feet to a calculated point for the beginning of a curve to the left having a radius of 1,400.00 feet, a delta of 16 degrees 37 minutes 26 seconds and whose chord bears North 08 degrees 37 minutes 11 seconds East, a chord distance of 404.78 feet; THENCE Northeasterly, with the east line of said Tract 2 and the west line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC with said curve to the left, an arc distance of 406.20 feet to a calculated Exhibit A Page 1 of 6 D224189721 Page 4 of 9 point for the POINT OF BEGINNING, said calculated point having grid coordinates of N=7,019,601.07 and E=2,297,044.71; THENCE North 17 degrees 05 minutes 31 seconds West, a distance of 590.53 feet to a calculated point for corner; THENCE North 15 degrees 07 minutes 12 seconds West, a distance of 61.87 feet to a calculated point for corner; THENCE North 00 degrees 51 minutes 15 seconds West, a distance of 93.35 feet to a calculated point for corner in the northeast line of said Tract 2 and the southwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC; THENCE South 27 degrees 23 minutes 36 seconds East, with the northeast line of said Tract 2 and the southwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC, a distance of 67.14 feet to a calculated point for corner; THENCE South 00 degrees 51 minutes 15 seconds East, a distance of 29.52 feet to a calculated point for corner; THENCE South 15 degrees 07 minutes 12 seconds East, a distance of 57.60 feet to a calculated point for corner; THENCE South 17 degrees 05 minutes 31 seconds East, a distance of 478.31 feet to a calculated point for corner in the east line of said Tract 2 and southwest line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC, said calculated point for corner point being the beginning of curve to the right, having a radius of 1,400.00 feet, a delta of 04 degrees 44 minutes 06 seconds and whose chord bears South 02 degrees 03 minutes 35 seconds East, a chord distance of 115.67 feet; THENCE Southerly, with the east line of said Tract 2 and the west line of said tract of land conveyed to Meritage Homes of Texas LLC & GRBK Edgewood LLC, an arc distance of 115.70 feet to the POINT OF BEGINNING, and containing 19,760 square feet or 0.454 acres of land, more or less. Exhibit A Page 2 of 6 D224189721 Page 5 of 9 Notes: 1.) A plat of the 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 utilizing a surface adjustment factor of 1.00012. * SURVEYOR'S CERTIFICATE * TO ALL PARTIES INTERESTED IN TITLE TO THE PREMISES SURVEYED, I DO HEREBY CERTIFY THAT THE ABOVE LEGAL DESCRIPTION WAS PREPARED FROM PUBLIC RECORDS AND FROM AN ACTUAL AND ACCURATE SURVEY UPON THE GROUNDS AND THAT SAME IS TRUE AND CORRECT. Date: August 22, 2024 Richard Kennedy Registered Professional Land Surveyor No. 5527 Gorrondona & Associates, Inc. Texas Firm No. 10106900 Exhibit A Page 3 of 6 D224189721 Page 6 of 9 11` 400 200 0 400 SCALE IN FEET EXHIBIT "B " PARCEL No. 8 NCF PAGE 5OF6 PAGE40FG 0 �EXPS Rp L`N ANY P Ac P PN� SUR 568 INDEPENDENTNAW EAGLE OUN CT AIIN S DISTRICT IB MRAC� N° • INST. NO. D207451969 A S� O.P.R.T.C.T. 0 CITY OF FORT WORTH rKS SVRv� $1 S INSTR UM NO. 2191178556 • N`v CS w1 ° . O.P.R.T.C.T. ABSlRA �`� I P.O.C. I- — — V— 1. — t — lr — G ;L- — — MERITAGE HOMES OF TEXAS LLC & GRBK EDGEWOOD LLC INSTRUMENT NO. D221239778 O.P.R.T.C.T. LLJ Cn Z) N o N Z a� 'B"CIRF SHIELD U IGINEERING ,1 O Q �FND. N 5/8"IR m -�, m Q W. E. BOSWELL SURVEY TRACT III \ CHAPEL HILL WEST LLC ABSTRACT No. 1852 INSTRUMENT NO. D218219520 O.P.R.T.C.T. ForrWorm City o f Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NOR THSIDE III 54-INCH WATER TRANSMISSION MAIN ° f aF+� PARCEL NO. 8 NCF I CoFW Project No. 104940-2 NOTICE OF CITY FACILITIES RICHARD KENNEDY OWNER: EAGLE MOUNTAIN SAGINAW INDEPENDENT SCHOOL DISTRICT SURVEY: TEXAS AND PACIFIC RAILWAY COMPANY SURVEY, ABSTRACT NO. 1568 < �;°,p 5527 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS �'' •....... \ ACQUISITION AREA: 19,760 SQ. FT. OR 0.454 ACRES WHOLE PROPERTY ACREAGE: APPROXIMATELY 131.593 ACRES (PER DEED) RICHARD KENNE Y JOB No. KHA_2401.00 I DRAWN BY: PRL FILE: P8 NCF.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: AUGUST 22. 2024 EXHIBIT B PAGE 4 OF 6 CALE: 1 "=400' NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, NC. • 2800 N.E. LOOP 820, S�CAD TE 660 FORT WORTH, TX. 76137 0-496-1424 FAX 817-496-1768 D224189721 Page 7 of 9 EXHIBIT "B " PARCEL No. 8 NCF �� PPSpA �DSURv�� rJ OV MpN�S, COMP A,13 400 200 0 400 P p,C�F p,BS W. BONDS RANCH ROAD SCALE IN FEET (120.0' RIGHT—OF—WAY) t t t t t ti 1 t ! t— SEE ra DETAIL "A" 5 ANp N� S�R�Erw TEXT ppMP P 56g MER&AGE GR KHOMES EDGEWOOD TEXAS C LLC INSTRUMENT NO. D221239778 O.P.R.T.C.T. TRACT 2 EAGLE MOUNTAIN SAGINAW D'INDEPENDENT SCHOOL DISTRICT GRICOORDINATE ` 07 INST. NO. D207451969 N=7.o19,04.4.71 C-4 O.P.R.T.C.T. E=2,297, PAGE 5OF6 PAGE 4OF6 ForrWorm City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NOR THSIDE III 54—INCH WATER TRANSMISSION MAIN ° eR aFf� PARCEL NO. 8 NCF I CoFW Project No. 104940-2 NOTICE OF CITY FACILITIES RICHARD KENNEDY OWNER: EAGLE MOUNTAIN SAGINAW INDEPENDENT SCHOOL DISTRICT SURVEY: TEXAS AND PACIFIC RAILWAY COMPANY SURVEY, ABSTRACT NO. 1568 5527 Qom;: Q LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 19,760 SQ. FT. OR 0.454 ACREScuR,��, WHOLE PROPERTY ACREAGE: APPROXIMATELY 131.593 ACRES (PER DEED) RICHARD KENNY y JOB No. KHA-2401.00 I DRAWN BY: PRL �CA D FILE: P8 NCF.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: AUGUST 22, 2024 EXHIBITB PAGE 5 OF 6 SO L . 1'=400' N0. 5527 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, NC. • 2800 N.E. LOOP 820, SITE 660 FORT WORTH, TX. 76137 8.7-496-1424 FAX B17-496-1768 D224189721 Page 8 of 9 EXHIBIT "B " PARCEL No. 8 NCF LEGEND ® SET MONUMENTATION (SIZE AND TYPE NOTED) 9 FND MONUMENTATION (SIZE AND TYPE NOTED) O CALCULATED POINT — — PROPERTY/RIGHT—OF—WAY LINE — — — — — EXISTING EASEMENT LINE ---------- PROPOSED EASEMENT LINE t SURVEY/ABSTRACT LINE LINE TABLE LINE BEARING DISTANCE L-1 N 27'50'40'V 280.69' L-2 N 16'52'45"E 252.21' L-3 N 17'05'31 "W 590.53' L-4 N 15'07'12"W 61.87' L-5 N 00'51'15'W 93.35' L-6 S 27'23'36"E 67.14' L-7 S 00'51'15"E 29.52' L-8 S 15'07' 12"E 57.60' L-9 S 17'05'31 "E 478.31' CURVE TABLE CURVE RADIUS DELTA CHORD BEARING CHORD ARC C-1 1,382.92' 25'27'58" N 13'30'38"W 609.61' 614.66' C-2 1,382.92' 17'42'20" N 08'04'17"E 425.65' 427.35' C-3 1,400.00' 16'37'26" N 08'37' 11 "E 404.78' 406.20' C-4 1,400.00' 04'44'06" S 02'03'35"E 115.67' 1 15.70' NOTES: 1. A LEGAL DESCRIPTION OF SAME DATE HEREWITH ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS STATE PLANE COORDINATE SYSTEM, NAD-83(2011), NORTH CENTRAL ZONE (4202). ALL DISTANCES AND AREAS SHOWN ARE SURFACE UTILIZING A SURFACE ADJUSTMENT FACTOR OF 1.00012. DETAIL "A" NOT TO SCALE PARCEL No. 8 NOTICE OF CITY FACILITIES LOCATION SUBJECT TRACT & LOCATION OF EASEMENT ForrWOUH City of Fort Worth 200 TEXAS STREET • FORT WORTH, TEXAS 76102 NORTHSIDE III 54-INCH WATER TRANSMISSION MAIN ° FRaF+� �P PARCEL NO. 8 NCF I CoFW Project No. 104940-2 NOTICE OF CITY FACILITIES RICHARD KENNEDY OWNER: EAGLE MOUNTAIN SAGINAW INDEPENDENT SCHOOL DISTRICT SURVEY: TEXAS AND PACIFIC RAILWAY COMPANY SURVEY, ABSTRACT NO. 1568 5527 � •'�°FF°�� LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ''•••..ssN ACQUISITION AREA: 19,760 SQ. FT. OR 0.454 ACRES fURJ WHOLE PROPERTY ACREAGE: APPROXIMATELY 131.593 ACRES (PER DEED) /1 RICHARD KENNE JOB No. KHA_2401.00 BY: PRE CAD FILE: P8 NCF.DWG REGISTERED PROFESSIONAL LAND SURVEYOR �DRAWN DATE: AUGUST 22, 2024 EXHIBIT B PAGE 6 OF 6 SCALE: 1"=400' JUITE NO. 5527 TEXAS FIRM No. 10106900 GORRONDONA do ASSOCIATES, NC. • 2800 N.E. LOOP 820, 660 FORT WORTH, TX. 76137 81l/-496-1424 FAX 517-496-1768 D224189721 Lot Report Tue Aug 06 15:24:51 2024 Page 9 of 9 Lot File:\\gainas04\Active\ProductionO4\KHA_2401.00 - CoFW Northside III Water Main\SURVEY\CAD\LOT\PARCELS.Iot Lot: P8 NCF Bearing Distance Radius Length Delta N 17005'31" W 590.53 N 15007'12" W 61.87 N 00051'15" W 93.35 S 27023'36" E 67.14 S 00051' 15" E 29.52 S 1500712" E 57.60 S 17005'31" E 478.31 S 02°03'35" E l l5.67 1400.00 115.70 4°44'06" Closure Error Distance> 0.0022 Error Bearing> S 19°51'38" W Closure Precision> 1 in 691883.0 Total Distance> 1494.02 19760 SQ. FT. 0.454 ACRES Bearing Distance Radius Length Delta file:H/gainas04/... duction04/KHA_2401,00%20"/o20CoFW%20Northside%20HI%20Water%20Main/SURVEY/CAD/LOT/P8%20NCF.txt[8/22/2024 11:17:14 AM] GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 GEOTECHNICAL ENGINEERING STUDY NORTHSIDE III WATER MAIN EXPEDITED ALIGNMENT BOAT CLUB ROAD TO WEST BONDS RANCH ROAD FORT WORTH, TEXAS Presented To: Kimley-Horn and Associates, Inc. August 2024 PROJECT NO. 103-24-529 (Revised) V il� yngineering August 15, 2024 Report No. 103-24-529 (Revised) Kimley-Horn and Associates, Inc. 810 Cherry Street Suite 1300, Unit 11 Fort Worth, Texas 76102 Attn: Ms. Shelby Warchesik, P.E. GEOTECHNICAL ENGINEERING STUDY NORTHSIDE III WATER MAIN EXPEDITED ALIGNMENT BOAT CLUB ROAD TO WEST BONDS RANCH ROAD FORT WORTH, TEXAS Dear Ms. Warchesik: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal No. 23-9352 dated November 2, 2023. The geotechnical services were authorized via Individual Project Order Number 061018460- 01 authorized by Mr. Chris Igo, P.E., Associate of Kimley-Horn and Associates, Inc. on February 26, 2024. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to Kimley-Horn and Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. m �,% Respectfully submitted, CM,I ENGINEERING, INC. TEXAS F RM REGISTRATION NO. F-9177 Daniel R. Green, Ph.D., E.I.T. Graduate Engineer Texas No. 54428 OF � tea; •" °•?� ! ............. jM EW W. KAMMERDIENER% Pr �.e...�•2781 g ...;...®� IQ�O.c;•. 410E• NSED •'�4�'� ONAL Matthew W. Kammerdiener, P.E.-ISM Senior Engineer Texas No. 127818 copies submitted: (2) Ms. Shelby Warchesik, P.E.; Kimley-Horn and Associates, Inc. (email & mail) (1) Mr. Steven Sherant, P.E.; Kimley-Horn and Associates, Inc. (email) CMJ Engineering p: 817.284.9400 f: 817.589.9993 7636 Pebble Drive Fort Worth, TX 76118 www.cmjengr.com TABLE OF CONTENTS Paqe 1.0 INTRODUCTION------------------------------------------------------------------------------------------------------- 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------ 2 3.0 SUBSURFACE CONDITIONS-------------------------------------------------------------------------------------- 4 4.0 EXISTING FILLS------------------------------------------------------------------------------------------------------- 6 5.0 FOUNDATION RECOMMENDATIONS--------------------------------------------------------------------------- 6 6.0 BELOW GRADE AREAS --------------------------------------------------------------------------------------------- 9 7.0 UTILITY EXCAVATIONS--------------------------------------------------------------------------------------------11 8.0 EARTHWORK ---------------------------------------------------------------------------------------------------------- 16 9.0 CONSTRUCTION OBSERVATIONS-----------------------------------------------------------------------------19 10.0 REPORT CLOSURE-------------------------------------------------------------------------------------------------19 APPENDIX A Plate Plansof Borings-------------------------------------------------------------------------------------------------- A.1 a — A.1 b Unified Soil Classification System --------------------------------------------------------------------------------------- A.2 Key to Classification and Symbols-------------------------------------------------------------------------------------- A.3 Logsof Borings-----------------------------------------------------------------------------------------------------A.4 — A.17 Particle Size Distribution Reports ----------------------------------------------------------------------------- A.18 — A.20 Analytical Test Results--------------------------------------------------------------------------------------------------- A.21 1.0 INTRODUCTION 1.1 General The project, as currently planned, consists of a new 48-inch transmission water main. The proposed water main totals approximately 50,000 linear feet in length in the vicinity of Boat Club Road and West Bonds Ranch Road in Fort Worth, Texas. The expedited portion of the alignment refers to the segment of the water main between West Bonds Ranch Road and Boat Club Road, totaling approximately 16,500 linear feet in length. The project vicinity and approximate locations of exploration borings are illustrated on Plates A.1 a — A.1 b, Plans 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, develop comments on general excavation, develop recommendations for the type or types of foundations suitable for the project, and provide earthwork recommendations. 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 and water main could change. The recommendations contained in this report are based on the design development document Northside III — Phase II — 54-Inch Water Transmission Main dated June 2024 supplied by Kimley-Horn and Associates, Inc. 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. 103-24-529 (Revised) CMJ ENGINEERING, INC. 1 which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by fourteen (14) vertical soil borings drilled to depths of 25 to 50 feet. Borings B-24, B-25, B-27, B-28, and B-30 through B-39 were drilled in association with the expedited portion of the alignment. The borings were drilled using continuous flight augers at the approximate locations shown on the Plans of Borings, Plates A.1 a — A.1 b. The boring logs are included on Plates A.4 through A.17 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Ground surface elevations shown on the logs are approximate, as interpreted from plan and profile data as depicted on design development document Northside III — Phase II — 54-Inch Water Transmission Main Sheets 6, 7, 10, 11, 13, 14, 16, 18, 19, 21, 23, 25, 27, 29, and 31 dated June 2024 as provided by Kimley-Horn and Associates, Inc. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin -walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin -walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. Report No. 103-24-529 (Revised) CMJ ENGINEERING, INC. 2 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. Groundwater observations during and after completion of the borings are shown on the upper right of the boring logs. Upon completion of the borings, the bore holes were backfilled with soil cuttings and plugged at the surface by hand tamping. 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, plastic limits, and particle size analyses), moisture content, unconfined compressive strength, and unit weight tests were performed. Results of the laboratory classification tests, moisture content, unconfined compressive strength, and unit weight tests conducted for this project are included on the boring logs. The particle size analysis results are presented on Plates A.18 through A.20, Particle Size Distribution Reports. Analytical tests to aid in evaluation of corrosive potential of the on -site soils were performed on selected samples recovered from the borings. The results of the analytical testing are tabulated on Plate A.21. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. Report No. 103-24-529 (Revised) 3 CMJ ENGINEERING, INC. 3.0 SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Fill or possible fill is noted at the surface in Borings B-25, B-34, B-35, and B-37, extending to depths of 3 to 25 feet. The fill or possible fill consists of dark brown, brown, light brown, and gray clays, silty clays, and sandy silty clays containing calcareous nodules, calcareous deposits, ironstone nodules, limestone fragments, and shale fragments. Natural soils encountered in the borings consist of dark brown, brown, light brown, and gray clays, silty clays, and silty shaly clays. The natural soils contain iron stains, iron seams, ironstone nodules, calcareous nodules, calcareous deposits, limestone fragments, and occasional gravel. Tan limestone seams are noted within the silty clays and shaly clays in Borings B-30, B-33, B-36, and B-37 below depths of 3 to 16 feet. The various clayey soils encountered had tested Liquid Limits (LL) of 31 to 68 with Plasticity Indices (PI) of 12 to 44 and are classified as CL and CH according to the USCS. The clayey soils encountered vary from soft to hard (soil basis) in consistency with pocket penetrometer readings of 1.0 to over 4.5 tsf. Tested unit weight values varied from 80 to 110 pcf and tested unconfined compressive strength values were 690 to 7,680 psf. Select lower pocket penetrometer readings and strength test results reflect more granular materials or appreciable limestone fragments, indicating higher in -situ strengths than the tested values. Tan limestone was next encountered in all borings except B-35 and B-37 at depths of 1 to 13 feet below existing grades, extending through termination in Boring B-34 at a depth of 25 feet. The tan limestone occurs as 2-foot to 7-foot thick layers in Borings B-30, B-33, and B-36 underlain by clay soils as described above. The tan limestone occasionally contains weathered seams and clay seams and layers and varies from soft to very hard (rock basis), with Texas Cone Penetrometer (THD) test values of % to 7% inches of penetration for 100 hammer blows. A gray limestone seam Report No. 103-24-529 (Revised) CMJ ENGINEERING, INC. 4 was noted within the tan limestone in Boring B-25 at a depth of 9 feet below existing grade. The tan limestone occurs fractured or weathered in Borings B-28, B-30, B-32 through B-34, B-36, and B-39 above depths of 2 to 18 feet. Gray limestone or shaly limestone was encountered in all borings except B-30 and B-34 through B- 37 at depths of 8'/2 to 28 feet below existing grades, extending through termination at depths of 25 to 50 feet. The gray limestone occasionally contains shale seams and layers and is considered moderately hard to very hard (rock basis), with Texas Cone Penetrometer (THD) test values of % to 2 inches of penetration for 100 hammer blows. Gray shale was encountered in Borings B-30, B-33, and B-36 at depths of 18 to 23 feet below existing grades, extending through termination in Borings B-30 and B-36 at a depth of 25 feet. The gray shale occasionally contains gray limestone layers and is considered moderately hard to hard (rock basis), with Texas Cone Penetrometer (THD) test values of 1'/2 to 4 inches of penetration for 100 hammer blows. 3.2 Groundwater Observations The borings were drilled using continuous flight augers in order to observe groundwater seepage during drilling. Groundwater seepage was encountered during drilling in Boring B-30 at a depth of 4 feet, and a water level of 49 feet was measured in Boring B-32 at completion of drilling operations. B-30 was dry at completion. The remaining borings were dry during drilling and at completion. Table 3.2-1 summarizes the water level data as encountered in the borings. TABLE 3.2-1 Groundwater Observations Boring Seepage During Water at No. Drilling (ft.) Completion (ft.) B-30 4 Dry B-32 Dry 49 All other Dry Dry borings 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 groundwater Report No. 103-24-529 (Revised) CMJ ENGINEERING, INC. 5 conditions will vary with fluctuations in rainfall. Seepage levels near the observed levels should be anticipated throughout the year. Fluctuations of the groundwater 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. Groundwater can occur in joints in the clays or atop/within the tan limestones. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. 4.0 EXISTING FILLS Existing fills or possible fills were encountered to depths of 3 to 25 feet in Borings B-25, B-34, 13- 35, and B-37. Samples of the fills were reasonably dense and free of significant voids. However, in the absence of documented density control, the possibility of undercompacted zones or voids exists. Removal and replacement of all the fill following the recommendations in subsequent sections of this report is the only method eliminating the risk of unusual settlement. 5.0 FOUNDATION RECOMMENDATIONS 5.1 General Foundation Considerations Two independent design criteria must be satisfied in the selection of the type of foundation to support the proposed vault structures. 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 structures, total and differential vertical movements must be within tolerable limits. 5.2 Mat Foundations - Vaults 5.2.1 Foundation Design Criteria The foundations should be designed by a structural engineer familiar with stiffened slabs subject to differential movement. A reinforced concrete mat/slab foundation may be used to support structural loads for the proposed vault structures. Mat type foundations should be a minimum of 2 feet in least dimension but must be widened as required, based on allowable bearing capacity given below. The following vault structures are tentatively planned: Report No. 103-24-529 (Revised) 9 CMJ ENGINEERING, INC. Approximate Approximate Location Structure Type Depth (ft.) Bearing Elevation (ft.) B-24 Vault 15 793 B-30 Vault B-34 Vault B-38 Vault B-39 Vault 21 735 14 723 18 777 18 785 Bearing Material Hard to Very Hard Tan or Gray Limestone Moderately Hard to Hard Gray Shale Moderately Hard Tan Limestone Hard to Very Hard Gray Limestone Hard to Very Hard Gray Limestone Allowable Bearing Pressure (ksf) 15.0 15.0 15.0 30.0 30.0 The allowable foundation pressures given above are for the maximum pressure induced by the foundation loads, and not the average pressure under the foundation base. During construction, close observation of soils and rock strength should be conducted by a geotechnical engineer to allow designation and removal of materials not meeting the bearing capacity stated above. 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 groundwater level at the surface. 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. Due to the great variability of moisture condition, the presence of excess moisture in soils cannot be predicted. The above values contain a safety factor of three (3). Mat foundations proportioned for this value should experience a total settlement of 1 inch or less, and a differential settlement of '/z inch or less, after construction. It should be noted that some movement should be anticipated within the foundation system, if placed on soil. 5.2.2 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: Report No. 103-24-529 (Revised) CMJ ENGINEERING, INC. 7 • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Excavations should be maintained in the dry. Protection of the open excavation should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. 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. Report No. 103-24-529 (Revised) E3 CMJ ENGINEERING, INC. 6.0 BELOW GRADE AREAS 6.1 Lateral Earth Pressure 6.1.1 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 groundwater table. 6.1.2 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 foot of wall height, are presented in Table 6.1.2-1 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 groundwater level at the finished grade elevation should be used for design of the below -grade structure. Pressures are provided for at -rest earth pressure conditions. TABLE 6.1.2-1 - Lateral Earth Pressures Backfill Material Excavated on -site clay or clay fill material Select fill, flowable fill, or on -site soils meeting material specifications Free draining granular backfill material At -Rest Equivalent Fluid Pressure (pcf) Drained Undrained 100 110 65 90 50 90 For the select fill or free draining granular backfill, these values assume that a "full" wedge of the material is present behind the wall. The wedge is defined where the wall backfill limits extend outward at least 2 feet from the base of the wall and then upward on a 1 H:2V slope. For narrower backfill widths of granular or select fill soils, the equivalent fluid pressures for the on -site soils should be used. Report No. 103-24-529 (Revised) CMJ ENGINEERING, INC. 9 6.1.3 Additional Lateral Pressures The location and magnitude of permanent surcharge loads (if present) should be determined, and the additional pressure generated by these loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design. The effect of this or any other surcharge loading may be accounted for by adding an additional uniform load to the full depth of the side walls equivalent to one-half of the expected vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge intensity for clay backfill. The equivalent fluid pressures, given here, do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a case -by -case basis. This is not included in the scope of this study. These services can be provided as additional services upon request. 6.2 Wall Backfill Material Requirements 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 D698) 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. Select Fill Backfill: 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 D698) 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, Excavatable Mix, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Report No. 103-24-529 (Revised) 10 CMJ ENGINEERING, INC. Free Draininq 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. 6.3 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 the 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. 6.4 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 groundwater table. 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. 7.0 UTILITY EXCAVATIONS 7.1 Expected Subsurface Conditions Conventional earth moving equipment is expected to be suitable for excavating the various clayey soils and fills encountered in the borings. Heavy duty excavation equipment will be necessary within the limestones and shales below depths of 1 to 13 feet in the respective aforementioned borings per Section 3.1, depending on rock hardness. Where more granular materials or existing fills are present, caving may occur due to the low - plasticity nature of these materials or the possibility of undercompacted zones or voids. Notably the fill in Boring B-37 is considered firm to stiff above a depth of 2 feet, with pocket penetrometer readings of 1.25 to 1.5 tsf and a tested unconfined compressive strength of 690 psf. Report No. 103-24-529 (Revised) M CMJ ENGINEERING, INC. The limestones and shales vary from soft to very hard (rock basis) and will present difficulty with rippability using normal excavation equipment. Special techniques for ripping/rock removal can be expected through the limestones and shales. In addition, overexcavation should be anticipated within the shales and limestones. Overexcavation may result from large blocks or chunks breaking along fractured/weathered seams, clay seams or layers, or shale seams or layers beyond the planned excavation. 7.2 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 clayey soils and rock materials, it is expected that near vertical excavation walls will be possible. However, excavations which occur through soft clays, granular soils, loose fills, or submerged soils, it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation wall instability. Such conditions should be expected. 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. The design of any trench or excavation safety plans required is the contractor's responsibility. 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. 7.3 Trench / Bore Pit Dewatering Groundwater seepage was encountered in Borings B-30 and B-32 at depths of 4 to 49 feet. As discussed in Section 3.2, Groundwater Observations, groundwater conditions can vary with seasonal fluctuations in rainfall. Controlling the groundwater is essential to construction of the proposed water main. Failure to control any encountered groundwater could result in excavation collapse, excavation bottom heave, an unstable bottom and detrimental pipeline settlement and Report No. 103-24-529 (Revised) CMJ ENGINEERING, INC. 12 pipe deflections after backfilling. Groundwater 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/excavation is backfilled. If water infiltration rates are high, it may be necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility. 7.4 Soft/Loose Trench Bottom Conditions Soft or loose trench bottom conditions are unlikely where the trench bottom is situated in firm to hard (soil basis) natural clay soils or limestones or shales; however, such conditions may exist in areas of existing fills or more granular materials as encountered in select borings. Control of groundwater as discussed above is the key to avoiding an unstable trench bottom in soils which are more granular, as well as cohesive soils. Unstable trench bottoms are considered to be unsuitable for support of the proposed water main. Soft clays or loose sands could also occur where groundwater is present. In any areas where unsuitable clay or loose sand bearing materials are encountered at the planned invert elevation, the trench bottom can be prepared using the following method: • Under -cut to a suitable bearing subgrade and replace with a structural compacted fill. The over -excavation should extend laterally a distance of at least 1 foot beyond the edges of the pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The over -excavation backfill should be completely surrounded with a geotextile consisting of Mirafi 140N, Amoco ProPex 4545, or equivalent. The backfill should consist of a free draining aggregate (i.e., sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer. The backfill should be placed in maximum 9-inch loose lifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM D4253 and D4254. 7.5 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 Report No. 103-24-529 (Revised) CMJ ENGINEERING, INC. 13 interface. The filter cloth should cover the entire interface and up through the sidewall a minimum of 1 foot. The filter cloth should be TenCate Geosynthetics Mirafi 140N or equivalent. 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. Controlled low -strength material (CLSM) may also be utilized as pipeline embedment as desired. The CLSM should meet the requirements of Item 401, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition, and consist of an "Excavatable" mix per Table 2 of the same specification, with a maximum 28-day compressive strength ranging between 80 and 200 psi. 7.6 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. Backfill should be compacted in maximum 8- inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D698). The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. Care should be taken not to use loose granular material, to prevent the backfilled trench from becoming a french drain and piping surface or subsurface water beneath structures, pipelines, or pavements. If a higher class bedding material or backfill material is desired, a lean concrete or flowable (CLSM) concrete will limit water intrusion into the trench and will not require compaction after placement. 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 80 and 200 psi. Report No. 103-24-529 (Revised) 14 CMJ ENGINEERING, INC. 7.7 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, as possible where site conditions allow. 7.8 Provisions to Reduce Backfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. In addition, to limit settlement, where crushed stone materials are used as pipe bedding materials, they should be wrapped with a suitable geotextile to limit the intrusion of fines into the crushed stone material, as previously discussed. 7.9 Bore/Tunnel Considerations The results of the exploration borings indicate the presence of existing fills, limestone seams and layers within the clays, and groundwater seepage as previously discussed. These conditions can complicate directional borings operations at these locations. The more granular strata and rock seams and layers can serve as conduits to direct water towards the bore excavation. Water seepage can decrease the stability of the bore/tunnel excavation and result in ground subsidence. Proper de -watering, as discussed above, is imperative for excavation stability. Report No. 103-24-529 (Revised) 15 CMJ ENGINEERING, INC. Otherwise, the firm to hard clayey materials and underlying limestones and shales present in most of the borings are generally good materials for boring and tunneling. Pipe installment via jacking would be very difficult in the limestones and shales. It is recommended that the bore/tunnel contractor be made aware of these conditions. A contractor experienced in tunneling in the DFW area should understand the ramifications of the above discussion. 8.0 EARTHWORK 8.1 Site Preparation & Material Requirements The area should be stripped of vegetation, roots, old construction debris, and other organic material. It is estimated that the depth of stripping will be on the order of 6 to 8 inches. The actual stripping depth should be based on field observations with particular attention given to old drainage areas, uneven topography, and excessively wet soils. The stripped areas should be observed to determine if additional excavation is required to remove weak or otherwise objectionable materials that would adversely affect the fill placement or other construction activities. The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. The on -site soils are suitable for use in site grading. Imported fill material should be clean soil with a Liquid Limit less than 60 and no rock greater than 4 inches in maximum dimension. Excavated on -site limestones and shales may be used for fill provided the material is crushed such that 50 percent passes the No. 4 sieve and no particles are larger than 4 inches in maximum dimension. As the in -situ limestones and shales occur predominately moderately hard to very hard, significant processing of the limestones and shales should be anticipated in order to utilize as fill. All fill materials should be free of vegetation and debris. Report No. 103-24-529 (Revised) IN CMJ ENGINEERING, INC. 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. General fill material should be compacted to a density ranging from 95 to 100 percent of maximum dry density as determined by ASTM D698, Standard Proctor. Crushed stone should be compacted via three passes of a vibratory roller over a 6-inch lift. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a narrower range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas, the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. 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. Report No. 103-24-529 (Revised) CMJ ENGINEERING, INC. 17 8.3 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 8.4 Acceptance of Imported Fill Any soil imported from off -site sources should be tested for compliance with the recommendations for the application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off -site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 8.5 Soil Corrosion Potential Various analytical laboratory tests were performed on selected soil samples. These tests include pH, sulfates, and chlorides. The tests indicate that the subsurface soils are generally nearly non- corrosive to buried ductile iron, cast iron, steel and galvanized pipe and mildly corrosive to corrosive to buried concrete. The results of these tests are attached on Plate A.21. Standard construction practices for protecting buried pipes and similar facilities in contact with these soils should be used. Report No. 103-24-529 (Revised) in CMJ ENGINEERING, INC. 8.6 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with 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 construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 10.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both Report No. 103-24-529 (Revised) CMJ ENGINEERING, INC. 19 factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual -manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to groundwater conditions, this report presents data on groundwater levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings and temporary observation wells 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 groundwater table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include long-term quantitative information on rates of flow of groundwater into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Flow -rate estimates provided in this report should be considered preliminary. 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 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 Report No. 103-24-529 (Revised) CMJ ENGINEERING, INC. 20 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, groundwater or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Kimley-Horn 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. 103-24-529 (Revised) 21 CMJ ENGINEERING, INC. l PLAN OF BORINGS l J Northside III Water Main Plate i IJ Engim �!'Ing (Expedited Alignment) A. la CMJ Project No. 103-24-529 Fort Worth, Texas COPLEYAVENUE e 44 l .� 4#0 . BOAT CLUB' R ROAD • �, �' �. • s LEGEND: Boring Location . �f � APPROXIMATE SCALE � z, •�� � �,5�� ��I , SOURCE: GOOGLE EARTH, 2024; IMAGERY DATE: 6/2022 G = = , AN�f C1 PLAN OF BORINGS l J Northside III Water Main Plate 1 IJ Engineering (Expedited Alignment) A. lb CMJ Project No. 103-24-529 Fort Worth, Texas Major Divisions Gym. Typical Names Laboratory Classification Criteria 2 _Z�' Well -graded gravels, gravel- �, D D z � c GW sand mixtures, little or no N C.= -6-- greater than 4: Cr= -----3— ----- between 1 and 3 D Co o fines o D10 D10 X Dso C: 0) 0- U V .o oi U) U) .N co a Poorly graded gravels, gravel � � � T N `� a v - GP sand mixtures, little or no cn U) U) Not meeting all gradation requirements for GW > Lo > a) U) fines �' co Uco C� C co a a o o z o Silty gravels, gravel -sand -silt N �? : Liquid and Plastic limits "A" Liquid and plastic limits N m c f6 `� E GM mixtures L a) Z below line or P.I. plotting in hatched zone o z w (n .N a greater than 4 between 4 and 7 are c _� - CU T .CU Z a) v o m N o .U5 U) Liquid and Plastic limits q borderline cases �' > o Clayey gravels, gravel -sand- N " "A" requiring use of dual -0 a, o g 2 a a GC clay mixtures c CU Z a� c •� above line with P.I. symbols c Q " r : greater than 7 co U) Ew m — Well -graded sands, gravelly O O m (D3- o c GW sands, little or no fines Ca (n C =D60_ greater than 6: Cr= D10 --- — -- between 1 and 3 D10 x Dso L) c 0) 0 A c U C aoi Poorly graded sands; C 2 CU v SP gravelly sands, little or no � (n a c°', Not meeting all gradation requirements for SW N fines CU Loa U i CCU C ` U) .� O iZ N N C6 ° o a, o Lr) I m Liquid and Plastic limits 0 o z 0)c °' SM Silty sands, sand -silt 0 a c,4 below "A" line or P.I. less Liquid and plastic limits m � - Co mixtures 3 0 a o o o than 4 plotting between 4 and 7 w a) c 0 o° J are borderline cases �, -0 •v Cu �' Liquid and Plastic limits requiring use of dual 0 a� SC Clayey sands, sand -clay E •a) c E above "A" line with P.I. symbols y a Q mixtures a) a N a, m greater than 7 U Inorganic silts and very fine sands, rock flour, silty or LO ML clayey fine sands, or clayey U) M silts with slight plasticity > L Inorganic clays of low to sc (n _0 a) CL medium plasticity, gravelly o CU .- clays, sandy clays, silty 5c N = clays, and lean clays o F Z s CH OL Organic silts and organic silty ac �, -- clays of low plasticity X o m U) F T 30 o Inorganic silts, micaceous or :N FL c MH diatomaceous fine sandy or i OH d MH •= m silty soils, elastic silts .P ar c a) m 20 U_ � CL o CH Inorganic clays of high 70- CU a' plasticity, fat clays 1c 4 CL-ML ML a id OL / a Organic clays of medium to o 7 OH high plasticity, organic silts o 10 20 30 ao so so 70 so so 100 CU ._T Peat and other highly organic - o Pt soils Liquid Limit Plasticity Chart UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 �161 two] z4aeld_"Y2*1 0 o GRAVEL LEAN CLAY LIMESTONE 0 0 • • SAND • ••• SANDY — SHALE •••• • -- SILT SILTY — SANDSTONE HIGHLY PLASTIC CLAY / CLAYEY CONGLOMERATE Shelby Auger Split Rock Cone No Tube Spoon Core Pen Recovery 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 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils (More than 50% Retained on No. 200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No. Boring No. 103-24-529 B-24 Location See Plate A.1 Completion Completion Depth 25 0' Date 4-11-24 Surface Elevation 828.0 LL o m s � a > m a) U) U) 0 —5- - —Z —10J= —Z —15--= _ S —20— _ S Project Northside III Water Main (Expedited Alignment) CM J ENGINEERING INC. Boat Club Road and West Bonds Ranch Road - Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type ATV B-47, w/ CFA Stratum Description CLAY / SILTY CLAY, dark brown and brown, w/ iron stains, ironstone nodules, and calcareous nodules, stiff to very stiff 825.0� _ w/ (limestone fragments below 2' LIMESTONE, tan, w/ occasional weathered seams, hard to very hard 819.5 LIMESTONE, gray, w/ occasional shale seams, hard to very hard 803.0 ------------------------- 0 oN ° z �� cLL N a�i (n E E 'O LY O a, mIL�-: m .N ILU) a JJ a5 dJ a5 d -S� O O 20 C ZJ C O O Z)UIL 3.75 87 52 21 31 23 3.25 20 105 4270 2.0 19 1 100/11, �100/0.75' 1100/0.5" 100/1 " 100/0.75' LOG OF BORING NO. B-24 PLATE A.4 Project No. Boring No. 103-24-529 B-25 Location See Plate A.1 Completion Completion Depth 25 0' Date 4-12-24 Surface Elevation 809.0 Project Northside III Water Main (Expedited Alignment) CM J ENGINEERING INC. Boat Club Road and West Bonds Ranch Road - Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type ATV B-47, w/ CFA LL o m s � a p Cn In Stratum Description SILTY CLAY, light brown and gray, w/ ironstone nodules and abundant limestone fragments 806.0 (possible fill) _ LIMESTp,NE, tan, w/ weathered seams and occasional clay seams, very hard —5 —10— gray limestone seam at 9' _ 796.0 — — LIMESTONE, gray, w/ occasional shale seams, hard to very hard —15 —20- 784.0 ------------------------- 0 oN cLL O Z o �� w a O a, (n m .N a E a5 E a5 'O O O C C O O LY mILI.-: ILA JJ LLJ LL 20 Z)J Z)UIL 31 19 12 10 00/0.75' �100/0.75' 1100/0.5" 100/0.87E" I00/1.12E" LOG OF BORING NO. B-25 PLATE A.5 Project No. Boring No. 103-24-529 B-27 Location See Plate A.1 Completion Completion Depth 25 0' Date 4-11-24 Surface Elevation 785.0 Project Northside III Water Main (Expedited Alignment) CM J ENGINEERING INC. Boat Club Road and West Bonds Ranch Road - Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type ATV B-47, w/ CFA LL 5 m p Cn In Stratum Description SILTY CLAY, dark brown and brown, w/ iron stains, — j — 781.0 ironstone nodules, and calcareous nodules, hard - w/ limestone fragments below 3' LIMESTQ,NE, tan, w/ weathered seams and — 5 — occasional clay seams, hard to very hard —10 771.0 _ —15— LIMESTONE, gray, w/ occasional shale seams, hard to very hard 760.0 ------------------------- 0 oN O Z o �� cLL w a (n E E 'O LY O a, mILI.-: m .N ILA a JJ a5 LLJ a5 LL O O 20 C Z)J C O O Z)UIL 4.5+ 16 4.5+ 47 23 24 16 106 7050 4.5+ 17 00/0.75' �100/1.25' 1100/0.5" 1 100/11, 100/1.5" LOG OF BORING NO. B-27 PLATE A.6 Project No. Boring No. 103-24-529 B-28 Location See Plate A.1 Completion Completion Depth 25 0' Date 4-11-24 Surface Elevation 799.0 Project Northside III Water Main (Expedited Alignment) CM J ENGINEERING INC. Boat Club Road and West Bonds Ranch Road - Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type ATV B-47, w/ CFA LL 5 m s � a p Cn In Stratum Description 798.0 CLAY / SILTY CLAY, dark brown, w/ iron stains, ironstone nodules, and abundant limestone fragments, soft to firm LIMA T NE, tan, fractured, w/ weathered seams an c(ay seams and layers, hard 792.0 LIMESTONE, tan, w/ occasional clay seams, hard to very (heard - moderately hard below 14' 783.0 SHALY LIMESTONE, gray, w/ shale seams and layers, moderately hard to hard 774.0 ------------------------- 0 oN cLL O Z o �� w a 3 W C� Uj O a, (n ai .N a3 E a3 'O O O C C O O LY mIL�-: ILU) JJ LLJ E 20 Z)J Z)UIL 1.0 52 23 29 25 80 100/1.5" 100/1 " 100/3.25' 1 100/2" 100/1.25' LOG OF BORING NO. B-28 PLATE A.7 Project No. Boring No. 103-24-529 B-30 Location See Plate A.1 Completion Completion Depth 25 0' Date 4-12-24 Surface Elevation 768.0 Project Northside III Water Main (Expedited Alignment) CM J ENGINEERING INC. Boat Club Road and West Bonds Ranch Road - Fort Worth, Texas Water Observations Seepage at 4' during drilling; dry at completion Type ATV B-47, w/ CFA LL o m s � a p Cn In Stratum Description 767.0 CLAY, dark brown, w/ iron stains, ironstone nodules, and calcareous nodules, stiff LIMESTONE, tan, fractured, w/ clay seams and 764.5 layers SILTY CLAY, light brown, light reddish brown, and = 5 gray, w/ ironstone nodules, calcareous nodules, and calcareous deposits, firm to stiff —10—'// —15hard below 14' � w/ tan limestone seams below 16' 749.0 SHALE, gray, w/ limestone seams and layers, moderately hard to hard -1 -- 743.0 0 oN cU- O Z � w a O a, (n m .N a E a5 E a5 'O O O C C O O LY mdH ILU) JJ dJ d -S� 20 ZJ Z)UIL 2.75 63 23 40 28 1.5 18 2.5 92 43 15 28 18 2.75 24 108 4.5+ 23 1 100/4" 100/1.5" 3640 LOG OF BORING NO. B-30 PLATE A.8 Project No. Boring No. 103-24-529 B-31 Location See Plate A.1 Completion Completion Depth 25 0' Date 4-12-24 Surface Elevation 724.0 Project Northside III Water Main (Expedited Alignment) CM J ENGINEERING INC. Boat Club Road and West Bonds Ranch Road - Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type ATV B-47, w/ CFA LL o m s � a tj Cn In Stratum Description SILTY CLAY, dark brown, w/ iron stains, ironstone — j nodules, and calcareous nodules, firm to stiff — 720.5--\- w/ gravel below 3' 719.0 SILTY CLAY, light brown, w/ ironstains, ironstone _ 5 nodules, calcareous nodules, and gravel, stiff to — very stiff — LIMESTONE, tan, w/ occasional clay seams, hard —10— 711.0 _ — — LIMESTONE, gray, w/ occasional shale seams, hard to hard —15 very —20— 699.0 ------------------------- 0 T oN cLL O Z o �� w O a, (n m .N a E a5 E a5 'O O O C C O O LY mIL�-: ILA JJ LLJ LL 20 Z)J Z)UIL 1.5 31 1.75 24 97 1540� 2.25 23 3.5 18 I 2.25 67 44 15 29 18 100/1.5" 00/1.25' 100/1.25' 100/0.75' LOG OF BORING NO. B-31 PLATE A.9 Project No. Boring No. 103-24-529 B-32 Location See Plate A.1 Completion Completion Depth 50.0' Date 4-16-24 Surface Elevation 706.0 Project Northside III Water Main (Expedited Alignment) CM J ENGINEERING INC. Boat Club Road and West Bonds Ranch Road - Fort Worth, Texas Water Observations Dry during drilling; water at 49' at completion Type ATV B-47, w/ CFA LL o m s � a p Cn In Stratum Description 5—� —10� —30- -35— CLAY / SILTY CLAY, dark brown and brown, w/ iron stains, ironstone nodules, and calcareous nodules, hard 698.0 - w/ limestone fragments below 7' LIMESTONE, tan, fractured, moderately hard 696.0 LIMESTONE, tan 693.0 r r i UrESTOJJE, gray, w/ shale seams and occasional layers, Gard to very hard N W — H 0 —45 it U — — d_ U a— "_ —50 656.0 ------------------------- 0 c� z 0 0 m 0 0 0 LOG OF BORING NO I_#gL 0 oN O Z � cU- w a (n E E 'O W C� LY W O a, mIL�-: m .N IL Co a JJ a5 LLJ a5 LL O O 20 C DJ C O O Z)0CL 4.5+ 16 4.5+ 22 4.5+ 21 4.5+ 19 109 5080 4.5+ 88 52 17 35 18 4.5+ 19 �100/3.25' �100/1.75' 100/0.875u 1100/11, �100/0.75' �100/0.75' 1 100/11, �100/0.75' 100/0.37E PLATE A.10 Project No. Boring No. 103-24-529 B-33 Location See Plate A.1 Completion Completion Depth 50.0, Date 4-17-24 Surface Elevation 754.0 Project Northside III Water Main (Expedited Alignment) CM J ENGINEERING INC. Boat Club Road and West Bonds Ranch Road - Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type ATV B-47, w/ CFA LL o m s � a p Cn In Stratum Description 753.0 CLAY / SILTY CLAY, dark brown and brown, w/ iron stains, ironstone nodules, and limestone 751.0 fragments, very stiff — —\ LIMESTONE, tan, fractured 749.0 SILTY CLAY, light brown and gray, w/ ironstone — 5 nodules, calcareous deposits, and tan limestone seams, hard LIMESTONE, tan, weathered, w/ clay seams, moderately hard —10 —15- 736.0 —20�— _ — 726.0 SHALE, gray, w/ limestone layers, moderately hard to hard SHALY LIMESTONE, gray, w/ shale layers, hard to very hard N W - 0 —45— U — d_ U a— M —50— t 704.0 ------------------------- 0 c� z - 0 0 m 0 0 o LOG OF BORING NO. B-33 J 0 oN O Z o �� cLL w a o LL Q) O)o 0 o y i C N Cn (n E E 'O W 0 O a, mdH m .N IL(n a JJ a5 O_J a5 O_ O O 20 C Z)J C O O Z)UIL 3.75 51 21 30 21 4.5+ 40 15 25 17 109 2200 �100/5.25' �100/3.25' 100/2.5" 1100/2" 100/1 " 100/1.125° 100/0.625 �100/0.75' 100/0.75' PLATE A.11 Project No. Boring No. 103-24-529 B-34 Location See Plate A.1 Completion Completion Depth 25 0' Date 4-12-24 Surface Elevation 741.0 Project Northside III Water Main (Expedited Alignment) CM J ENGINEERING INC. Boat Club Road and West Bonds Ranch Road - Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type ATV B-47, w/ CFA LL o m s � a p Cn In Stratum Description j SILTY CLAY, dark brown, w/ ironstone nodules, shale fragments, and limestone fragments, stiff to very stiff (FILL) — hard above 1' -grades brown and gray, hard below 3' — 5 grades light brown, w/ calcareous nodules below 7' —10 728.0 — — LIMESTONE, tan, fractured, w/ clay seams and layers, moderately hard —15 _ 723.0 LIMESTONE, tan, hard to very hard —20 —25— 716.0 0 oN O Z o �� cLL w a (n E E 'O LY O a, mIL�-: m .N ILA a JJ a5 LLJ a5 LL O O 20 C Z)J C O O Z)UIL 4.5+ 21 2.75 21 3.0 15 4.5+ 17 87 2080 I 4.5+ 21 4.5+ 85 47 16 31 17 1 4.5+ 16 110 1100/2.5" 100/0.5" 7680 LOG OF BORING NO. B-34 PLATE A.12 Project No. Boring No. 103-24-529 B-35 Location See Plate A.1 Completion Completion Depth 25 0' Date 4-17-24 Surface Elevation 742.0 Project Northside III Water Main (Expedited Alignment) CM J ENGINEERING INC. Boat Club Road and West Bonds Ranch Road - Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type ATV B-47, w/ CFA LL o m s � a p Cn In Stratum Description J 5 =10 =100 10010000 / —20— 20— 10000, —/ CLAY, brown, light brown, and gray, w/ ironstone nodules, calcareous nodules, calcareous deposits, limestone fragments, and shale fragments, stiff to very stiff (FILL) - hard above 2' 717.0 ------------------------- 0 oN O Z o �� cLL w a (n E E 'O LY O a, mIL�-: m .N ILA a JJ a5 LLJ a5 LL O O 20 C Z)J C O O Z)UIL 4.5+ 14 4.5+ 15 2.0 20 3.25 22 100 4810 3.5 22 3.25 83 67 23 44 23 2.5 20 104 2570 4.25 20 1.75 80 61 22 39 20 106 3270 2.5 20 LOG OF BORING NO. B-35 PLATE A.13 Project No. Boring No. Project Northside III Water Main (Expedited Alignment) CM J ENGINEERING INC. 103-24-529 B-36 Boat Club Road and West Bonds Ranch Road - Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 25 0' Date 4-16-24 Surface Elevation Type 756.0 ATV B-47, w/ CFA LL o m s � a p Cn In Stratum Description 755.0 SILTY CLAY, dark brown and brown, w/ iron stains, ironstone nodules, and limestone fragments, hard LIMESTONE, tan, fractured, soft 751.0 LIMESTONE, tan, w/ weathered layers 748.0 SHALY CLAY, light brown and gray, w/ ironstone nodules, calcareous nodules, calcareous deposits, iron seams, and limestone fragments, hard - w/ tan limestone seams below 15' - stiff to very stiff below 19' 733.0 — — SHALE, gray, moderately hard 25 -1 -- 731.0 0 oN cU- O Z � w a O a, (n m .N a E a5 E a5 'O O O C C O O LY mdH ILU JJ dJ d -S� 20 ZJ Z)UIL 4.5+ 45 14 31 12 �100/7.25' 1 4.5+ 90 58 19 39 20 1 1 4.5+ 1 3.0 100/3.5" 27 100 4670I 17 LOG OF BORING NO. B-36 PLATE A.14 Project No. Boring No. 103-24-529 B-37 Location See Plate A.1 Completion Completion Depth 25 0' Date 4-17-24 Surface Elevation 758.0 LL o m s � a > m a) U) U) = 5 — —10� —15 Project Northside III Water Main (Expedited Alignment) CM J ENGINEERING INC. Boat Club Road and West Bonds Ranch Road - Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type ATV B-47, w/ CFA Stratum Description SANDY SILTY CLAY, brown, light brown, and gray, w/ calcareous nodules, calcareous deposits, limestone fragments, and shale fragments, firm to stiff (FILL) - hard below 4' 745.0 SHALY CLAY, light brown and gray, w/ ironstone nodules, calcareous nodules, iron seams, and tan limestone seams, very stiff to hard 733.0 ------------------------- 0 oN cLL ° z �� N a�i O a, (n m .N a E a5 E a5 'O O O C C O O LY mdH ILA JJ LLJ LL 20 Z)J Z)UIL 1.5 18 1.25 22 104 690 I 4.5+ 65 34 15 19 13 4.5+ 16 108 2410 00/9.25' 1 4.5+ 20 104 65501 1 4.0 55 19 36 16 4.5+ 21 LOG OF BORING NO. B-37 PLATE A.15 CM J ENGINEERING INC. Project No. Boring No. Project Northside III Water Main (Expedited Alignment) 103-24-529 B-38 Boat Club Road and West Bonds Ranch Road - Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 30.0' Date 4-18-24 Surface Elevation Type 796.0 ATV B-47, w/ CFA LL 75 s � E E0 o oN LL N o Stratum Description M o Uj �.� aE E o r- Coo LY mIL�-: ILU) JJ LLJ E 20 Z)J Z)UIL 795.0 SILTY CLAY, dark brown and brown, w/ iron stains, 4.5+ 49 17 32 12 - ironstone nodules, and limestone fragments, hard - — LIMESTONE, tan, moderately hard to hard - — - �100/2.25' —5 783.0 LIMESTONE, gray, hard to very hard - w/ shale seams and occasional layers below 20' 766.0 ------------------------- 100/2" 100/0.62E" �100/0.75' 100/1 " ' 00/0.62E" LOG OF BORING NO. B-38 PLATE A.16 Project No. Boring No. 103-24-529 B-39 Location See Plate A.1 Completion Completion Depth 30.0' Date 4-18-24 Surface Elevation 803.0 Project Northside III Water Main (Expedited Alignment) CM J ENGINEERING INC. Boat Club Road and West Bonds Ranch Road - Fort Worth, Texas Water Observations Dry during drilling; dry at completion Type ATV B-47, w/ CFA LL 5 m p Cn In Stratum Description 802.0 SILTY CLAY, brown and light brown, w/ iron stains, 801.0- ironstone nodules, calcareous nodules, and limestone fragments, hard LIMESTONE, tan, fractured LIMESTONE, tan, hard - w/ clay seams and layers below 5' 791.0 LIMESTONE, gray, w/ shale seams and layers, hard to very hard 773.0 ------------------------- 0 oN cU- O Z � w a O a, (n m .N a E a5 E a5 'O O O C C O O mdH ILU) JJ dJ d -S� 20 ZJ Z)UIL 4.5+ 33 14 19 100/1.5" 100/1.25' 100/0.62E" 1100/11, 100/0.62E" ' 00/0.62E" LOG OF BORING NO. B-39 PLATE A.17 w w z LL I- z w U w a C C Particle DistributionReport E o 0 0 C C C C C c- p } O N o o}} � O <y N 100 I I I I I I I I� h'40pt —r` I I I I I I I I I I I I I I 60 —� 1 �� �I— f _ — t I I I I I I I I I I I I I I 70 — I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 50- I 40 I i I 1 4 1 1 l�' I I I I I I I I J I I I I) J I I I I I I 30 I 1 I I I I l l I I I I I I I 1 I I I I I I I I I I I I 20 —I / I I —A I I I 1 I I I I I I I I i I I I 1 o I I I I I I I I I I I I I I I I I I I I I I I I I I I I o----I--L---L�1-1_1-- !-----1--1-1-1--- 10 l 1( 0.' I: G IMM�iiTiil o. %+311 % Gravel % Sand % Fines Coarse Fine oarse Medium Fine Silt Clay 0.0 0.0 0.9 1.9 2.9 2.0 55.7 36.6 LL PL D85 D60 D50 D30 D15 D10 Cc Cu 43 15 0.0397 0.0119 0.0092 0.0027 MATERIAL DESCRIPTION TEST DATE USCS NM CL Project No. 103-24-529 Client: Kunley-Horn & Associates Project: Northside III Water Main - Fort Worth, TX o Depth: 7-8 Sample Number: B-30 CIVIJ ENGINEERING, INC. Remarks: Fort Worth, Texas PLATE A.18 ----. -_--- Particle i i trim n Report c c o 0 0 100 I I N I I I 1r\ I I I I I I i t I I I I I I I I I I I I I I I I I I I I 90 I I I I I I I I I I I I I I I I I I I I I I I I 80 I I I I I I I I I I\ I I I I I I I I I I I I I I \ I I I I I I I I i I I I I I 70 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I w 60 I { I t Z L'- I I I I I I I I I I I I I I Z 50 I I I I I I I I I w I I I I I I I I I I I I I w 4o a I I I I I I I I I I I I I I I I I I I I I I I I I I I I 30 I I I I I I I I II I I I I I I I I I I I I 20 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 10 I I I I I I I I i I I I I I i I I I I I I I I I I I I I 0 I I I I 1 t I I I 1 5� IG 0.) 0.(01 GRAIN SIZE - mm. +3� % Gravel % Sand % Fines Coarse Fine Coarse Medium Fine Silt Clay 0 0.0 0.0 3.9 3.8 3.7 4.0 43.0 41.6 X LL PL D85 D60 D50 D30 D15 D10 Cc Cu 0 47 16 0.0867 0.0268 0.0113 0.0013 MATERIAL DESCRIPTION TEST DATE USCS NM 0 CL Project No. 103-24-529 Client: Kimley-Horn & Associates Remarks: Project: Northside III Water Main - Fort Worth, TX o Depth: 7-8 Sample Number: B-34 CIVIJ ENGINEERING, INC. Fort Worth, Texas PLATE A.19 0 100 I I 90 I I 80 I I 70 I I cr_ 60 w Z_ u I Z 50 W r W 40 � I I 30 I 20 I I 10 I I 0 10) % +3" 0 0.0 X LL PL 0 34 15 0 Particle i i ri ui n Report o00 I I I I I I I I I I I I I I I I I \ I I I I I I I I I l i I I I I I I I I I I I I I I I ( ( I I ( I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I l i i t I I I I I I I I I I I I I I I I I I I I I ! I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I l I I I I I I T6 0. ii aw GRAIN SIZE - mm. % Gravel ( % Sand % Fines Coarse Fine Coarse Medium Fine Silt Clay 0.0 7.8 7.6 8.9 10.9 36.5 28.3 D85 D60 D50 D30 D15 D10 Cc Cu 2.1153 0.0603 0.0424 0.0058 MATERIAL DESCRIPTION Project No. 103-24-529 Client: Kimley-Horn & Associates Project: Northside III Water Main - Fort Worth, TX o Depth: 4-5 Sample Number: B-37 CMJ ENGINEERING, INC. TEST DATE USCS CL Remarks: NM Fort Worth, Texas PLATE A.20 Project Project No.: ANALYTICAL TEST RESULTS Northside III Water Main (Expedited Alignment) Boat Club Road to West Bonds Ranch Road — Fort Worth, Texas 103-24-529 Boring Depth Chloride Soluble No. (ft.) (mg/kg) Sulfate pH (mg/kg) B-30 14 - 15 <2.1 18.5 8.3 B-35 14 - 15 11.4 291 7.7 B-36 19 - 20 <1.9 11.6 8.1 B-37 7-8 6.6 320 7.9 CM1 ENGINEERING, INC. PLATE A.21 ALPNA TESTING WHERE IT ALL BEGINS June 9, 2022 Geotechnical Construction Materials Environmental TBPE Firm No. 813 GRBK Edgewood, LLC 2805 North Dallas Parkway, Suite 400 Plano, Texas 75093 Attention: Mr. Brian Hunnicutt Re: Pavement Recommendations Chapel Hill West Off Mulkey Lane and Cleveland Gibbs Road Fort Worth, Texas ALPHA Report No. W213383-A 5058 Brush Creek Road Tel: 817-496-5600 Fort Worth, Texas 76119 Fax: 817-496-5608 www.alphatesting.com Submitted herein are the recommended pavement sections for public streets of the proposed subdivision (Chapel Hill West) on a tract of land generally located on the south side of South Bonds Ranch Road, about one mile west of Business US 287, in Fort Worth, Texas. This study was authorized by Mr. Bobby Samuel on November 5, 2021 with the Professional Services Consulting Agreement between GRBK Edgewood, LLC and Alpha Testing, LLC and performed in accordance with ALPHA Proposal No. 87487 dated November 5, 2021. Recommendations for foundations are issued under ALPHA Report No. W213383 dated May 27, 2022. The purpose of this study is to develop pavement sections for public streets in the subject subdivision in accordance with the City of Fort Worth Pavement Design Manual (January 2015). We understand the proposed street within the subdivision could be classified as "Residential - Urban", "Collector" or "Arterial", as described in the referenced manual. PURPOSE AND SCOPE The purpose of this geotechnical exploration is for ALPHA TESTING, LLC (ALPHA) to evaluate for the GRBK Edgewood, LLC (Client) some of the physical and engineering properties of subsurface materials at selected locations on the subject site with respect to formulation of appropriate geotechnical design parameters for the proposed pavement. The field exploration was accomplished by securing subsurface samples from widely spaced test borings performed across the expanse of the site. Engineering analyses were performed from results of the field exploration and results of laboratory tests performed on representative samples. Also included are general comments pertaining to reasonably anticipated construction problems and recommendations concerning earthwork and quality control testing during construction. This information can be used to evaluate subsurface conditions and to aid in ascertaining construction meets project specifications. Recommendations provided in this report were developed from information obtained in test borings depicting subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations, and subsurface conditions at boring locations may vary at different times of the year. The scope of work may not fully define the variability of subsurface materials and conditions that are present on the site. ALPHA Report No. W213383-A The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and possibly other tests. SUMMARY OF RECOMMENDATIONS Table A contains a summary of pavement section requirements for proposed streets at the subject project. TABLE A Summary of Pavement Section Requirements Street Classification Residential -Urban Collector Arterial PCC Pavement Thickness(in) placed on lime stabilized subgrade soil 28-day Concrete Compressive Strength (psi) Subgrade Treatment Application Rate (lbs per sq yd) Reinforcing Bar No. Reinforcing Bar Spacing (in) 6 7'/2 10 3,600 3,600 3,600 6 inches Lime 8 inches Lime 8 inches Lime 32 42 42 3 3 4 18 18 18 Further recommendations and analyses used to develop the summary in Table A are provided further in this report. FIELD EXPLORATION Subsurface conditions on the site were explored by drilling a total of 87 test borings. Forty-four (44) test borings were drilled to a depth of about 20 ft and forty-three (43) test borings were drilled to a depth of about 15 ft. The approximate location of each test boring is shown on the attached Boring Location Plan, Figure IA and 113. Subsurface types encountered during the field exploration are presented on the attached Log of Boring sheets (boring logs). These boring logs contain our Field Technician's and Engineer's interpretation of conditions believed to exist between actual samples retrieved. Therefore, the boring logs contain both factual and interpretive information. Lines delineating subsurface strata on the boring logs are approximate and the actual transition between strata may be gradual. LABORATORY TESTS Selected samples of the subsurface materials were tested in the laboratory to evaluate their engineering properties as a basis in providing recommendations for pavement sections design and earthwork construction. The following laboratory tests were performed to facilitate pavement section recommendations: 2 ALPHA Report No. W213383-A #X • Moisture Content (ASTM D 2216) • Atterberg-Limits (ASTM D 4318) • Unconfined Compressive Strength (ASTM D 2166) • Sulfate Content (TX-145-E Part II) • Lime Series (Plasticity Index vs. Lime Content) GENERAL SUBSURFACE CONDITIONS Based on geological atlas maps available from the Bureau of Economic Geology, published by the University of Texas at Austin, the project site is situated at the mapped interface of the undivided Fort Worth Limestone and Duck Creek formation and the Kiamichi formation. These formations generally consist of limestone and marl (limey shale) with residual clay overburden soils. The clay soils from these geological units are generally characterized by low to high shrink/swell potential. Subsurface conditions can be highly variable at geological interfaces. Subsurface conditions encountered in most of the borings generally consisted of clay to depths of about 1 ft to 6 ft below ground surface underlain by weathered limestone, limestone, and/or shale extending to the 15 ft and 20 ft termination depths of the borings. Clay and/or shaly clay extending to the 15 ft and 20 ft termination depths was encountered in Borings 45, 50, 51, 71, 75 and 84. Layers of weathered limestone and/or limestone about 2 ft to 13 ft thick were encountered between the clay layers in Borings 12, 59, 65, 66, 67, 72 and 79 at depths of about 2 ft to 5 ft below ground surface. Subsurface conditions encountered in Borings 24, 39, 42, 44, 49, 58 and 77 consisted of alternating layers of clay, limestone and shale to the 15 ft and 20 ft termination depths of the borings. Limestone extending to the 15 ft and 20 ft termination depths was encountered in Borings 2, 3, 4, 7, 14 and 25. The upper 17 ft and 13 ft of clay and limestone encountered in Borings 16 and 23, respectively, was visually classified as fill material. Possible fill material was also encountered in Borings 1, 5, 6, 8, 10, 11, 12, 13, 15, 17, 19 through 22, 24, 26 through 32, 35, 39, 43 and 44 to depths of about 1 ft to 4 ft below ground surface. More detailed stratigraphic information is presented on the attached Log of Boring Sheets. The granular materials (clayey gravel) encountered in preliminary borings are considered relatively permeable and are anticipated to have a relatively rapid response to water movement. However, the clay, shaly clay, weathered limestone, limestone and shale encountered in the borings are considered relatively impermeable and are anticipated to have a relatively slow response to water movement. Therefore, several days of observation would be required to evaluate actual groundwater levels within the depths explored. Also, the groundwater level at the subject site is anticipated to fluctuate seasonally depending on the amount of rainfall, prevailing weather conditions, and subsurface drainage characteristics. Free groundwater was not encountered in the borings at the time of this study. However, it is common to encounter seasonal groundwater in fill and granular materials, from natural fractures within the clayey matrix, at the soil/rock (limestone and/or shale) interface or from fractures in the rock (limestone and/or shale), particularly during or after periods of precipitation, particularly during or after periods of precipitation. If more detailed groundwater information is required, monitoring wells or piezometers can be installed. Further details concerning subsurface materials and conditions encountered can be obtained from the boring logs provided in the Appendix. 3 ALPHA Report No. W213383-A #X ENGINEERING ANALYSIS AND RECO NDATIONS Calculations used to determine the required pavement thickness are based only on the physical and engineering properties of the materials and conventional thickness determination procedures. Related civil design factors such as subgrade drainage, shoulder support, cross -sectional configurations, surface elevations, joint design and environmental factors will significantly affect the service life and must be included in preparation of the construction drawings and specifications but were not included in the scope of this study. Normal periodic maintenance will be required for all pavement to achieve the design life of the pavement system. Pavement Suburade Preparation Based on review of the borings, it is expected the pavement subgrade could consist of clay soils or similar onsite materials used for grading the site. The pavement subgrade could also consist of limestone in some areas depending on the given location along the alignment and grading requirements. Since the subgrade conditions and required treatments could vary along the proposed road alignment, ALPHA should be retained to observe construction to verify conditions are as expected. Also, we should be provided with the final grading plan for review prior to construction to verify or modify in writing the recommendations contained in this report. The exposed clayey surface soils should be scarified to a depth of 6 inches and 8 inches for Residential Urban and Collector/Arterial streets, respectively and mixed with a minimum 32 lbs per sq yard of hydrated lime (by dry soil weight) for Residential Urban streets and 42 lbs per sq yard for Collector and Arterial streets in conformance with TxDOT Standard Specifications Item 260. The recommended application rate equates to about 7 percent based on a dry soil unit weight of 100 pcf. The results of lime series tests performed on representative clay samples are attached (Figures 2a and 2b). We recommend lime stabilization procedures extend at least 1 ft beyond the edge of the pavement to reduce effects of seasonal shrinking and swelling upon the extreme edges of pavement. The soil -lime mixture should be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg-limit tests should be performed to verify the resulting plasticity index of the soil -lime mixture is at/or below 15. Lime stabilization of the pavement subgrade is not required where the pavement subgrade consists of limestone. In pavement areas where limestone is exposed after final subgrade elevation is achieved, on -site lime stabilized clay cuttings, on -site processed limestone cuttings, or flexible base material could be used as a leveling course (as needed) to provide a smooth surface for placement of the pavement. Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flatwork constructed at final grades could experience soil -related potential seasonal movements of more than about 6 inches depending on the depth of limestone from final grade as discussed in the referenced foundation report (ALPHA Report No. W213383). 4 ALPHA Report No. W213383-A #X A California Bearing Ratio (CBR) test was not performed for this specific project. Based on our experience with similar projects, we anticipate the CBR for native subgrade material is estimated to be between 2.0 and 3.0. Following improvement with lime, the CBR value for the lime stabilized clayey soils is expected to be at least 10. Portland Cement Concrete Pavement Section Using the 1993 AASHTO pavement design procedures (WinPAS computer program distributed by American Concrete Pavement Association), the following design parameters were used in analyses of the PCC pavement section. • Compressive strength of concrete 3,600 psi at 28 days • Modulus of Elasticity 4,000,000 psi • Modulus of Rupture 620 psi • Modulus of Subgrade Reaction* 280 pci • Load Transfer Co -efficient 3.0 • Drainage Coefficient 1.0 • Initial PSI 4.5 • Terminal PSI for 2.0 (Residential Urban) 2.25 (Collector) 2.5 (Arterial) • Standard Deviation 0.39 • Reliability 85 percent *Subgrade prepared with lime stabilization, or graded limestone as discussed in the previous section. Using the Street Classification of "Residential -Urban" as described in the referenced Fort Worth Pavement Design Manual, it is estimated annual traffic volume will be about 35,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 0.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the Residential Urban Street pavement to be about 930,000. Using the Street Classification of "Collector" as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 100,000 Equivalent Single Axle Loads (ESALs) in one direction over a 25-year design life with 1.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 3,000,000. Using the Street Classification of "Arterial" as described in the referenced Fort Worth Pavement Design Manual, the annual traffic volume will be about 300,000 Equivalent Single Axle Loads (ESALs) in one direction over a 30-year design life with 2.5 percent annual traffic growth. Based on this, we estimate the cumulative ESALs over the design life of the pavement to be about 13,000,000. If the actual expected traffic volume is different than used for our analysis herein, our office should be provided with the actual expected traffic volume so that we can re-evaluate our recommendations. 5 ALPHA Report No. W213383-A Based on the subgrade preparations recommended herein, the projected traffic volume and stated design parameters, a minimum 6-inch section of Portland cement concrete is required for Residential Urban classified streets, a minimum 7'/2-inch section of Portland cement concrete is required for Collector classified streets and a minimum 10-inch section of Portland cement concrete is required for Arterial classified streets at this project. PCC should have a minimum 3,600 psi compressive strength at 28 days. The concrete section should be placed over a properly prepared subgrade as discussed herein. Concrete should be designed with 4.5 ± 1.5 percent entrained air. Reinforcing steel for concrete pavement should be in accordance with Table 4.1 of the referenced Pavement Design Manual. Joints and saw -cutting in concrete should be in accordance with Section Four of the referenced Pavement Design Manual. Drainage and Maintenance Routine maintenance, including sealing of cracks and joints should be performed over the life of the pavement. Adequate drainage should be provided to reduce seasonal variations in the moisture content of subgrade soils. Maintaining positive surface drainage throughout the life of the pavement is essential. Soluble Sulfates A total of 24 samples obtained from the borings were tested for soluble sulfate concentrations. Results of the laboratory testing (TxDOT Test Method TEX-145-E Part II) are summarized in Table B. TABLE B Soluble Sulfates Sample Boring Depth, Material Type Soluble Sulfate, No. No. ft m /K m g � DPP ) 1 1 0-2 Tan Clay 63 2 8 0-2 Tan Clay 40 3 9 4-5 Tan Clay 66 4 15 0-2 Tan Clay 65 5 16 2-4 Tan Clay 19 6 17 0-2 Tan Clay 56 7 20 0-2 Tan Clay 14 8 21 0-2 Tan Clay 62 9 26 0-2 Tan Clay 46 10 28 0-1 Tan Clay 43 11 29 0-2 Dark Brown Clay 57 12 33 0-2 Dark Brown Clay 53 13 37 2-4 Dark Brown Clay 37 14 38 0-1 Dark Brown Clay 54 15 40 0-2 Dark Brown Clay 43 0 ALPHA Report No. W213383-A #X TABLE B Soluble Sulfates 16 42 0-2 Dark Brown Clay 59 17 51 2-4 Dark Brown Clay 48 18 52 0-1 Dark Brown Clay 48 19 56 0-2 Dark Brown Clay 57 20 61 0-1 Dark Brown Clay 56 21 66 2-4 Dark Brown Clay 49 22 73 0-2 Dark Brown Clay 48 23 81 0-1 Dark Brown Clay 52 24 84 2-3 Light Brown Clay 50 Based on the results of laboratory testing, the soluble sulfate content measured in the samples tested is considered relatively low (<3,000 ppm). It should be noted that concentrations of soluble sulfates in soil are typically very localized and concentrations in other areas of the site could vary significantly. Therefore, it is recommended sulfate sampling/testing be performed along the pavement subgrade during construction. During construction, experienced geotechnical personnel should make close observations for possible sulfate reactions. GENERAL CONSTRUCTION PROCEDURES AND RECOMMENDATIONS Variations in subsurface conditions could be encountered during construction. To permit correlation between test boring data and actual subsurface conditions encountered during construction, it is recommended a registered Professional Engineering firm be retained to observe construction procedures and materials. Some construction problems, particularly degree or magnitude, cannot be reasonably anticipated until the course of construction. The recommendations offered in the following paragraphs are intended not to limit or preclude other conceivable solutions, but rather to provide our observations based on our experience and understanding of the project characteristics and subsurface conditions encountered in the borings. Site Preparation and Grading As discussed in Section 5.0 (ALPHA Report No. 213383), the upper 17 ft and 13 ft of clay and limestone encountered in Borings 16 and 23, respectively, was visually classified as fill material. Possible fill material was encountered in Borings 1, 5, 6, 8, 9, 10, 11, 12, 13, 15, 17, 19, 20, 21, 22, 24, 26, 27, 28, 29, 30, 31, 32, 35, 39, 43 and 44 to depths of about 1 ft to 4 ft below ground surface. Although not encountered in the borings, existing fill materials could also contain organics, boulders and other debris which could be encountered during site grading and general excavation. Test pit excavations performed prior to construction can be used to evaluate the depth, extent and composition of existing fill at this site. ALPHA would be pleased to provide this service if desired. 7 ALPHA Report No. W213383-A #X Limestone was encountered at the surface in several of the borings and will likely be encountered during general excavation and grading at this site. From our experience, this limestone can be hard and difficult to excavate. Rock excavation methods (including, but not limited to rock teeth, rippers, jack hammers, or sawcutting) may be required to remove the limestone. Crushing equipment may be required to process this limestone if it is desired to use this material as compacted fill on the site. The contractor selected should have experience with excavation in hard limestone. All areas supporting pavement or areas to receive new fill should be properly prepared. • After completion of the necessary stripping, clearing, and excavating and prior to placing any required fill, the exposed subgrade should be carefully evaluated by probing and testing. Any undesirable material (organic material, wet, soft, or loose soil) still in place should be removed. The exposed subgrade should be further evaluated by proof -rolling with a heavy pneumatic tired roller, loaded dump truck or similar equipment weighing approximately 25 tons to check for pockets of soft or loose material hidden beneath a thin crust of possibly better soil. Proof -rolling procedures should be observed routinely by a Professional Engineer or their designated representative. Any undesirable material (organic material, wet, soft, or loose soil) exposed from the proof -roll should be removed and replaced with well -compacted material as outlined in the Fill Compaction section. Prior to placement of any fill, the exposed subgrade should then be scarified to a minimum depth of 6 inches and recompacted as outlined in the Fill Compaction section. If fill is to be placed on existing slopes (natural or constructed) steeper than six horizontals to one vertical (6:1), the fill materials should be benched into the existing slopes in such a manner as to provide a minimum bench width of five (5) ft. This should provide a good contact between the existing soils and new fill materials, reduce potential sliding planes, and allow relatively horizontal lift placements. Even if fill is properly compacted as recommended in the Fill Compaction section, fills in excess of about 10 ft are still subject to settlements over time of up to about 1 to 2 percent of the total fill thickness. This should be considered when planning or placing deep fills, especially where utilities are planned below pavement. Slope stability analysis of embankments (natural or constructed) and global stability analysis for retaining walls was not within the scope of this study. The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring. Design of these structures should include any imposed surface surcharges. Construction site safety is the sole responsibility of the contractor, who shall also be solely responsible for the means, methods and sequencing of construction operations. The contractor should also be aware that slope height, slope inclination or excavation depths (including utility trench excavations) should in no case exceed those specified in local, state and/or federal safety regulations, such as ALPHA Report No. W213383-A #X OSHA Health and Safety Standard for Excavations, 29 CFR Part 1926, or successor regulations. Stockpiles should be place well away from the edge of the excavation and their heights should be controlled so they do not surcharge the sides of the excavation. Surface drainage should be carefully controlled to prevent flow of water over the slopes and/or into the excavations. Construction slopes should be closely observed for signs of mass movement, including tension cracks near the crest or bulging at the toe. If potential stability problems are observed, a geotechnical engineer should be contacted immediately. Shoring, bracing or underpinning required for the project (if any) should be designed by a professional engineer registered in the State of Texas. Due to the nature of the clay soils found near the surface at most of the borings, traffic of heavy equipment (including heavy compaction equipment) may create pumping and general deterioration of shallow soils. Therefore, some construction difficulties should be anticipated during periods when these soils are saturated. Fill Compaction The following compaction recommendations pertain to general filling and site grading. The pavement subgrade should be prepared as discussed in the Pavement Subgrade Preparation section. Clay with a plasticity index equal to or greater than 25 should be compacted to a dry density between 93 and 98 percent of standard Proctor maximum dry density (ASTM D 698). The compacted moisture content of the clays during placement should be within the range of 2 to 6 percentage points above optimum. Clay with a plasticity index less than 25 should be compacted to a dry density of at least 95 percent of standard Proctor maximum dry density (ASTM D 698) and within the range of 1 percentage point below to 3 percentage points above the material's optimum moisture content. Clayey materials used as fill should be processed and the largest particle or clod should be less than 6 inches prior to compaction. Processed limestone used as fill should be compacted to at least 95 percent of standard Proctor maximum dry density. The compacted moisture content of the processed limestone is not considered crucial to proper performance. However, if the material's moisture content during placement is within 3 percentage points of optimum, the compactive effort required to achieve the minimum compaction criteria may be minimized. Individual rock pieces larger than 6 inches in dimension should not be used as fill. However, if rock fill is utilized within 3 ft below the bottom of pavement, the maximum allowable size of individual rock pieces should be reduced to 3 inches. Processed limestone used as fill should incorporate sufficient fines to prevent the presence of voids around larger diameter rock pieces. A gradation of at least 40 percent passing a standard No. 4 sieve is recommended. Where mass fills are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D-698) and within 2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as outlined herein. 9 ALPHA Report No. W213383-A #X Compaction should be accomplished by placing fill in about 8-inch-thick loose lifts and compacting each lift to at least the specified minimum dry density. Field density and moisture content tests should be performed on each lift. Utilities Where utility lines are deeper than 10 ft, the fill/backfill below 10 ft should be compacted to at least 100 percent of standard Proctor maximum dry density (ASTM D 698) and within —2 to +2 percentage points of the material's optimum moisture content. The portion of the fill/backfill shallower than 10 ft should be compacted as previously outlined. Density tests should be performed on each lift (maximum 12-inch thick) and should be performed as the trench is being backfilled. Even if fill is properly compacted, fills in excess of about 10 ft are still subject to settlements over time of up to about I to 2 percent of the total fill thickness. This should be considered when designing pavement over utility lines and/or other areas with deep fill. If utility trenches or other excavations extend to or beyond a depth of 5 ft below construction grade, the contractor or others shall be required to develop an excavation safety plan to protect personnel entering the excavation or excavation vicinity. The collection of specific geotechnical data and the development of such a plan, which could include designs for sloping and benching or various types of temporary shoring, is beyond the scope of this study. Any such designs and safety plans shall be developed in accordance with current OSHA guidelines and other applicable industry standards. Groundwater Free groundwater was not encountered during drilling for this study. However, groundwater was encountered during the preliminary study in Borings 3, and 7 through 12 at depths of about 2 ft to 12 ft below the ground surface. From our experience, shallower groundwater seepage could be encountered from the subsurface stratigraphy in excavations for foundations, utilities and other general excavations at this site. The risk of seepage increases with depth of excavation and during or after periods of precipitation. Standard sump pits and pumping may be adequate to control seepage on a local basis. In any areas where cuts are made, attention should be given to possible seasonal water seepage that could occur through natural cracks and fissures in the newly exposed stratigraphy. The risk of seepage is increased where limestone is exposed in excavations and slopes or is near final grade. In these areas subsurface drains may be required to intercept seasonal groundwater seepage. The need for these or other dewatering devices should be carefully addressed during construction. Our office could be contacted to visually observe final grades to evaluate the need for such drains. LIMITATIONS Professional services provided in this geotechnical exploration were performed, findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices. The scope of services provided herein does not include an environmental assessment of the site or investigation for the presence or absence of hazardous 10 ALPHA Report No. W213383-A #X materials in the soil, surface water or groundwater. ALPHA, upon written request, can be retained to provide same. ALPHA is not responsible for conclusions, opinions or recommendations made by others based on this data. Information contained in this report is intended for the exclusive use of the Client (and their designated design representatives) and is related solely to design of the specific structures outlined on the cover page of this report. No parry other than the Client (and their designated design representatives) shall use or rely upon this report in any manner whatsoever unless such parry shall have obtained ALPHA's written acceptance of such intended use. Any such third party using this report after obtaining ALPHA's written acceptance shall be bound by the limitations and limitations of liability contained herein, including ALPHA's liability being limited to the fee paid to it for this report. Recommendations presented in this report should not be used for design of any other structures except those specifically described in this report. In all areas of this report in which ALPHA may provide additional services if requested to do so in writing, it is presumed that such requests have not been made if not evidenced by a written document accepted by ALPHA. Further, subsurface conditions can change with passage of time. Recommendations contained herein are not considered applicable for an extended period of time after the completion date of this report. It is recommended our office be contacted for a review of the contents of this report for construction commencing more than one (1) year after completion of this report. Non-compliance with any of these requirements by the Client or anyone else shall release ALPHA from any liability resulting from the use of, or reliance upon, this report. Recommendations provided in this report are based on our understanding of information provided by the Client about characteristics of the project. If the Client notes any deviation from the facts about project characteristics, our office should be contacted immediately since this may materially alter the recommendations. Further, ALPHA is not responsible for damages resulting from workmanship of designers or contractors and it is recommended the Owner retain qualified personnel, such as a Geotechnical Engineering firm, to verify construction is performed in accordance with plans and specifications. 11 ALPHA Report No. W213383-A CLOSING All recommendations in the referenced geotechnical report remain unchanged unless specifically modified herein. We appreciate the opportunity to be of service. Please contact us with any questions or comments. Sincerely, ALPHA TESTING, LLC Karina Cohuo Geotechnical Project Manager GSF/tla Copies: (1-PDF) Client OF TF��11++ .......................... GREGORY S. FAGAN F . 116518 .' June 9, 2022 Gregory S. Fagan, P.E. Senior Geotechnical Engineer Attachments: Boring Location Plan — Figure I and I Mechanical Lime Series — Figures 2A and 2B WinPAS Analysis Results Log of Borings Key to Soil Symbols and Classifications 12 1 I 1 . I"... aiRisk : aim � �� � r a11IYWm ii l I �+mow ��}� 1 �l�rlu�llltil�l I�n� (to 7 m ALPHA , TESTING WHERE IT ALL BEGINS Geotechnical • Construction Materials . Environmental • TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W213383 Date: 05/26/22 % Lime 0% 4% 6% 8% 10% PI 45 20 16 13 10 70 65 60 55 50 45 �{ 40 \ EL- 35 30 1 25 \ 20 15 10 5 0 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15% Percent Dry Weight of Lime FIGURE 2A ALPHA , TESTING WHERE IT ALL BEGINS Geotechnical • Construction Materials . Environmental • TBPE Firm No. 813 REPORT OF MECHANICAL LIME SERIES RESULTS Project No: W213383 I Date: 05/26/22 % Lime 0% 4% 6% 8% 10% PI 38 18 14 11 8 70 65 60 55 50 45 40 EL- 35 30 \ 25 20 15 - 10 5 0 0% 1% 2% 3% 4% 5% 6% 7% 8% 9% 10% 11% 12% 13% 14% 15% Percent Dry Weight of Lime FIGURE 213 Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Residential Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 5.91 inches Load Transfer, J Design ESALs 930,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.00 Thursday, April 23, 2015 1:12:04PM Engineer: Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Collector Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 7.52 inches Load Transfer, J Design ESALs 3,000,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.25 Thursday, April 23, 2015 1:11:04PM Engineer: Win PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Agency: City of Fort Worth Company: Alpha Testing Inc. Contractor: Project Description: Arterial Pavement Analysis Location: Fort Worth, TX Rigid Pavement Design/Evaluation PCC Thickness 9.87 inches Load Transfer, J Design ESALs 13,000,000 Mod. Subgrade Reaction, k Reliability 85.00 percent Drainage Coefficient, Cd Overall Deviation 0.39 Initial Serviceability Modulus of Rupture 620 psi Terminal Serviceability Modulus of Elasticity 4,000,000 psi Modulus of Subqrade Reaction (k-value) Determination Resilient Modulus of the Subgrade 0.0 psi Resilient Modulus of the Subbase 0.0 psi Subbase Thickness 0.00 inches Depth to Rigid Foundation 0.00 feet Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280.00 psi/in 3.00 280 psi/in 1.00 4.50 2.50 Thursday, April 23, 2015 1:09:59PM Engineer: ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 1 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Chapel Hill West Surface Elevation: 6/10/2021 End Date: 6/10/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown and Tan CLAY - FILL Gray and Tan CLAY with calcareous clay j _5� j Tan LIMESTONE with clay seams and layers Gray LIMESTONE —--9 10 _15 TEST BORING TERMINATED AT 15 FT 20 2.0 Hammer Drop (lbs / in): 170 / 24 o S 2 d E a) ;= _ x �� > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a-- 3 100/ 0.5" 100/ 15.0 hk 1.01, 0.5 21 4.5+ 2.0 116 14 4.0 22 48 21 27 1.3 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 2 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Chapel Hill West Surface Elevation: 6/10/2021 End Date: 6/10/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Tan CALCAREOUS CLAY with limestone fragments Tan and Gray LIMESTONE 5 Gray LIMESTONE _10 _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 o S 2 d E a) ;= _ x �� > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a- 3 4.0 14 30 14 16 1.0 8.0 100/ 5.0" 6 100/ 6 1.0" 100/ 15.0 , 0.51, A L P H A TEST ING 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 3 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W21 161 0 WHERE IT ALL BEGINS www.alphatesting.com Client: Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Project: Chapel Hill West Surface Elevation: Start Date: 6/9/2021 End Date: 6/9/2021 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 0) GROUND WATER OBSERVATIONS -7On Rods (ft): 12 oZAfter Drilling (ft): 10 O 7After Hours (ft): MATERIAL DESCRIPTION Tan and Brown CALCAREOUS CLAY with limestone fragments - FILL U 17 Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 20 ft .R Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x N� > o3 YuE� �6La N w& OC -Jo .J2 y� a o� �o 3 (n U)� x o o a Z J rl T H a a- 1 3.0 18 100/ 3.5" 100/ 5.5" 100/ 20.0 , 0.5" 3.5 17 36 17 19 0.0 3.0 16 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Meritaqe Homes of Texas, LLC - DF Project: Chapel Hill West Start Date: 6/10/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CALCAREOUS CLAY with limestone fragments j Tan WEATHERED LIMESTONE with clay seams and layers 5 Gray LIMESTONE 10 15 TEST BORING TERMINATED AT 17 FT 20 5058BrushCreekRd. BORING NO.: 4 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com W Location: Fort Worth, TX Surface Elevation: 6/10/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 d o S .4 E a);= _ x o U� c' E E c o °0 a)0 3 Y 6L N w C J J y a oW oZ 00 c a� pU 5 in •2 3 U) X c ca ° .E m � a_ T Ha a- Z 4.5+ 2.0 121 13 30 15 15 2.0 74 9.0 100/ 1.25" 100/ 17.0 L 0.5" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 5Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Chapel Hill West Surface Elevation: 6/10/2021 End Date: 6/10/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -7On Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION — Tan and Brown CLAY - FILL Tan and Gray CLAY 5 Tan LIMESTONE with clay seams and layers _10_ 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 o S 2 d E a) ;= _ x �� > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a- 1 0.25 24 2.0 23 4.0 5.0 3.0 18 33 15 18 0.1 100/ 0.75" 100/ 15.0 , 1.25" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 6 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Chapel Hill West Surface Elevation: 6/9/2021 End Date: 6/9/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Light Brown and Tan CLAY - possible fill j Tan LIMESTONE with clay seams and layers 5 _10_ Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � & O -o .2 a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a- 1 0.5 29 39 19 20 3.0 100/ 1.25" 100/ 0.75" 12.0 100/ 15.0 L 1.0" 1.5 23 NM ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 7 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Chapel Hill West Surface Elevation: 6/9/2021 End Date: 6/9/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): 2 & 12 oZAfter Drilling (ft): 14 O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAYEY GRAVEL Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE 1 _15 TEST BORING TERMINATED AT 15 FT 20 3.0 Hammer Drop (lbs / in): 170 / 24 d o S 2 E a);= _ x o 0t6 c'� E E c o N� 3 Y� 6L N w C J J y a o� o� a° o c aN p�� U n .� 3 Un OfX c cco a ° .E m � a T Ha a- Z 14 100/ 0.5" 100/ 12.0 100/ 15.0 L 0.5" 5058 Brush Creek Rd. BORING NO.: 8 A L P H TEST ING Fort Worth, Texas 76119 Sheet 1 1 A Phone: 817-496-5600 of Fax: 817-496-5608 PROJECT NO.: W21 161 0 WHERE IT ALL BEGINS www.alphatesting.com Client: Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Project: Chapel Hill West Surface Elevation: Start Date: 6/8/2021 End Date: 6/8/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -.S .4 E - a> t _ x Z7 0n Rods (ft): 6 >1 � � 8-1 s 1After Drilling (ft): 1 o 3 > o o E c 5 m0 �a c o o .2 = fl- o C- m 7After Hours (ft): aU o @ a, v 0-OL T U) C� U H a o o Z ? M a ?U) MATERIAL DESCRIPTION Dark Brown and Light Brown CLAY with limestone 1 fragments - FILL - - 1.75 32 - 1.0 23 - 5 1.25 23 57 19 38 0.0 - 14 _ 8.0 Tan LIMESTONE with clay seams and layers 100/ - 10 0.5" , _ 12.0 Gray SHALE with limestone seams and layers 00/ - 15 2.25.25" , 100/ _20 20.0 , 1.25" TEST BORING TERMINATED AT 20 FT ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 9 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Chapel Hill West Surface Elevation: 6/9/2021 End Date: 6/9/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): 2 Drilling (ft): 3 oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 1 _5 10 Gray LIMESTONE _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� N� > o3 Yu E� 46) L5 N w& OC -Jo .J2 y� a o� �o 3 (n U)� x� o� o a Z J a T Ha a- 1.0 32 1.0 100/ 2.25" 100/ 10.0 , 2.0" 100/ 15.0 , 0.75" 5058 Brush Creek Rd. BORING NO.: 10 A L P H TEST ING Fort Worth, Texas 76119 Sheet 1 1 A Phone: 817-496-5600 of Fax: 817-496-5608 PROJECT NO.: W211610 WHERE IT ALL BEGINS www.alphatesting.com Client: Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Project: Chapel Hill West Surface Elevation: Start Date: 6/9/2021 End Date: 6/9/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -.S .4 E - a> ;= _ x Z7 0n Rods (ft): 2 >1 � � 8-1 s 1After Drilling (ft): 12 o 3 > o o E c 5 m0 �a c o o .2 = fl- o C- m SFAfter Hours (ft): aU o @ a, U [L OL C (Z N T U) o o MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments — 1.0 30 2.0 Tan CLAY with calcareous deposits — 3.5 19 53 18 35 0.3 _ 4.0 Light Brown, Gray and Tan SHALY CLAY with 5 calcareous layers — 20 — 25 — 4.5+ 22 72 24 48 1.1 10 10.0 Tan LIMESTONE with clay seams and layers 1 100/ — 15 — 0.5" , 100/ 20 20.0 , 1.5" TEST BORING TERMINATED AT 20 FT ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 11 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W211610 www.alphatesting.com Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Chapel Hill West Surface Elevation: 6/9/2021 End Date: 6/9/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): 9 Drilling (ft): 17 oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION Dark Brown CLAY — j_ 2.0 Brown CLAY _ 5 5.0 Brown LIMESTONE with clay seams and layers 10 12.0 _ Tan and Gray SHALY CLAY with limestone fragments 15 i 1 17.0 Gray LIMESTONE with shale seams and layers Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > 6U� �� (D �'a C 5 �> OC -Jo .J2 a oW � pw 5i •y2:o 3 (n Ucu )� x� o� o a Z J a T Ha a- 1 2.5 20 25 14 11 2.0 18 1.5 19 100/ 1.0" 100/ 3.0" 3.5 29 79 26 53 0.0 100/ _20 20.0 L 1.25" TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 12 A L P H TEST ING Fort Worth, Texas 76119 Sheet 1 1 A Phone: 817-496-5600 of Fax: 817-496-5608 PROJECT NO.: W21 161 0 WHERE IT ALL BEGINS www.alphatesting.com Client: Meritaqe Homes of Texas, LLC - DFW Location: Fort Worth, TX Project: Chapel Hill West Surface Elevation: Start Date: 6/9/2021 End Date: 6/9/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -.S .4 E - a> t _ x 0n Rods (ft): 13 > T o N U� �� � E E C 8-1Z7 ZAfter Drilling (ft): DRY � 3 o a, a v After_ Hours (ft): a o� oz @ a, 0— a ao rj T 3 cn o o o MATERIAL DESCRIPTION jDark Brown CLAY - 1.5 0.7 95 26 _ 2.0 Light Brown and Tan CLAY with limestone seams and layers - 2.25 16 - 5 3.0 23 4.0 16 51 18 33 2.7 - 3.0 26 10 , 10.0 Tan LIMESTONE with clay seams and layers 100/ 1.5" _ 13.0 Gray SHALE with limestone seams and layers 100/ - 15 0.7575" L 100/ _20 20.0 L 2.75" TEST BORING TERMINATED AT 20 FT ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/24/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with calcareous nodules- Possible j Fill j Tan LIMESTONE with clay seams and layers _5 10 _15 _20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 1 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/24/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �:o Y uE 6L N �'a� m w e C O J -o J .2 y a o oZ 00 c a� p�� U n •2 3 (n � x� o� o a Z J a �a a- a 4.0 12 3.5 10 43 16 27 4.0 100/ 3.50" t u 100/ 20.0 k 2 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 2 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/24/2021 End Date: 12/24/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10_ 15 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 10 100/ 3.50" 9.0 Gray LIMESTONE with shale seams L 100/ 3" TEST BORING TERMINATED AT 15 FT 100/ 15.0 , 1 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 3 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/24/2021 End Date: 12/24/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10— _15_ 20 Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 100/ 3" u 14.0 100/ 20.0 , 0.75" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 4 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/24/2021 End Date: 12/24/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10_ 15 20 Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 12" 15.0 , 100/ 0.75" ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/24/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible j Fill j Tan LIMESTONE with clay seams and layers _5 10 _15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 5Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/24/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �:o Y uE 6L N �'a� m w e C O J -o J .2 y a o oZ 00 c a� p�� U n •2 3 (n � x� o� o a Z J a �a a- a 2.5 11 4.0 13 28 13 15 4.0 100/ 1.75" 100/ 15.0 , 1.25" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 6 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/24/2021 End Date: 12/24/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION j Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams _10_ _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E e O -o .2 a o oZ 00 c a� p U n .� (n U) Ofx� o� o a Z J a T Ha a-- 3 4.5+ 3.8 122 11 4.5+ 13 61 19 42 5.3 4.0 100/ 2.25" 15.0 L 100/ 100/ ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 7 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/24/2021 End Date: 12/24/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10_ _15 20 Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) �� t _ x e a > o o oZ u E 00 4) 75 c m � a� O -o .2 (n � x� o� o a Z J a T Ha a- 3 9 100/ 2.25" 100/ 15.0 , 0.25" ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/24/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION ANTan CLAY with limestone fragments - Possible / Fill Tan LIMESTONE with clay seams and layers _5_ Gray LIMESTONE with shale seams _10 _15_ TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 8 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/24/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �:o Y uE 6L N �'a� m w e C O J -o J .2 y a o oZ 00 c a� p�� U n •2 3 (n � x� o� o a Z J a �a a- a 7 33 14 19 2.0 100/ 1.75" 100/ 15.0 , 0.75" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 9 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/24/2021 End Date: 12/24/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jBrown CLAY with limestone fragments Tan CLAY with limestone fragments j 5 / Tan LIMESTONE with clay seams and layers 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > 6U� �� (D �'a 5 �> w� -Jo .J2 °oa� c UOC 5i •y2aoWoZ 3 (n U)� o Z Ja Tx Ha a- 1 10 50 20 30 2.0 5.0 100/ 15.0 , 1.25" 4.0 13 29 13 16 0.4 4.25 11 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 10 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/27/2021 End Date: 12/27/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seam and layers 5 Gray LIMESTONE with shale seams _10 _15_ TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > 6U� �� (D > � 3 �' o Y u E 6 L 4) 75 N m � w e C O J -o J .2 y a o oZ 00 c a� p�� U 5 in •2 3 (n U)� x� o� o a Z J a T Ha a- 9 30 13 17 1.0 100/ 1.75" 100/ 15.0 , 1.25" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 11 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/24/2021 End Date: 12/24/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Brown CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers _5_ 10 _15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 4.5+ 16 61 22 39 2.0 u 18.0 100/ 2.25" 100/ 20.0 66 0.25" 5058 Brush Creek Rd. BORING NO.: 12 A L P H A TEST ING Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/24/2021 End Date: 12/24/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION VONBrown CLAY with limestone fragments - Possible j Fill j Tan WEATHERED LIMESTONE 5 Tan CLAY with limestone fragments j_10 j j 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o o a Z J rl T H a a- 3 4.5+ 16 10 49 18 31 4.0 8.0 15.0 3.0 HI7 iE7 15 43 17 26 0.0 ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/27/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION ANTan CLAY with limestone fragments - Possible / Fill Tan LIMESTONE with clay seams and layers 10 _15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 13 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/27/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > 6 �� N� > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a o oZ 00 c a� p�� U 5 in •2 3 (n � x� o� o a Z J a_ T Ha a- 10 35 17 18 2.0 u 17.0 100/ 1.50" 20.0 L 100/ 100/ ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 14 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/27/2021 End Date: 12/27/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10_ _15 20 Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 12" 100/ 15.0 , 0.75" ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/27/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible FOX Fill j Tan LIMESTONE with clay seams and layers 5 Gray LIMESTONE with shale seams _10_ _15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 155 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/27/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > 6 �� N� > 3 �' o Y u E 6L N �' a� m e O -o .2 a o oZ a° o c a� p�� U n .� (n ) U) a x� o� o a Z J a_ T HCU a a- 3 3.5 9 4.0 15 41 18 23 0.8 4.0 100/ 2.25" 15.0 L 100/ 100/ ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 16 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/28/2021 End Date: 12/28/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - FILL 5 10 15 Tan LIMESTONE fragments with gravel - FILL Dark Brown CLAY TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 4.0 11 3.0 12 4.0 100/ 9.75" u 17.0 4.25 24 70 24 46 0.1 20.0 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 17 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/28/2021 End Date: 12/28/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible j Fill j Tan LIMESTONE with clay seams and layers _5 _10_ 15 20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > 6U� �� (D �'a 5 �> w� -Jo .J2 oZ °oa� c UOC 5i •y2ao 3 (n U)� o Z Tx Ha a- 4.0 14 10 35 16 19 u u 13" 100/ 20.0 , 2.5" ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/27/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible j Fill j Tan LIMESTONE with clay seams and layers _5 10 _15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 18 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/27/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > 6 �� N� > 3 �' o Y u E 6L N �' a� m e O -o .2 a o oZ a° o c a� p�� U n .� (n ) U) a x� o� o a ZCU J a_ T Ha a- 3.0 1.3 108 16 4.5+ 11 48 17 31 3.5 4.0 12" 100/ 15.0 , 1.50" ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/27/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION ANTan CLAY with limestone fragments - Possible / Fill Tan LIMESTONE with clay seams and layers _5_ Gray LIMESTONE with shale seams _10 _15_ TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 19 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/27/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > 6 �� N� > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a o oZ 00 c a� p�� U 5 in •2 3 (n � x� o� o a Z J a_ T Ha a- 4.5+ 12 36 17 19 2.0 100/ 1.50" 100/ 15.0 , 0.75" ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/28/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible AN Fill Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 20 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/28/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �:o Y uE 6L N �'a� m w e C J O -o J .2 y a oW oZ 00 c a� p�� U n •2 3 (n � x� o� o a Z J a �a a- a 2.75 12 2.0 100/ 1.75" 13.0 100/ 15.0 66 1.25" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 21 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/28/2021 End Date: 12/28/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible Fill j Tan LIMESTONE with clay seams and layers _5 _10_ Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 3.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 4.5+ 13 11 31 17 14 100/ 1.50" 100/ 15.0 hk 1 ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/28/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible AN Fill Tan LIMESTONE with clay seams and layers 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 22 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/28/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �:o Y uE 6L N �'a� m w e C O J -o J .2 y a o oZ 00 c a� p�� U n •2 3 (n � x� o� o a Z J a �a a- a 4.5+ 12 47 19 28 2.0 100/ 5.25" 100/ 15.0 , 1.50" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 23 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/14/2021 End Date: 12/14/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - FILL Tan LIMESTONE Fragments with mixed clays 5 - FILL 10 Dark Brown CLAY j_15 Tan LIMESTONE with clay seams and layers 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x > o uE 4)75 m� e O -o .2 a o oZ 00 c o� (n � x� o� o a Z J o_ T Ha a- 4.5+ 13 4.5+ 14 47 18 29 4.0 13" 10/ 13.0 4.5+ 13 47 19 28 0.8 16.0 100/ 20.0 , 3„ ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/14/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY wih limestone fragments - Possible fill Tan FRACTURED LIMESTONE with clay seams and layers - Possible fill Dark Brown CLAY with limestone fragments 5 Tan LIMESTONE with clay seams and layers 10 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 24 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/14/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a o oZ 00 c a� p�� U 5 in •2 3 (n � x� o� o a Z J a_ T Ha a- 10 38 18 20 1.0 4.0 100/ 2.75" 9 M 100/ 15.0 , 0.25" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 25 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/14/2021 End Date: 12/14/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan LIMESTONE with clay seams and layers _10_ _15 20 Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 4.5+ 9 100/ 1.75" 100/ 15.0 , 0.75" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 VX _10_ _15 20 5058BrushCreekRd. BORING NO.: 26 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/14/2021 End Date: 12/14/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -7On Rods (ft): NONE ZAfter Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x �� > O U E N 5 N� U O -o .V N a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a-- 3 3.0 4.5+ 100/ 4.50" 100/ 1.25" 13 50 19 31 0.0 ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/14/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY - Possible Fill j Tan LIMESTONE with clay seams and layers _5 10_ Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 27 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/14/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a o oZ 00 c a� p�� U 5 in •2 3 (n � x� o� o a Z J a_ T Ha a- 4.5+ 11 43 18 25 2.0 100/ 15.0 JL 0 ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/14/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -7On Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Tan CLAY - Possible Fill Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 28 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/14/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �' o Y u E 6L N �' a� m w e C J O -o J .2 y a o oZ 00 c a� p�� U 5 in •2 3 (n � x� o� o a Z J a_ T Ha a- 4.5+ 11 1.0 100/ 1.50" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 29 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/15/2021 End Date: 12/15/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -7On Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers 10 _15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 4.5+ 16 2.0 12" 16.0 100/ 20.0 66 1 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 30 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/15/2021 End Date: 12/15/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Tan CLAY with limestone fragments - Possible j Fill Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > 6U� �� (D �'a 5 �> w� -Jo .J2 °oa� c UOC 5i •y2aoWoZ 3 (n U)� o Z Ja Tx Ha a- . 4.5+ 7 29 15 14 100/ 0.50" 11.0 100/ 15.0 , 1.25" ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/15/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION ADark Brown CLAY with limestone fragments - N Possible Fill Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 31 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/15/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a o oZ 00 c a� p�� U 5 in •2 3 (n � x� o� o a Z J a_ T Ha a- 4.5+ 10 49 18 31 2.0 100/ 1.25" 13.0 100/ 0.75" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 32 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/14/2021 End Date: 12/14/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with limestone fragments - Possible j Fill j Tan LIMESTONE with clay seams and layers _5 10 _15 TEST BORING TERMINATED AT 15 FT 20 4.0 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a-- 3 100/ 0.75" 100/ 15.0 , 0.50" 4.5+ 7 12 46 19 27 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 33 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/15/2021 End Date: 12/15/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 2.0 3.0 12.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 4.5+ 13 4.5+ 7 43 18 25 100/ 1.50" 100/ 15.0 , 1 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 34 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/15/2021 End Date: 12/15/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) �� t _ x a > o o oZ u E 00 4) 75 c m � a� e O -o .2 Ofx� o� o a J a T (n U) Ha Z 3 a- . 10 57 20 37 13.0 15.0 , 100/ 1.50" 100/ 0.50" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 35 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/15/2021 End Date: 12/15/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous nodules - jPossible Fills j Tan LIMESTONE with clay seams and layers _5 _10_ Tan WEATHERED LIMESTONE with clay seams and layers _15 Gray SHALE _20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > 6U� �� (D �'a 5 �> w� -Jo .J2 °oa� c UOC 5i •y2aoWoZ 3 (n U)� o Z Ja Tx Ha a- 3.0 u 13.0 18.0 20.0 -t 100/ 1.50" 59/ 12" 4.5+ 14 47 18 29 ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/16/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments j Tan LIMESTONE with clay seams and layers _5_ 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 36 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/16/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a o oZ 00 c a� p�� U 5 in •2 3 (n � x� o� o a Z J a_ T Ha a- 4.5+ 2.3 108 12 45 18 27 2.0 100/ 1.75" 13.0 100/ 15.0 66 0.50" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 37 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/16/2021 End Date: 12/16/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Brown CLAY with calcareous nodules Tan CLAY with calcareous nodules Tan LIMESTONE with clay seams and layers 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > 6U� �� (D �'a 5 �> w� -Jo .J2 °oa� c UOC 5i •y2aoWoZ 3 (n U)� o Z Tx Ha a- 1 4.0 22 2.0 4.0 .E 100/ 15.0 , 1.25" 4.5+ 9 4.5+ 6 32 17 15 0.0 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 &I 10 15 20 5058 Brush Creek Rd. BORING NO.: 38 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/16/2021 End Date: 12/16/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -7On Rods (ft): NONE ZAfter Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments -r Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > O U E N 5 N� U O -o .V N a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a- 3 . 6 15.0 , ON ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 &I 20 5058 Brush Creek Rd. BORING NO.: 39 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/16/2021 End Date: 12/16/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -7On Rods (ft): NONE ZAfter Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments - Possible Fills Tan LIMESTONE with clay seams and layers Gray SHALY CLAY Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x U a > o O oZ U E 00 N 5 c N� a� O -o .V N (n � x� o� o a Z J a T Ha a- 3 1.00 9 100/ 0.50" 10.0 4.5+ 15 61 22 39 15.0 100/ 20.0 , 1.50" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 40 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/15/2021 End Date: 12/15/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 4.5+ 17 53 22 31 2.0 100/ 2.75" 72/ 15.0 , 12" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 41 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/16/2021 End Date: 12/16/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments j Tan LIMESTONE with clay seams and layers _5_ 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 2.0 13.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > 6U� �� (D �'a 5 �> w� -Jo .J2 °oa� c UOC 5i •y2aoWoZ 3 (n U)� o Z Ja Tx Ha a- 13" 100/ 1.25" 4.5+ 8 42 19 23 ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/16/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestome fragments Tan LIMESTONE with clay seams and layers Tan CLAY 5 Tan LIMESTONE with clay seams and layers _10_ Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 42 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/16/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x a)0 > 3 �' o Y u E 6L N �' a� m w e C J O -o J .2 y a oW oZ 00 c a� p�� U 5 in •2 3 (n � x� o� o a Z J a_ T Ha a- 4.5+ 13 2.0 4.0 5.0 4.5+ 12 36 16 20 0.4 100/ 1.50" 13.0 100/ 15.0 66 1.25" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 43 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/16/2021 End Date: 12/16/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -7On Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments - — Fill jPossible j Tan WEATHERED LIMESTONE with clay seams and layers _5 _10_ 15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT 3.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > 6U� �� (D > �'a w� -Jo .J2 oZ °oa� c UOC 5i •y2ao 3 n U)� o Z Tx Ha a- 4.0 17 3.5 18 42 17 25 0.0 u 53/ 12" 17.0 100/ 20.0 , 1.50" ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/16/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments - Possible Fill Tan LIMESTONE with clay seams and layers _5 Tan CLAY 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 5058BrushCreekRd. BORING NO.: 44 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/16/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) ;= _ x a)0 > 3 �' o Y u E 6L N �' a� m w e C O J -o J .2 y a o oZ 00 c a� p�� U 5 in •2 3 (n � x� o� o a Z J a_ T Ha a- 4.5+ 12 49 17 32 2.0 15" .E 13.0 100/ 15.0 66 1.50" 4.0 24 64 24 40 1.7 4.5+ 15 A L P H A TEST ING 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 45 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W213383 WHERE IT ALL BEGINS www.alphatesting.com Client: GRBK Edqewood, LLC Location: Fort Worth, Texas Project: Chapel Hill West Surface Elevation: Start Date: 12/15/2021 End Date: 12/15/2021 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY 5 — � Tan CLAY _10 Tan CLAY with limestone fragments 15 j j 20 / TEST BORING TERMINATED AT 20 FT 8.0 10.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x (D C a �> w� -Jo .J2 °oa� a c UOC 5i •y2aoWoZ 3 (n U)� o a Z Tx H a a 1 4.5 23 4.5+ 10.1 104 18 66 21 45 4.5+ 18 4.5+ 14 4.5+ 14 64/ 5 64/ 20.0 1 3.5 27 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 &I _10— 15 20 5058 Brush Creek Rd. BORING NO.: 46 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/17/2021 End Date: 12/17/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -7On Rods (ft): NONE ZAfter Drilling (ft): DRY SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments -r Tan LIMESTONE with clay seams and layerd TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > O U E N 5 N� U O -o .V N a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a- 3 . 2.5 25 64 21 43 15.0 , 100/ 1.25" 100/ 1.50" 15 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 47 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/17/2021 End Date: 12/17/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous pebbles Tan LIMESTONE with clay seams and layers _5_ 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 2.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a- 3 1 4.5+ 13 100/ 66 2.75" n 1 10.0 00/ 1.25" 4.5+ 12 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 48 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/17/2021 End Date: 12/17/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) �� t _ x a > o o oZ u E 00 4) 75 c m � a� e O -o .2 Ofx� o� o a J a T (n U) Ha Z 3 a- 8 100/ 15.0 , 0.75" 4 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 49 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/17/2021 End Date: 12/17/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10_ Brown SHALE _15 Gray LIMESTONE with shale seams 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 4.5+ 16 2.0 100/ 10.0 , 1.75" 15.0 -f 14 100/ 8 20.0 , 0.50" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 550 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/17/2021 End Date: 12/17/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Brown and Gray CLAY with calcareous deposits 5 10 Brown CLAY 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c o� (n � x� o� o a Z J o_ T Ha a- 3 3.5 26 4.0 4.0 15 4.5+ 16 52 19 33 4.0 16 13.0 100/ 14 15.0 665 A L P H A TEST ING 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 51 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W213383 WHERE IT ALL BEGINS www.alphatesting.com Client: GRBK Edqewood, LLC Location: Fort Worth, Texas Project: Chapel Hill West Surface Elevation: Start Date: 12/20/2021 End Date: 12/20/2021 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 GROUND WATER OBSERVATIONS -7On Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY _5 Brown CLAY with limestone seems _10 15 Light Brown CLAY with limestone fragments 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a o oZ 00 c a� (n U) Ofx� o o a Z J rl T H a a- 3 1 4.25 20 67 22 45 5.0 15.0 , 20.0 1 100/ 3.25" 45/ 12" 4.5+ 14.1 105 13 4.5+ 10 6 7 4.0 5.1 119 15 0.3 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 &I 10 15 20 5058 Brush Creek Rd. BORING NO.: 52 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/27/2021 End Date: 12/27/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -7On Rods (ft): NONE ZAfter Drilling (ft): DRY SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments -r Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) �� t _ x a > o O oZ U E 00 N 5 c N� a� U O -o .V N Ofx� o� o a J a T (n U) Ha Z 3 a- . 4.0 15 15.0 , 52/ 12" it ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 53 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/23/2021 End Date: 12/23/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 10 2.0 100/ 0.25" 10.0 100/ 15.0 , 1.25" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 54 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/17/2021 End Date: 12/17/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous deposits Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 3.0 12 2.0 125 2.25" 6 100/ 15.0 , 1.25" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: rJ55 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/20/2021 End Date: 12/20/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous deposits j Tan LIMESTONE with clay seams and layers 5 _10_ Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 3.0 14.0 15.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a- 3 1 10 44 19 25 100/ 2.25" 100/ 0.50" 9 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 56 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/20/2021 End Date: 12/20/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Tan LIMESTONE with clay seams and layers 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 2.0 20 2.0 6 100/ 1.75" 100/ 15.0 , 1.25" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 VX 10 15 20 5058 Brush Creek Rd. BORING NO.: 57 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/20/2021 End Date: 12/20/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -7On Rods (ft): NONE ZAfter Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments I LIMESTONE with dark brown clay T Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > O U E N 5 N� U O -o .V N a o oZ 00 c a� (n U) Ofx� o� o a Z J o_ T Ha a- . 4.0 22 2.0 3.0 15.0 , 100/ 1.25" 100/ 0.50" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 58 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/20/2021 End Date: 12/20/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Brown and gray CLAY 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 4.0 23 2.0 6 100/ 1" 7.0 3.0 22 4.0 19 66 21 45 10.0 100/ 9 15.0 , 1.25" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 59 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/27/2021 End Date: 12/27/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers Light Brown CLAY 10 15 20 TEST BORING TERMINATED AT 20 FT M- 1 20.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a- 3 . 3.0 23 3.0 6 17 4.0 6.0 106 23 69 23 46 4.5 17 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 &I _10— 15 20 5058 Brush Creek Rd. BORING NO.: 60 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/23/2021 End Date: 12/23/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -7On Rods (ft): NONE ZAfter Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments -r Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) �� t _ x a > o O oZ U E 00 N 5 c N� a� U O -o .V N Ofx� o� o a J a T (n U) Ha Z 3 a- . 2.5 18 100/ 0.75" 100/ 3" 12 9 ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/17/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -7On Rods (ft): NONE Drilling (ft): DRY oZAfter SFAfter Hours (ft): O MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Light Brown CLAY with calcareous deposits —,j Tan LIMESTONE with clay seams and layers 5 10 _15 TEST BORING TERMINATED AT 15 FT 20 5058 Brush Creek Rd. BORING NO.: 61 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/17/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 d o.S E a)t _ x N� 3 Y 6L N w C J J y a o oZ 00 c a� pU 5 in •2 3 U) X c ca ° .E m � a_ T Ha a- Z 13 2.0 4.5+ 9 44 19 25 4.0 100/ 2.25" 100/ 15.0 , 1.25" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 62 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/17/2021 End Date: 12/17/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with calcareous pebbles Tan LIMESTONE with clay seams and layers 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 4.5+ 12 2.0 6 12" 15.0 f ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 63 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/21/2021 End Date: 12/21/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 4 1.0 5 100/ 1.75" 100/ 10.0 , 0.50" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 64 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/20/2021 End Date: 12/20/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 4.5+ 9 2.0 100/ 1.25" 100/ 0.50" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 65 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/20/2021 End Date: 12/20/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with rocks Tan LIMESTONE with clay seams and layers _5 Light Brown CLAY with rocks 10 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3.25 19 4.25 8 3.0 12 8.0 58/ 12" 4.5+ 17 57 21 36 0.4 4.5+ 20 20.0 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 66 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/27/2021 End Date: 12/27/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone pebbles j j _5 j Brown LIMESTONE with clay seams and layers 10 Light Brown and Gray CLAY with calcareous deposits 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a- 3 1 4.0 23 4.5+ 17 5.0 4.5+ 12 57 20 37 10 100/ 10 10.0 , 3.50" 2.0 1.0 102 25 4.0 1.8 111 16 20.0 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 67 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/27/2021 End Date: 12/27/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O SFAfter Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments _ f Tan LIMESTONE with clay seams and layers _5_ 10 15 Brown CLAY with limestone 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 4.5+ 10 46 20 26 2.0 100/ 0.50" 100/ 20.0 , 1.50" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 68 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/21/2021 End Date: 12/21/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Tan LIMESTONE with tan clay _5_ 10 Gray LIMESTONE with shale seams _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a- 3 . 4.0 11 2.0 4 125 4 2.25" 10.0 12 100/ 15.0 , 1.25" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 69 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/21/2021 End Date: 12/21/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers 10 Light Brown LIMESTONE 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) �� t _ x a > o o oZ u E 00 4) 75 c m � a� e O -o .2 Ofx� o� o a J a T (n U) Ha Z 3 a- . 10 13.0 15.0 , 100/ 1.25" 100/ 2" 15 ALPHA/NTESTING WHERE IT ALL BEGINS 5058 Brush Creek Rd. BORING NO.: 70 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Client: GRBK Edqewood, LLC Location: Fort Worth, Texas Project: Chapel Hill West Surface Elevation: Start Date: 12/21/2021 End Date: 12/21/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS VOn Rods (ft): NONE oZAfter Drilling (ft): DRY O ffAfter Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY LIMESTONE fragments Tan and Gray CLAY with calcareous nodules =j —5 j j j _10 Tan CLAY with limestone fragments j 15 j TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� p�� U (n U) Of x� o� o a Z J a Ha d 2.0 3.0 70/ 10.0 hL 9„ 100/ 15.0 , 4.50" 4.0 16 4.5+ 11 4.0 20 43 19 24 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 71 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/21/2021 End Date: 12/21/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS 0) -7On Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone seams Tan CLAY with limestone — � Light Brown CLAY with limestone fragments 5 Light Brown and Gray SHALY CLAY 10 15 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x (D >C1 3 �o Y uE 6 L �a� N m� w e C O J -o J .2 y a o oZ 00 c a� p�� U 5 in •2 3 (n U)� x� o� o a Z J o T Ha a- 3.0 29 2.0 12 3.0 8.0 20.0 4.0 13 4.0 10 3.5 21 3.75 25 68 24 44 0.4 4.5+ 22 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 72 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/21/2021 End Date: 12/21/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY with limestone seams Tan LIMESTONE with clay seams and layers 5 Light Brown and Gray CLAY Light Brown and Gray CLAY with limestone 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a- 3 . 4.5+ 22 2.0 6 100/ 5.0 1.50" 8.0 3.5 20 56 18 38 100/ 16 4.50" 4.25 16 15.0 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 73 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/21/2021 End Date: 12/21/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Tan LIMESTONE with clay seams and layers 10 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 3.25 8 2.0 6 9 100/ 10 1.50" 100/ 7 15.0 , 0.50" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 &I 10 15 20 5058 Brush Creek Rd. BORING NO.: 74 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/21/2021 End Date: 12/21/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -7On Rods (ft): NONE ZAfter Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments and calcareous nodules -r Gray LIMESTONE with shale seams TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) �� t _ x a > o O oZ U E 00 N 5 c N� a� U O -o .V N Ofx� o� o a J a T (n U) Ha Z 3 a- 9 15.0 , 100/ 0.50" 100/ 2.75" im ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 75 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/22/2021 End Date: 12/22/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY with calcareous nodules Tan CLAY 5 j j j10 Brown CLAY with limestone fragments _15 Dark Brown CLAY with limestone fragments 20 TEST BORING TERMINATED AT 20 FT 4.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a- 3 1 4.25 19 4.5+ 18 69 22 47 4.5+ 12 14 100/ 7 10.0 4.50" 15.0 11 11 100/ 17 20.0 , 2.25" 5058 Brush Creek Rd. BORING NO.: 76 A L P H A TEST ING Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 WHERE IT ALL BEGINS www.alphatesting.com Client: Project: Start Date: Drilling Method: GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/22/2021 End Date: 12/22/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE Light Brown CLAY with calcareous nodules =j —5 j j j _10 j j 15 TEST BORING TERMINATED AT 15 FT 20 2.0 3.0 15.0 Hammer Drop (lbs / in): 170 / 24 o S 2 d E a) ;= _ x No > 3 o Y� u E 6L 4) 75 N m � w e C O J -o J .2 y a o oZ 00 c a� p U 5 in •2 3 (n U)� x o o a Z J rl T H a a ■ 2.5 25 4.5 15 36 17 19 1.1 4.0 11 4.5+ 2.2 ill 19 4.25 ICE ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 77 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/22/2021 End Date: 12/22/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5 10_ %// Gray CLAY with tan limestone _15 Gray SHALE and limestone 20 TEST BORING TERMINATED AT 20 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x > o uE 4)75 m� e O -o .2 a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 8 2.0 100/ 10.0 , 0.75" 15.0 11 14 59 20 39 100/ 8 20.0 , 1.50" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 &I _10— 15 20 5058 Brush Creek Rd. BORING NO.: 78 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/22/2021 End Date: 12/22/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -7On Rods (ft): NONE ZAfter Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Brown CLAY with limestone fragments -r Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) �� t _ x U a > o O oZ U E 00 N 5 c N� a� O -o .V N (n U) Ofx� o� o a Z J a T Ha a- 3 13 15.0 , 100/ 0.50" 100/ 4" it im ALPHA/NTESTING WHERE IT ALL BEGINS Client: GRBK Edqewood, LLC Project: Chapel Hill West Start Date: 12/22/2021 End Date: Drilling Method: CONTINUOUS FLIGHT AU GROUND WATER OBSERVATIONS 0) -7On Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Tan LIMESTONE with clay seams and layers Light Brown and Gray CLAY wiwth calcareous 5 nodules 10 Light Brown and Gray CLAY 15 20 TEST BORING TERMINATED AT 20 FT 5058 Brush Creek Rd. BORING NO.: 79 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com Location: Fort Worth, Texas Surface Elevation: 12/22/2021 West: GER North: Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x > `o U� E E o a)0 >C1 3 :b Y uE 6L N �a� m� w e C J O -o J .2 y a oW oZ 00 c a� p�� U n •2 3 (n � x� o� o a Z J a �a a- a 3.5 26 2.0 4.0 10.0 4.5+ 14 4.5+ 6.2 116 10 4.5+ 17 55 21 34 4.0 3.1 106 23 4.5+ 17 20.0 ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 &I 10 _15 20 5058 Brush Creek Rd. BORING NO.: 80 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/22/2021 End Date: 12/22/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -7On Rods (ft): NONE ZAfter Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone gravel Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x �� > O U E N 5 N� U O -o .V N a o oZ 00 c a� (n � x� o� o a Z J a T Ha a- 3 4.25 26 4.5+ 15 61 23 38 4.0 100/ 1.50" 55/ 12 15.0 , 12" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 5058 Brush Creek Rd. BORING NO.: 81 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/22/2021 End Date: 12/22/2021 West: CONTINUOUS FLIGHT AUGER North: 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers _5_ 10 Gray LIMESTONE with shale seams 15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS 2 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a- 3 . 4.25 27 2.0 100/ 1.50" 13.0 100/ 11 15.0 66 1.25" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 VX 5 _10_ 15 20 5058 Brush Creek Rd. BORING NO.: 82 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/22/2021 End Date: 12/22/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -7On Rods (ft): NONE ZAfter Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Tan LIMESTONE with clay seams and layers TEST BORING TERMINATED AT 15 FT Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x �� > O U E N 5 N� U O -o .V N a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a- 3 1 4.0 27 4.5+ 17 63 24 39 4.5+ 15 6.0 100/ 1.50" 44/ 17 15.0 , 12" ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 &I 5058 Brush Creek Rd. BORING NO.: 83 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/23/2021 End Date: 12/23/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -7On Rods (ft): NONE ZAfter Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY with limestone fragments Light Brown CLAY with limestone fragments Gray and Dark Gray LIMESTONE TEST BORING TERMINATED AT 20 FT 13.0 Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x �� > O U E N 5 N� U O -o .V N a o oZ 00 c a� (n U) Ofx� o� o a Z J a T Ha a- 3 . 4.5+ 19 75 26 49 u 20.0 , 40/ 12" 100/ 1.50" 13 9 im 14 it ALPHA/NTESTING WHERE IT ALL BEGINS Client: Project: Start Date: Drilling Method: 0 VX 5 10 15 20 5058 Brush Creek Rd. BORING NO.: 84 Fort Worth, Texas 76119 Sheet 1 of 1 Phone: 817-496-5600 Fax: 817-496-5608 PROJECT NO.: W213383 www.alphatesting.com GRBK Edqewood, LLC Location: Fort Worth, Texas Chapel Hill West Surface Elevation: 12/23/2021 End Date: 12/23/2021 West: CONTINUOUS FLIGHT AUGER North: GROUND WATER OBSERVATIONS -7On Rods (ft): NONE ZAfter Drilling (ft): DRY 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Light Brown CLAY with limestone fragments Light Brown and Gray CLAY TEST BORING TERMINATED AT 15 FT 2.0 4.0 15.0 Hammer Drop (lbs / in): 170 / 24 o.S d E a) t _ x �� > O U E N 5 N� U O -o .V N a o oZ 00 c o� (n U) Ofx� o o a Z J o- T Ha a- 3 3.5 23 4.5+ 4.5 4.5 4.5+ 13 14 18 59 20 39 3.3 17 20 5058 Brush Creek Rd. BORING NO.: 85 A L P H TEST ING Fort Worth, Texas 76119 Sheet 1 1 A Phone: 817-496-5600 of Fax: 817-496-5608 PROJECT NO.: W213383 WHERE IT ALL BEGINS www.alphatesting.com Client: GRBK Edqewood, LLC Location: Fort Worth, Texas Project: Chapel Hill West Surface Elevation: Start Date: 12/23/2021 End Date: 12/23/2021 West: Drilling Method: CONTINUOUS FLIGHT AUGER North: Hammer Drop (lbs / in): 170 / 24 GROUND WATER OBSERVATIONS m -.S .4 E - a> t _ x 0n Rods (ft): NONE T o N U� �� j � E E C 8-1Z7 J ZAfter Drilling (ft): DRY � 3 o > a, a c v After_ Hours (ft): a o� oz @ a, 0 a .9 0 rj 2 �, 3 T cn o o o MATERIAL DESCRIPTION jDark Brown CLAY - 4.0 29 75 27 48 _ 2.0 Light Brown CLAY with limestone fragments - 4.5+ 17 - 5 4.5+ 9 _ 6.0 Light Brown and Gray CLAY with calcareous deposits - 4.5+ 11 - 4.5+ 13 10 - 3.0 19 15 15.0 Dark Gray and Light Brown SHALE with clay seams 100/ 20 20.0 , 2.75" TEST BORING TERMINATED AT 20 FT A L P H A TEST ING 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 86 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W213383 WHERE IT ALL BEGINS www.alphatesting.com Client: GRBK Edqewood, LLC Location: Fort Worth, Texas Project: Chapel Hill West Surface Elevation: Start Date: 12/23/2021 End Date: 12/23/2021 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 0) GROUND WATER OBSERVATIONS -7On Rods (ft): NONE oZAfter Drilling (ft): DRY O 7After Hours (ft): MATERIAL DESCRIPTION Dark Brown CLAY Dark Brown CLAY with limestone fragments 5 Light Brown CLAY with limestone deposits 10 Dark Gray SHALE _15 TEST BORING TERMINATED AT 15 FT 20 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x �� > o u E 4) 75 m � e O -o .2 a o oZ 00 c a� (n U) Ofx� o o a Z J rl T H a a- - 3 4.0 .R 13.0 15.0 , 4.25 21 62 23 39 4.5+ 6.3 113 13 4.5+ 17 100/ 18 3.50" 100/ 14 1" A L P H A TEST ING 5058 Brush Creek Rd. Fort Worth, Texas 76119 Phone: 817-496-5600 BORING NO.: 87 Sheet 1 of 1 Fax: 817-496-5608 PROJECT NO.: W213383 WHERE IT ALL BEGINS www.alphatesting.com Client: GRBK Edqewood, LLC Location: Fort Worth, Texas Project: Chapel Hill West Surface Elevation: Start Date: 12/23/2021 End Date: 12/23/2021 West: Drillin Method: CONTINUOUS FLIGHT AUGER North: 9 GROUND WATER OBSERVATIONS -7On Rods (ft): NONE Drilling (ft): DRY oZAfter 7After Hours (ft): O MATERIAL DESCRIPTION jDark Brown CLAY Light Brown CLAY with calcareous nodules 5 Light Brown CLAY 10 15 Dark Gray SHALE with gray limestone seams 20 TEST BORING TERMINATED AT 20 FT 2.0 8.0 Hammer Drop (lbs / in): 170 / 24 oS .4 d E a) t _ x > o uE 4)75 m� e O -o .2 a o oZ 00 c a� (n U) Ofx� o o a Z J rl T H a a- 3 1 4.5+ 11 4.5+ 14 4.5+ 15 4.0 10 L 17" 19 3.75 28 73 25 48 1.1 15.0 8 100/ 20.0 , 1 �� A L P H A+ T E S T I N G KEY TO SOIL SYMBOLS WHERE IT ALL BEGINS AND CLASSIFICATIONS SOIL & ROCK SYMBOLS RELATIVE DENSITY OF COHESIONLESS SOILS (blows/ft) ® (CH), High Plasticity CLAY VERY LOOSE 0 TO 4 ® (CL), Low Plasticity CLAY LOOSE 5 TO 10 MEDIUM 11 TO 30 (SC), CLAYEY SAND DENSE 31 TO 50 VERY DENSE OVER 50 (SP), Poorly Graded SAND (SW), Well Graded SAND SHEAR STRENGTH OF COHESIVE SOILS (tsfl (SM), SILTY SAND VERY SOFT LESS THAN 0.25 SOFT 0.25 TO 0.50 IN(ML), SILT FIRM 0.50 TO 1.00 STIFF 1.00 TO 2.00 ® (MH), Elastic SILT VERY STIFF 2.00 TO 4.00 HARD OVER 4.00 19 LIMESTONE RELATIVE DEGREE OF PLASTICITY (PI) ® SHALE / MARL LOW 4 TO 15 SANDSTONE MEDIUM 16 TO 25 HIGH 26 TO 35 o (GP), Poorly Graded GRAVEL VERY HIGH OVER 35 (GW), Well Graded GRAVEL ® (GC), CLAYEY GRAVEL RELATIVE PROPORTIONS (%) (GM), SILTY GRAVEL (OL), ORGANIC SILT TRACE 1 TO 10 LITTLE 11 TO 20 SOME 21 TO 35 (OH), ORGANIC CLAY AND 36 TO 50 15mm 1♦ S SAMPLING SYMBOLS PARTICLE SIZE IDENTIFICATION (DIAMETER) ■SHELBY TUBE (3" OD except where BOULDERS 8.0" OR LARGER noted otherwise) COBBLES 3.0" TO 8.0" SPLIT SPOON (2" OD except where COARSE GRAVEL 0.75' TO 3.0" noted otherwise) FINE GRAVEL 5.0 mm TO 3.0" ® AUGER SAMPLE COURSE SAND 2.0 mm TO 5.0 mm ❑ TEXAS CONE PENETRATION MEDIUM SAND FINE SAND 0.4 mm TO 5.0 mm 0.07 mm TO 0.4 mm ROCK CORE (2" ID except where SILT CLAY 0.002 mm TO 0.07 mm LESS THAN 0.002 mm noted otherwise) GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 FORT WORTH. City of Fort Worth ATTACHMENT 1C Business Equity Division Page 1 of 4 Good Faith Effort Form PRIME/OFFEROR COMPANY NAME: PROJECT NAME: Business Equity Goal: Offeror's Business Equity Goal Commitment 14.72 % % Check applicable box to describe Prime/Offeror's Certification Business Equity Non -Business I Firm Equity Firm BID DATE PROJECT NUMBER I If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete I !I this form. 11 If the Prime/Offeror's method of compliance with the Business Equity Goal is based upon demonstration of a "Good Faith Effort", the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Prime/Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a Business Equity firm or non -Business Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Effective 03/15/2022 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. ❑ Yes ❑ No Date of Listing 3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.) ❑ No 4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the NO GFE non -responsive.) 5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? ❑ Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the FINO email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non -responsive.) NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods or that at least one successful contact was made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? ❑ Yes ❑ No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? ❑ Yes ❑ No Effective 03/15/2022 ATTACHMENT 1C Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? ❑ Yes (If yes, attach all copies of quotations.) ❑ No 9.) Was the contact information on any of the listings not valid? ❑ Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address the corrections needed.) ❑ No 10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone ADDITIONAL INFORMATION: Contact Person Scope of Work Reason for Rejection Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Effective 03/15/2022 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's Business Equity Division. Authorized Signature Title Company Name Address City/State/Zip Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Effective 03/15/2022 FORT WORTH. Joint Venture Page 1 of 3 Name of City project: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: CITY OF FORT WORTH M/WBE Joint Venture Eligibility Form All questions must be answered, use "N/A" if not applicable. A joint venture form must be completed on each project RFP/Bid/Purchasing Number: Facsimile: I E-mail address: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm Non-M/WBE firm name: name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: P"r 1i 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: Rev. 2/13/19 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of Ownership Of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Business Equity Division will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's Business Equity Division immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's Business Equity Ordinance 25165-10-2021 . Rev. 2/13/19 Joint Venture Paqe 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 (seal) Rev. 2/13/19 FORT WORTH OFFEROR COMPANY NAME: PROJECT NAME: City's MBE Project Goal: 14.72 % City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form Offeror's MBE Project Commitment: ATTACHMENT 1B Page 1 of 1 Check applicable block to describe Prime M/WBE NON-MWBE BID DATE PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES L—I If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Business Equity Division Rev. 3/13/2022 Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817)392-2674 FORTWORTH. City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUWRESS EQUITY G Bid number: Business Equity Goal: 14.72 % It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal is established for a bid, it means that the City of Fort Worth believes that there are Business Equity Firms available that can provide goods or services requested by the bid. The Business Equity Goal for Bid number is 14.72 %. This means that the City believes that there are available Business Equity Firms that can provide goods or services required by this bid and therefore, 14.72 % of the Bidder's awarded amount must be spent with a Business Equity Firm. All requirements and regulations stated in the City's current Business Equity Ordinance #25165-10-2021 apply to this bid. Definitions are at the end of this document. Because a Business Equity Goal has been established for this bid, in order for your bid to be considered, a Bidder must satisfv one (1) of the conditions below. A. Commit to Meet or Exceed the Business Equity Goal Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount with the Business Equity Firm(s). Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following two (2) forms: a. Utilization Plan b. Letter(s) of Intent B. Prove a Good Faith Effort Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful. This can occur in two (2) ways: 1) Bidder proposes a smaller Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following three (3) forms: a. Utilization Plan b. Letter(s) of Intent c. Good Faith Effort 2) Bidder proposes a 0% Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance &20-370 (q) page for requirements of an acceptable Good Faith Effort. C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project as the Prime Contractor Bidder must show that the Bidder is providing all of the goods and services through their own company and that there are no goods or services provided by a third party or an affiliate. Bidder will not purchase any supplies or inventory from a third party. Step 1: Must submit Prime Contract Waiver Form D. Create a Joint Venture with a Business Equity Firm At least one or both of the firms must be a Business Equity Firm Step 1: Must submit Joint Venture Form DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS Bidders must submit sealed bids to be opened at the date, time, and place stated in the solicitation for the public opening of bids. Faxed copies will not be accepted. FREQUENTLY ASKED QUESTIONS 1. If I am Business Equity Firm, can I count my performance of the bid? Answer. A Business Equity Prime Contractor can count its self -performance towards meeting the Business Equity Goal for the assigned North American Industry Classification System (NAICS) commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE) certification. 2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the goods under the bid, can I count my performance under the Bid? Answer. If the Business Equity Prime cannot self -perform all of the work, it will be accountable for subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under the "Significant Business Presence" definition may count in the Program upon approval of DVIN-BE. 3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I complete the form? Answers: a. For a low bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM on the third business day after bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self -performed services towards meeting a Business Equity Goal. b. For a Best Value procurement, all bidders who wish to be considered for evaluation scoring shall submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self -performed services towards meeting a Business Equity Goal. c. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value procurement does not timely submit its Utilization Plan with the required documents, that bidder will be deemed Non -Responsive. For a low bid procurement, the City will notify the next lowest bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on the third business day after the bidder receives notification. This process will be followed until a bidder submitting the required documents is selected. DEFINITIONS Business Equity Firm means an Independent Firm that is a Certified minority- and/or women -owned business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace. Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county Marketplace; the availability of Business Equity Firms and non -Business Equity Firms in the Marketplace determined ona Contract -by -Contract basis; and the subcontracting/supplier opportunities of each project. Certified means those firms identified by the North American Industry Classification System (NAICS) that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW /MSDC), Women's Business Council -SW (WBCS), Texas Department of Transportation (TxDOT) or another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort Worth. DVIN-BE means the City's Department of Diversity and Inclusion — Business Equity Division Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as described inthe Business Equity Ordinance U0-370 (g). Joint Venture means a business entity formed by two or more independent Persons for the purpose of pursuing a common objective, such as a prime contract. The resulting business entity has additional resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture, the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 % interest but in most cases, not less than 20%. Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e., Tarrant, Dallas, Denton, Johnson, Parker and Wise counties). Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance. Significant Business Presence means a Person (1) which has its principal place of business located inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but has been verified to be in existence for a minimum of 24 months and from which at least 20% of the business's workforce is based in the Marketplace; or (3) which has cumulative business receipts greater than $1,000,000 for work done in the Marketplace since January 1, 2013. Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the percentages of the work to be performed. VIOLATIONS AND SANCTIONS 1. Failure to comply with the City's Business Equity Ordinance will result in the bid being considered "Non -Responsive." 2. Failure to submit the required Business Equity forms and documentation will result in the bid being considered non -responsive and a "written warning" letter that may impact the Offeror's evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance F420-373 on VIOLATIONS AND SANCTIONS for continued offenses or failures to comply. If you have any questions, contact Department of Diversity & Inclusion, Business Equity Division Email: DVIN_BE@fortworthtexas.gov I Phone: 817-392-2674 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 COLT MIDSTREAM August 12`t', 2024 To: Ryan Sklar Project Manager Karel Hancke Colt Midstream, LLC Manager: tel 817 523 2327 P.O. Box 429 Land and Right of Way cell 682 229 1951 1530 Cottondale Road karel.hancke@coltmidstream.com Springtown, TX 76082 LETTER OF NO OBJECTION Expires: 6 months from date of this Letter Done For: City of Fort Worth Property Owner: Contractor Company: Kimley-Horn & Associates, Inc. Address: 801 Cherry St., Suite 1300, Unit 11 Address: Fort Worth, Tx 76179 Phone: N/A Phone: 682-348-2434 RE: REQUEST FOR ENCROACHMENT - LONO# 24-060 Kimlev-Horn & Associates, Incd Rvan Sklar - ("ENTITY/GRANTEE") installation/crossings near Colt Midstream, LLC's, ("COMPANY/GRANTOR") pipeline SG with proposed installation of one (1) water line, (54" PVC conduits) in the MEP&P RR Co. Survey, Abstract 1138 and J. Smith Survey, A-1915, in Tarrant County, Texas. (Approximate GPS crossing locations: 32.924531,-97.417683— Bonds Ranch Rd.) Dear Grantee, This letter is to memorialize our understanding regarding your request on behalf of Kimlev-Horn & Associates, Inc./ Rvan Sklar ("ENTITY") regarding ENTITY'S proposed water line installation as per plans and/or specifications from ENTITY, a copy attached hereto as EXHIBIT A (collectively referred to as the "ENCROACHMENT/LONO") crossing Line SG (6"& 10") (the "PIPELINES") of Colt Gathering (North Texas) L.P. ("COMPANY") located within the right- of-way/easement (the "EASEMENT") and as depicted on the GIS map attached hereto as EXHIBIT "Al". COMPANY is committed to protecting the environment and the health and safety of our employees, contractors, customers and the public by conducting its business in a safe and environmentally responsible manner. Activity that may disturb the PIPELINE, its appurtenant assets or its support structure can pose a threat to the environment, persons and public safety. Consequently, we request that ENTITY adhere to this same commitment to the environment and safety when undertaking construction of the ENCROACHMENT in and around the EASEMENT. At this time, COMPANY will not make an objection to the proposed ENCROACHMENT, conditioned upon ENTITY'S understanding of the following: A minimum of 48 hours (excluding weekends and holidays) prior to commencing construction activities relating to the Encroachment, ENTITY will (i) confirm that the local One -Call has been notified of the construction activities (ENTITY or its agents may contact One -Call by dialing 811) and (ii) contact Company's Operations representative Mr. Fernando Cortez 806-930-2734, so that he and/or his designated representative can be present during any approved construction operations. Grantor shall, during initial construction, be updated every two weeks as to Grantee's anticipated work for the following two -week period. In addition, Grantor shall be advised of any appreciable change in that schedule. These communications shall occur throughout the duration of Grantee's construction project. 2. All work by Grantee shall be performed pursuant to the scope of work referenced in Exhibit "A". No material changes shall be made to the proposed work described in Exhibit "A", within the pipeline easement without the prior written consent of Grantor. Such further approval shall be subject to the same terms and conditions of this Letter of No Objection. 3. Grantee will construct, and maintain, and remove its improvements upon abandonment, at no cost to Grantor. 4. Grantee must comply with the standards and specifications of "Colt Enaineerins Standards/Encroachment Guidelines for Natural Gas Pineline" set forth in Exhibit `B", attached hereto and made a part hereof. Any exceptions thereto must be agreed to in writing by Grantor. 5. Depending upon the extent of the work to be done, Grantor may retain an inspector to be present during the work to assure Grantor's pipeline is protected and not endangered by Grantee construction in Grantor's easement. If actual construction materially deviates from the plan, or there is an incident that places Grantor's pipeline at risk, Grantor's inspector may halt the work until a resolution is achieved. Both parties covenant that they will diligently pursue a resolution that is acceptable to both parties. The cost of Grantor's inspector is approximately $850 per dav, _plus _per diem. Such cost may be more or less, and Grantee agrees to nav the actual fees charged. 6. Permanent aboveground markers identifying the crossing pipeline or utility shall be installed and maintained at the limits of Grantor's easement and /or at the crossing. If it is impractical to install and maintain above ground markers due to the crossing location, plastic marker tape shall be installed below cultivation level and over Grantor's pipeline, extending the width of the easement or a minimum of 16.5 feet. 7. Grantee shall contact the Texas "One -Call" underground utility location service by calling 811 at least 72 hours prior to performing any construction activities over, or immediately adjacent to, Grantor's pipelines. Failure to call this number is a violation of state law and will impose penalties and liability upon you for such failure. Please note, Grantor reports non-compliance to the state. 8. Grantee agrees to immediately contact Grantor's offices (our control center) in the event of any incident involving, or potentially involving, a line strike by calling 817-500-0020. 9. Grantee will not move construction equipment across Grantor's pipeline and/or easement without the consent of Grantor's representative, such consent shall not be unreasonably withheld, conditioned or delayed. Wherever Grantee is approved to cross Grantor's pipeline and/or easement with heavy equipment, Grantee will place matting or other suitable material over the pipeline as determined by Grantor's representative in the field. Grantee will maintain a minimum of four feet (4') of cover over the top of Grantor's pipeline at locations where construction or maintenance activities will take place over the pipeline. ENTITY understands that moving heavy construction equipment across the PIPELINE and/or the EASEMENT can damage the PIPELINE, thereby posing a threat to the environment and the safety of persons in the vicinity and the public. ENTITY will provide COMPANY with a minimum of 72 hours' notice prior to crossing the PIPELINE with any heavy equipment. Wherever ENTITY is intending to cross the PIPELINE and/or the EASEMENT with heavy equipment, ENTITY will place eight -inch (8") timber mats over the PIPELINE. NOTE: It is the responsibility of ENTITY to confirm that the eight -inch (8") timber matting is constructed in a manner that will sustain proposed heavy equipment. No medium to large vibratory compaction equipment is allowed within minimum ten feet (10') from the PIPELINE, only walk - behind vibratory rollers/compactors are allowed. ENTITY will maintain a minimum stable soil cover of four feet (4') over the top of the PIPELINE at locations where construction or maintenance activities will take place over the PIPELINE. 10. All mechanical digging equipment working within Grantor's easement must have the teeth removed or barred with a plate welded across the teeth. Mechanical excavation will cease once the earth has been removed to within two (2) feet of Grantor's pipeline. Shovels must be used to manually clean the area above and below the pipeline. After the pipeline has been initially located, the pipeline shall be kept visible to the equipment operator during the excavation process. Grantor may require shoring or another type of support to protect the pipeline's integrity. All backfill on Grantor's easement shall be mechanically compacted to the top of the pipeline. No excavation or removal of cover will be permitted within the PIPELINE EASEMENT without prior approval by COMPANY'S REPRESENTATIVE. 11. If temporary construction roads are to be utilized, Grantor must approve equipment and the plans for vehicle/equipment crossings on the easement, such approval shall not be unreasonably withheld. 12. If any modifications to its pipeline facilities are necessary to allow installation of the improvements, then Grantee agrees to pay any and all cost associated with the necessary modifications. 13. All improvements of Grantee within Grantor's easement shall be constructed and maintained to comply with all laws and industry standards. 14. The following language must be conspicuously displayed on all drawings depicting the PIPELINE: WARNING! HIGH PRESSURE PIPELINE Excavation and/or Construction Prohibited without Prior Written Permission From COLT Midstream, LLC 15. COMPANY will require physical verification of the PIPELINE depth of cover and alignment, at ENTITY'S expense, prior to work being performed near the PIPELINE. Physical verification maybe via hydro -excavation or any other method approved by COMPANY'S REPRESENTATIVE. If the PIPELINE is not at the anticipated alignment or depth, ENTITY shall adjust accordingly at no expense to COMPANY or its affiliates. 16. ENTITY'S water line will maintain a minimum horizontal distance of Eieht and half feet (8.51 measured from centerline of COMPANY'S PIPELINE. 17. GRANTEE agrees to indemnify Grantor for any damages to Grantor's pipeline arising out of or caused by the construction, operation, maintenance or repair of GRANTEE's facilities, and the cost of replacement or repairs. Specifically, GRANTEE will assume all risks and agrees, binds, and obligates itself to indemnify, defend, and save harmless Grantor from and against all claims, demands, actions, suits, judgments, and recoveries for or on account of injury to or death of any person or persons (including, but not by way of limitation, the agents, representatives, and employees of Grantor and GRANTEE and any other third parties) and/or damage to property (including, but not by way of limitation, property of Grantor or property of others in its custody, including product lost) arising out of the exercise of the rights herein granted, except to the extent such damage or injury is due to the negligence or willful misconduct of Grantor, its agents, representatives, employees, contractors or subcontractors. 18. This agreement shall be revocable by Grantor in the event of any material noncompliance with the requirements, conditions or specifications on this agreement. 19. The terms and conditions of this agreement shall constitute covenants running with the land and shall be binding upon the parties hereto, their respective heirs, representatives, successors and assigns. 20. This agreement granted is subject to the existing easement rights of Grantor, and the permission herein granted by Grantor is limited to its interest and authority in the subject land and Grantee acknowledges the possible obligation to obtain the required permission from other parties of interest and/or the Government. 21. The signatory for each party acknowledges that he is duly authorized to bind such party in accordance with Texas law and is fully authorized to execute this agreement on behalf of such party. 22. Grantee will provide two (2) copies of as -built drawings within ninety days of the completion of construction. 23. The provisions of Subchapter H, §§756.121 — 756.125 of the Texas Health and Safety Code shall apply. A copy is enclosed with this letter for your information. 24. Landscaping: No trees are allowed in the PIPELINE EASEMENT and canopy on trees located adjacent to PIPELINE EASEMENT shall be kept trimmed to avoid overhanging into the PIPELINE EASEMENT. 25. No permanent structures will be permitted inside the PIPELINE EASEMENT, including, but not limited to, light or utility poles, fences, buildings, houses, barns, garages, patios, swimming pools, or reinforced concrete slabs. 26. The existence of the ENCROACHMENT does not modify or constitute a waiver of COMPANY'S rights under the EASEMENT or any other rights, which may be implied by law or equity; and COMPANY expressly reserves all such rights. 27. ENTITY understands that COMPANY'S issuance of this letter of no objection was based on many factors, including the circumstances of the COMPANY, the EASEMENT, the PIPELINE and COMPANY'S business at the time issued and in the future these factors and circumstances can change. COMPANY'S issue of no objection to the construction of the ENCROACHMENT will expire six (6) months from the date of this letter unless ENTITY has commenced and diligently continued construction of the ENCROACHMENT. If ENTITY is unable to commence construction of the ENCROACHMENT within six (6) months after the date of this letter or, if after timely commencement of construction of the ENCROACHMENT, suspends construction thereof for a period greater than six (6) months, and ENTITY still intends to construct and/or complete construction of the ENCROACHMENT, ENTITY must resubmit the construction plans for the ENCROACHMENT, whether or not such plans have changed, for review by COMPANY and COMPANY, in its sole and absolute discretion, will determine whether it will have no objection at that time to such plans as resubmitted. 28. The provisions of Subchapter H, §§756.121 — 756.125 of the Texas Health and Safety Code shall apply. 29. SPECIAL PROVISIONS UNIQUE TO PROJECT: None If you believe anything set forth in this letter misstates our understanding or if you require more information or clarification of any matters set forth herein, please contact the undersigned at your soonest convenience. The undersigned can be contacted via e-mail at ROW(&coltmidstream.com or karel.hanckena,coltmidstream.com. Sincerely, K&a _g i AAZ4& Karel Hancke Exhibit "A" Scope of work: Grantee will be crossing below Grantor's pipelines with a water line within steel casing. Grantee will maintain at least a separation of 2' (24") between Grantee's water line and Grantor's pipeline. (Approx. GPS crossing locations 32.924531,-97.417683) 1. Grantee's water line will be encased with steel conduit not shorter than twenty feet (60') in length where it crosses Grantor's pipeline easement. Grantee will cross below or above our line with a separation of at least 2' feet. 2. Where paralleling occurs: Grantee will stay 8.5" feet from our centerline. 3. Where applicable: A window of 4' feet will be provided to ensure that crossing occurred at least 2' feet below Grantor's line. 4. Appropriate flagging material (Caution tape) will be buried to ensure the safety for both Grantor and Grantee's pipeline. 5. Grantor's lines will be potholed / hand due_ by GRANTEE to verify actual de_nth before construction. Grantor's employee to be present. 6. Above ground markers will be placed where crossing occurs. 7. Grantor operations personnel want to be present during this crossing. please contact Grantor or (see contact information in Item 7 above) at least 48 hours prior to commencement of anv activity on its right of way. 8. The crossing line shall not interfere with Grantor's cathodic protection. Please contact our corrosion technician, Jim Hand at (817) 694 7188, 48 hours before construction starts. Grantor will install test leads upon their line at the crossing location. 9. Heavy duty crossing mats to be used at each heavy equipment crossing area across pipeline. Exhibit "Al" *RED LINES DO NOT DEPLICT THE ACTUAL LOCATION OF COLT MIDSTREAM'S PIPELINES* ***YOU MUST CALL 811 FOR MO E ACURATE DEPICTION OF PIPELINES CENTERLINE*** Exhibit "B" Standard 0065 Engineering Standards Page I of4 ENCROACHMENT GUIDELINES FOR NATURAL GAS PIPELINE Issue Date 1/O1 Rev. No. Company Location Name Date 1. SCOPE COLT MIDSTREAM * This standard provides recommended distance between the Company's pipelines and various facilities that may encroach upon existing pipeline right-of-way or that may be encountered in the construction of new pipelines by the Company. 2. GENERAL 2.1 These guidelines are for monitoring encroachments on existing pipelines and for consideration in the route selection and placement of new pipe 2.2 The following table lists recommended distance between pipelines of various sizes and various types of facilities and activities. These recommended distances are intended as a guide for initial negotiations with outside parties. The minimum allowed distance can only be determined by the terms of the existing right-of-way or easement documents. 7 Standard 0065 Engineering Standards Page Issue Date 2 of 4 COLT ENCROACHMENT GUIDELINES M IDS I R E A M 1/01 — FOR NATURAL GAS PIPELINE Rev. No. Date OFFSET FROM PIPELINE ENCROACHMENT DESCRIPTION (FEET) VERSUS PIPE SIZE 2" - 12" 14" — 24" Over 24" I. ABOVE GROUND STRUCTURES AND APPURTENANCES A. Buildings Any enclosed structure permanent in nature regardless of purpose 35 45 60 B. Utilities Utilities may cross pipelines at right angles. Distances specified are for parallel Crossing of Company Pipelines Encroachments. (See guys and anchors if applicable.) by 1. Electric power and telephone lines 35 35 50 2. Television cables 25 35 50 C. Miscellaneous 1. Camp --round: --- --- --- If within 660 feet of pipeline, see Engineering Standard 0060, Class Location Determination. 2. Fences: 25 35 50 Distances specified are for parallel fences. 3. Guvs and Anchors: 35 40 55 No guys or anchors will terminate within the minimum distance specified. The guy or anchor must have a vertical clearance of 18 feet minimum within the specified distance of the pipeline. 4. Mobile Homes: 35 45 60 5. Nursery Stock (including Christmas Trees No minimum is small and used as --- --- --- cash crop. Consult Comoanv rieht-of-wav Dersonnel to establish aereemen_t before nlantine. 6. Poles t5ee also euvs & anchors. towers. electric power lines): 30 40 55 Telephone. Dower, etc. and sine boards including suDDorts. 7. Stored Materials --- --- --- Permitted over pipeline if of a type that can be readily relocated and of weight not detrimental to the pipeline. 8. Swimminn Pools 35 45 60 Permitted over pipeline if readily removable. Distances specified are for partially below grade or permanent in nature. 9. Towers (See also euvs and towers) 75 100 100 10. Trees & Shrubs (See also nursery stock) 30 40 55 Permanent (perennial) trees, shrubbery or other landscaping that would impair access to the pipeline. 8 Standard 0065 Engineering Standards Page 3 of 4 COL 7" Issue Date 1/Ol ENCROACHMENT GUIDELINES 11 1 P S 1 REP. M FOR NATURAL GAS PIPELINE Rev. No. Date OFFSET FROM PIPELINE ENCROACHMENT DESCRIPTION (FEET) VERSUS PIPE SIZE 2" - 12" 14" — 24" Over 24" H. SURFACE IMPROVEMENTS, MODIFICATIONS AND ACTIVITIES A. Pavement Pavement includes asphalt and concrete or variations thereof. May cross pipeline at near right angles or be placed parallel to pipeline at distance specified. 1. Air Strips: 30 40 55 2. Allevs. Driveways. Roads. Sidewalks. Tennis (or other) Courts: 25 35 50 3. Parking Lots: --- --- --- Consult Company right-of-way personnel to establish agreement for "green belts", etc. 4. Patios: 25 35 50 If roofed & fenced, consider as building; otherwise as specified B. Earthwork or Other Grade Modifications Ensure 36" minimum cover (or existing if <36") is preserved over pipeline. Cover may be added if free or foreign debris such as large rocks, concrete chunks and metal scraps. Operation of heavy equipment over the pipeline must provide for appropriate safeguard of pipeline integrity. 1. Ditches: 30 40 55 Should cross at near right angles. Parallel distances to be as specified. Minimum cover shall be 36" from bottom of ditch to pipeline. 2. Roads: --- --- --- Minimum cover shall be 48" from top of road to pipeline. 3. Landing Leveling: --- --- --- Permitted over pipeline if cover requirements are maintained. 4. Plowing (includine deem tilline or chisel nlowine): --- --- --- Permitted over pipeline if minimum clearance of 12" is maintained between plow depth and top of pipeline. 5. Terracing (See land leveline): 6. Dams & Dikes (ncludine waterways & water impoundments): 30 40 55 7. Dredging: 30 40 55 C. Seismography: See Engineering Standard 7155, Calculate distances allowed based on Engineering Standards 7155. Effects of Blasting on Buried Pipelines. 9 Standard 0065 Engineering Standards Page 4of4 -� COALAr Issue Date ENCROACHMENT GUIDELINES MIDSTREAM 1 /O1 FOR NATURAL GAS PIPELINE Rev. No. Date OFFSET FROM PIPELINE ENCROACHMENT DESCRIPTION (FEET) VERSUS PIPE SIZE 2" - 12" 14" - 24" Over 24" III. BELOW GROUND STRUCTURES AND APPURTENANCES A. Pipelines and Utilities 1. Drain Tile: May cross pipeline. Distances specified are for parallel tile lines. a. Tile diameter less than 10" 25 35 50 b. Tile diameter 10" or greater: 30 40 55 2. Pipeline /water. gas. oil. well. sewer. etc.: 30 40 55 It is preferred that pipelines greater than 2" undercross Company pipelines. Minimum clearance should be 24". Distances specified are for parallel pipelines. 3. Power Lines: 30 40 55 It is preferred that all crossings are under Company lines at near right angles. Minimum clearance should be 36". Cables having conductors at more than 60 volts to ground should be non-metallic casing for a minimum distance of 10' on either side of the pipeline with six inches of red colored concrete for a distance of 10 feet on each side of Company's pipeline installed per National Electrical standards. Distances specified are for parallel power lines. 4. Communication Lines: 30 40 55 It is preferred that cables undercross pipelines at near right angles. --- -- Minimum clearance should be 12". Exception may be made where it would be necessary to cut and splice the cable. When laid over the pipeline, the cable must be cased for a minimum distance of 1.5' on either side of the pipeline or otherwise protected. Distances specified are for parallel communication lines. B. Miscellaneous 1. Blastinr: See Engineering Standard 7155, Calculate distance allowed based on Engineering Standard 7155. Effects of Blasting on Buried Notify blasting contractor of pipeline location and limits of blasting Pipelines. activities. 2. Mines /mining): --- --- --- Notify Company Technical Office whenever mining or quarrying is proposed within 660 feet of pipeline. Notify mining contractor of pipeline location. 3. Leach Beds: 30 40 55 Lines crossing pipeline will be of solid impervious material. 4. Septic System: 30 40 55 10 CONSTRUCTION AFFECTING PIPELINE EASEMENTS AND RIGHTS -OF -WAY § 756.121. DEFINITIONS. In this subchapter: (1) "Construction" means a building, structure, driveway, roadway, or other construction any part of which is physically located on, across, over, or under the easement or right-of-way of a pipeline facility or that physically impacts or creates a risk to a pipeline facility. (2) "Constructor" means a person that builds, operates, repairs, replaces, or maintains a construction or causes a construction to be built, operated, repaired, maintained, or replaced. (3) "Pipeline facility" means a pipeline used to transmit or distribute natural gas or to gather or transmit oil, gas, or the products of oil or gas. Added by Acts 2003, 78th Leg., ch. 1082, § 2(a), eff. June 20, 2003. Renumbered from V.T.C.A., Health & Safety Code § 756.101 by Acts 2005, 79th Leg., ch. 728, § 23.001(53), eff. Sept. 1, 2005. § 756.122. APPLICABILITY. (a) This subchapter applies to a construction or the repair, replacement, or maintenance of a construction unless there is a written agreement, including a Texas Department of Transportation right-of-way agreement, to the contrary between the owner or operator of the affected pipeline facility and the person that places or causes a construction to be placed on the easement or right-of-way of a pipeline facility. (b) This subchapter does not apply to: (1) construction done by a municipality on property owned by the municipality, unless the construction is for private commercial use; or (2) construction or repair, replacement, or maintenance of construction on property owned by a navigation district or port authority created or operating under Section 52, Article III, or Section 59, Article XVI, Texas Constitution. Added by Acts 2003, 78th Leg., ch. 1082, § 2(a), eff. June 20, 2003. Renumbered from V.T.C.A., Health & Safety Code § 756.102 by Acts 2005, 79th Leg., ch. 728, § 23.001(53), eff. Sept. 1, 2005. § 756.123. PROHIBITION OF CONSTRUCTION WITHOUT NOTICE. A person may not build, repair, replace, or maintain a construction on, across, over, or under the easement or right-of-way for a pipeline facility unless notice of the construction is given the operator of the pipeline facility and: (1) the operator of the pipeline facility determines that the construction will not increase a risk to the public or increase a risk of a break, leak, rupture, or other damage to the 11 pipeline facility; (2) if the operator of the pipeline facility 000177 olfl465 determines that the construction will increase risk to the public or the pipeline facility, the constructor pays the reasonable, necessary, and documented cost of the additional fortifications, barriers, conduits, or other changes or improvements necessary to protect the public or pipeline facility from that risk before proceeding with the construction; (3) the building, repair, replacement, or maintenance is conducted under an existing written agreement; or (4) the building, repair, replacement, or maintenance is required to be done promptly by a regulated utility company because of the effects of a natural disaster. Added by Acts 2003, 78th Leg., ch. 1082, § 2(a), eff. June 20, 2003. Renumbered from V.T.C.A., Health & Safety Code § 756.103 by Acts 2005, 79th Leg., ch. 728, § 23.001(53), eff. Sept. 1, 2005. Amended by Acts 2005, 79th Leg., ch. 530, § 2, eff. Sept. 1, 2005. § 756.124. CIVIL LIABILITY. A constructor who violates this subchapter is liable to the owner or operator of a pipeline facility for damages to the facility proximately caused by the violation, including any liability the owner or operator of the pipeline facility incurs as a result of the violation. This section does not affect the right of a surface owner to recover for any damages to the owner's property. Added by Acts 2005, 79th Leg., ch. 530, § 2, eff. Sept. 1, 2005. § 756.125. INJUNCTIVE RELIEF. (a) A suit for injunctive relief to prevent or abate the violation of this subchapter may be brought by the county attorney for the county in which the pipeline facility is located, by the attorney general, or by the owner or operator of the pipeline facility. (b) The court in which the suit is brought may grant any prohibitory or mandatory injunction the facts warrant, including a temporary restraining order, temporary injunction, or permanent injunction. The court may grant the relief without requiring a bond or other undertaking. Added by Acts 2005, 79th Leg., ch. 530, § 2, eff. Sept. 1, 2005. 000178 olf1465 12 24-060 Letter of No Objection - Water - Line SG Final Audit Report 2024-08-13 Created: 2024-08-12 By: Pete Hawkins (pete.hawkins@coltmidstream.com) Status: Signed Transaction ID: CBJCHBCAABAAWJJgdAECUtivulvMRn2hlZcJOrN9tL3_ "24-060 Letter of No Objection - Water - Line SG" History Document created by Pete Hawkins(pete.hawkins@coltmidstream.com) 2024-08-12 - 4:59:56 PM GMT Document emailed to Karel Hancke (Karel. Hancke@coltmidstream.com) for signature 2024-08-12 - 5:00:13 PM GMT Document emailed to Brad Baxter (Brad. Baxter@coltmidstream.com) for approval 2024-08-12 - 5:00:13 PM GMT Document emailed to fernando Cortez (fernando.cortez@coltmidstream.com) for approval 2024-08-12 - 5:00:14 PM GMT Email viewed by fernando Cortez (fernando.cortez@coltmidstream.com) 2024-08-12 - 5:43:33 PM GMT Document approved by fernando Cortez(fernando.cortez@coltmidstream.com) Approval Date: 2024-08-12 - 5:44:02 PM GMT - Time Source: server Email viewed by Karel Hancke (Karel. Hancke@coltmidstream.com) 2024-08-13 - 7:56:54 PM GMT Email viewed by Brad Baxter (Brad.Baxter@coltmidstream.com) 2024-08-13 - 7:57:15 PM GMT Document approved by Brad Baxter (Brad. Baxter@coltmidstream.com) Approval Date: 2024-08-13 - 7:57:21 PM GMT - Time Source: server Document e-signed by Karel Hancke (Karel. Hancke@coltmidstream.com) Signature Date: 2024-08-13 - 8:00:15 PM GMT - Time Source: server Q Agreement completed. 2024-08-13 - 8:00:15 PM GMT a Adobe Acrobat Sign Warchesik, Shelby From: Charles Vaughan <CharlesVaughan@bkvcorp.com> Sent: Thursday, September 5, 2024 7:10 AM To: Sklar, Ryan; Ernest Moreno Cc: Warchesik, Shelby; Tatum, Jenifer; Hargroder, Trent Subject: RE: City of Fort Worth Southside II Transmission Main - BKV 3rd Party Crossing Request Attachments: NSIII-PH2-BKV.kml; NSIII-PH2-BKV.pdf Categories: External Some people who received this message don't often get email from charlesvaughan@bkvcorp.com. Learn why this is important Ryan BKV has reviewed the attached profile and has no objections to the separation for the crossing. Please contact Ernest Moreno 24hrs before the construction begins at 817-269-8670. Charles Vaughan PIPELINE INTEGRITY SUPERVISOR Email: Charlesvaughan@BKVCorp.com Cell:817-584-5371 Address: 4800 Blue Mound Rd Fort Worth TX 76106 o BK Y From: Sklar, Ryan <Ryan.Sklar@kimley-horn.com> Sent: Wednesday, September 4, 2024 2:45 PM To: Charles Vaughan <CharlesVaughan@bkvcorp.com> Cc: Warchesik, Shelby <Shelby.Warchesik@kimley-horn.com>; Tatum, Jenifer <Jenifer.Tatum@kimley-horn.com>; Hargroder, Trent <Trent.Hargroder@kimley-horn.com> Subject: RE: City of Fort Worth Southside II Transmission Main - BKV 3rd Party Crossing Request Caution: This email originated from outside the organization. Do not click links or open attachments unless you can confirm the sender and know the content is safe. If you suspect this email may be malicious, please forward to abuse@bkvcorp.com. Charles, We have received pothole data and have revised our plans to meet the construction requirements, see attached. I have also attached a KMZ of our proposed alignment for reference. Please let me know if you have any questions. Thank you, Ryan Sklar, EIT Kimley-Horn 1 801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Direct: 682 348 2434 Celebrating 17 years as one of FORTUNE's 100 Best Companies to Work For From: Charles Vaughan <CharlesVaughan@bkvcorp.com> Sent: Monday, July 15, 2024 2:43 PM To: Sklar, Ryan <Rvan.Sklar@kimlev-horn.com> Cc: Warchesik, Shelby <Shelbv.Warchesik@kimlev-horn.com>; Tatum, Jenifer <Jenifer.Tatum@kimlev-horn.com>; Hargroder, Trent <Trent.Hargroder@kimlev-horn.com> Subject: RE: City of Fort Worth Southside II Transmission Main - BKV 3rd Party Crossing Request Sklar Here is the construction requirements and contractor agreement sheet. Charles Vaughan PIPELINE INTEGRITY SUPERVISOR Email: Charlesvaughan@BKVCorp.com Cell:817-584-5371 Address: 4800 Blue Mound Rd Fort Worth TX 76106 wn B KV From: Sklar, Ryan <Rvan.Sklar@kimlev-horn.com> Sent: Monday, July 15, 2024 11:07 AM To: Charles Vaughan <CharlesVaughan@bkvcoro.com> Cc: Warchesik, Shelby <Shelbv.Warchesik@kimlev-horn.com>; Tatum, Jenifer <Jenifer.Tatum@kimlev-horn.com>; Hargroder, Trent <Trent.Har2roder@kimlev-horn.com> Subject: RE: City of Fort Worth Southside II Transmission Main - BKV 3rd Party Crossing Request Caution: This email originated from outside the organization. Do not click links or open attachments unless you can confirm the sender and know the content is safe. If you suspect this email may be malicious, please forward to abuse@bkvcorp.com. Charles, Thank you for taking my phone call regarding the proposed crossings. As discussed, please provide the location of the additional crossings that we did not call out. We will revise our plans at those locations and follow up with you. If you need any additional information or have any questions, please reach out! will be sending a separate email regarding the project in the Northside of Fort Worth. Thank you, Ryan Sklar, EIT Kimley-Horn 1 801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Direct: 682 348 2434 Celebrating 17 years as one of FORTUNE's 100 Best Companies to Work For From: Hargroder, Trent <Trent.Hargroder@kimlev-horn.com> Sent: Tuesday, July 9, 2024 10:52 AM To: charlesvauehan@bkvcorp.com Cc: Warchesik, Shelby <Shelbv.Warchesik@kimlev-horn.com>; Tatum, Jenifer <Jenifer.Tatum@kimlev-horn.com>; Sklar, Ryan <Rvan.Sklar@kimlev-horn.com> Subject: City of Fort Worth Southside II Transmission Main - BKV 3rd Party Crossing Request Charles, The City of Fort Worth is currently designing two new Transmission Mains on the south side of Fort Worth that will cross an 8-Inch, 10-Inch, and 16-Inch gas line under BKV's ownership. Please see the attached KMZ and plan sheets for reverence. We are currently showing three crossings with clearance ranging from 3.5 -10 feet. At your earliest convenience, please review the attached plan sheets, provide any specific crossing requirements, and any crossing forms that will need to be completed in order to obtain clearance. Please feel free to reach out if you have any questions. Thank you, Trent Hargroder, EIT Kimley-Horn 1 801 Cherry Street, Suite 1300, Fort Worth, TX, 76102 Direct: 682 348 3295 1 Mobile: 210 859 5310 Connect with us: Twitter I Linkedln I Facebook I Instaaram I Kimlev-Horn.com Celebrating 17 years as one of FORTUNE's 100 Best Companies to Work For CONFIDENTIALITY NOTICE -- This email is intended only for the person(s) named in the message header. Unless otherwise indicated, it contains information that is confidential, privileged and/or exempt from disclosure under applicable law. If you have received this message in error, please notify the sender of the error and delete the message. Thank you. CONFIDENTIALITY NOTICE -- This email is intended only for the person(s) named in the message header. Unless otherwise indicated, it contains information that is confidential, privileged and/or exempt from disclosure under applicable law. If you have received this message in error, please notify the sender of the error and delete the message. Thank you. STA 70+F I EAST TRACT 11 IP l ..' I BEING 54" WATER CARRIER PIPE IN 78" STEEL CASING / / TEXAS ELECTRIC SERVICE COMPANY VOLUME 6865, PAGE 414 OR 78" TUNNEL LINER PLATE /x / / D R T C T BY OTHER THAN OPEN CUT RE C106M, D107M, D1 OSM, G1 400 39 ' ENO 54 STA 7— EXISTING CARRIER EXISTING GAS ACCESS ROAD FUTURE 130' E2297431 72 / o / / (SEE SHEET NOTE 5) FLEA RANCH PIPE IN 78" STEEL CASING ROAD / o / o OR 78" TUNNEL LINER PLATE RIGHT-OF-WAY BY OTHER THAN OPEN CUT 1 RE MORN. D107M. D108M, D109x1/41 N.7015461.17 -PROPOSED 700 LF OF 54-INCH -E 229742699- - - - - - WATER TRANSMISSION MAIN - - - - - BORE PIT E ' I 77/LE —1— L-----_---_ �{ —�_— Caw ww 00 I \ 1 _ 73o 1 — -- - $G — .o° T _�_ ew ®"ro w w �_�'\r—�\,. 75Z. UW•\\ 7- \\ \-----------\ iUw QEd sTA 70+97 / ¢20•X10• I \ \ \ -- — ,TI \� !�� W N CASING/FOREIGN PIPELINE I 1 I ORE PIT 1 \ R \ \ \ �' Q N TEST STATION 12I ` RE SHEET 48 AND 49 / NSTALL. I `EXISTING WIRE FENCE EXISTING 4" ENLINK (1) 8" COMBINATION AIR MIDSTREAM GAS LINE RELEASE VALVE W/ VAULT EXIST NG 12" BKV'N/ RE: D139M/44 PROPOSED 45• MI STREAM, LLC I i EXISTING 16" BKV N 701561752 TEMPORARY CONSTRUCTION GAS LINE / E 2297412 68 EASEMENT //�° o I \ MIDSTREAM, LEE GAS LINE PROPOSED 30' PERMANENT EASEMENT / - 30' GAS LINE EASEMENT CHALEL HILL CHAPEL HILL WEST LLC TRI-COUNTY PIPELINE CO LP INST. N0. D218219520 I su5T, RE VOLUME 15406, PAGE 240 10155 SAGINAW BLVD P6 RA°D2v 11 / %A 1 NORTHSIDE III 54-INCH WATER MAIN A IusT x°R2x JOINT RESTRAINT LENGTH STA 70+90 TO STA73+30 (AWWA C—) -T 1 l //717 /tOMULu�I H1DRIiMULCHf HYDR.MULCH ADDER TifiPLii/r000rreL SACKFllll111 DEL TRENCH BG�ACOKFlLL ACCEPTABLE BACK%a 730 RE: 1, D103�\.) 3�/4I0 - RE: 1, DOD,t�D103'/O MIDS�TIEM A LYE\ %1Af,�Tk L I,T (r/P LE 2ar` � �I�IFUt}UJ� ¢RAp I ITT" ICI I I� �I E STI O GR 4- - 725 — � E Ii G 16•S:V �I I}I ICI I} ` 15 A ID EA I LC 720 NE— A L 0) ; = T 2.rX G. 7151 I I B&R[] PI� I 11 : I 1 r 1 9 11 I I I I I INk I _ I I I I I II • I �; 1 1 i .I I I I I I el, eP I 710 0 I 1 I I I I 1/ 117I 7001 I I I I I I I T I I+ SO 70+00 71+00 MAP // 2024-456 MAP N 2018-456 MAP A 2018-452 MAP // 2018-448 MAP N 2018-444 SHEET NOTES 1 CONTRACTOR SHALL VERIFY DEPTH OF ALL EXISTING GAS LINES PRIOR TO CONSTRUCTION 2 CONTRACTOR SHALL CENTER GAS LINES ON A SEGMENT OF PIPE PIPE JOINTS SHALL NOT BE PLACED UNDER GAS CROSSINGS. 3 MAXIMUM JOINT DEFLECTION FOR DIP = 075' CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF PIPE. 4 CONTRACTOR SHALL REPAIR OR REPLACE EXISTING FENCE TO EXISTING CONDITIONS THE COST SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF ME PROJECT 5 A REPRESENTATIVE FROM ENLINK SHALL BE ON SIZE DURING CONSTRUCTION OVER THE EXISTING ENLINK GAS LINE AND ACCESS ROAD CONTACT COLLIN BRAMMELL AT 405-422-8919 6, A REPRESENTATIVE FROM BKV SHALL BE ON SITE DURING CONSTRUCTION OVER THE EXISTING BKV GAS LINE CONTACT CHARLES VAUGHAN AT 817-584-5371 I I I-7-7777— _ ,�EPTAB 1 �A AB A' X( LL _ A AI �lE B LL KS 1, DOfl1,1 M UL $ 1, ED WR— R 1, D�2, D 3 4C TT I I 730 750 I--I1 1 1 1 11 I 11 I I I 1 I 11 1 1 I 11 I 1 1 750 APPROXIMAT_ AND B SEI rc l rt - 13EUR.I VPUq�POSES�CONf RACIER SH_I — 1 19 725 745 —_ SUBMIn G//+�SR , C. fFR FACTOR /r I. _ 745 ° I I VALUES FO/F� SELECTED JF IPE WITIT I`u )P—��✓ DRAWINGS �I+I I • ^� 720 74U ... EXISTII G IGR 1UD I /' FU UPI RAE � 740 .. — I�� — 715 735 — s�T� � 735 710 7.__ 730 _ ■■ M■►,iii�i�■iiii ■■ ■■■■■ ■ ■■ ■■ ■■■■■ ■ ■■ ■■ ■ ■ ■■■F■■■■■ ■ ' • 'n■ No ■ ■r��. ■ ■■ MMlIIIIIlMMM No III III I I II III II III II I I III III I I II III II III II t ## �#— # I 720 It +I —II�—I� +—— 715 F��}}II t+II It++III} —H+—III} III} 74+00 75+00 76+00 77+00 # 710 NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTLI TIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SIZE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD, THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK NM THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION, AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HANNG BEEN INCLUDED IN THE CONTRACT PRICE ME CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSTRUCTION. WARNING' UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS DIG— (800) 344-8377 BETTY DAUGHERTY ATMOS GAS 214 206-2789 TRACY LEE ENLINK MIDSTREAM 817 487-1560 JAMES KAPKA ENERGY TRANSFER 817 240-0586 JAMES PROCTOR EAGLERIDGE OPERATING I 817 487-6873 CITY OF FORT WORTH WATER DEPARTMENT (817) 392-4477 FERNANDO CORTEZ COLT MIDSTREAM (806) 930-2734 CHARLES VAUGHAN SKI (817) 228-6912 BENCHMARKS 1 CTY OF FORT WORTH MONUMENT A9163 - ON THE SOUTH SIDE OF CONCRETE BASE TO A SINGLE POLE TRANSMISSION TOWER 256' EAST OF CENTERLINE ALONG BOAT CLUB ROAD AND 66' 3 NORTH OF CENTERLINE ALONG PARK DRIVE. ELEV 790.30 2. CITY OF FORT WORTH TBM - SQUARE SET ON THE SOUTHWEST EDGE OF A 7' DIAMETER CONCRETE MANHOLE STRUCTURE 138' 3 AT A AZIMUTH OF 151' FROM CONTROL 3, CITY OF FORT WORTH TBM - SQUARE SET ON THE WEST EDGE OF A 5• DIAMETER CONCRETE MANHOLE STRUCTURE 48' t AT A AZIMUTH OF 173' FROM CONTROL POINT 54 ELEV 743.69 PROF'_= SCALE. 40' V H 1" 4' FIT 0 _ 40 80 120ELBY P SCALE 1" = 40 °A REV COMMENTS BY DATE OBTWOR CITY OF FORT WORTH, TEXAS WATER DEPARTMENT NORTHSIDE III - PHASE II 54-INCH WATER TRANSMISSION MAIN PROPOSED 54-INCH WATER MAIN A STA. 70+00-77+00 � Kimlevo Horn DESIGN SOW DATE I SCALE F�PROJECT NO I SHEET DRAWN. RAS 2D24 1"' 4H'V CITY PROJECT nn CHECKED JRT 2024 1"=4•V p104940-2 L2 From: Carriere, Jacob (Contractor) <jacob.carriere@energytransfer.com> Sent: Tuesday, September 17, 2024 9:52 AM To: Sklar, Ryan Cc: Waterwall, Celeste; Spangenberg, Timothy L.; Balliew, Wesley N; Masters, Dawson Subject: 2024-0333 Letter of No Objection Attachments: kml NSIII Energy Transfer Crossing Locations.kml; GMap View 2024-0333.pdf; Exhibit A 2024-0333.pdf; Energy Transfer Crossing Guidelines.pdf You don't often get email from iacob.carriereCcDenerRvtransfer.com. Learn why this is important Rya n, ENERGY TRANSFER FUEL, LP, an Energy Transfer entity (ET) received your revised plans on September 5, 2024, concerning the proposed water main install. At the subject location, ET does own, operate and maintain multiple, steel, high-pressure, natural gas pipelines (ET's Facilities): 20061828 Eagle Mountain to Paris (36in) • 9004 Line 0-Handley SE Sta_Eagle Mnt Comp Sta (20in) 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 project conditioned upon and subject to the acceptance of and adherence to the following conditions by CITY OF FORT WORTH and or your contractor(s): Adherence to the Energy Transfer Crossing Guidelines, attached. ET's agreement to the subject project is based upon the attached "Exhibit A." Should anything change, or if your project does not begin (1) year from this date, you must submit to ET one (1) set of revised drawings for review and approval prior to commencing any of the work on or near any ET Facilities. By entering onto ENERGY TRANSFER FUEL, LP 's easement, and constructing the encroachment, CITY OF FORT WORTH agrees that in the event ENERGY TRANSFER FUEL, LP must remove or destroy all or a portion of the improvements/encroachment approved in this email, in order to excavate or in any manner work on its facilities, then CITY OF FORT WORTH shall be responsible for all costs associated with returning the encroachment to its previous condition. ET Facilities shall be positively located before the Encroachments are constructed or installed near ET Facilities. ET requires that an absolute minimum clearance of 8.85-feet be maintained between the outside diameter of ET's pipelines and any of your facilities. Longitudinal occupancy of ET's right-of-way will not be permitted. Soil compaction activities over ET Facilities require eight -inch lifts of backfill material compacted to a minimum proctor density of 95%. Soil backfill shall be compacted to the satisfaction of ET onsite inspector so that settling does not occur. In the event you or your contractor (s) need to cross over or along ET's Facilities with heavy construction equipment, ET will require the contactor (s) to furnish and install temporary wood mats over the pipelines, in order to protect the pipelines from heavy equipment Loads. ET shall be notified at least 48 hours in advance of any construction or maintenance activity. You must contact the State approved notification center at 811, in addition to contacting ET's field representative Mr. Neil Balliew at 817-247-2236 or weslev.balliewCu@ener vtransfer.com. before commencing any Crossing at or near ET's Pipeline Facilities. Unless you otherwise notify ET in writing, your receipt of this conditional e-mail of acceptance shall be deemed to be evidence of your acceptance of and adherence to the above terms and conditions. Thankyou, Jacob Carriere Project Manager — Encroachments Representing Energy Transfer Energy Transfer 1300 Main Street Houston, TX 77002 0:713-989-4611 M9'xinois Private and confidential as detailed here. If you cannot access hyperlink, please a -mail sender. Warchesik, Shelby From: Jacob Head <Jacob.Head@enlink.com> Sent: Thursday, September 26, 2024 2:40 PM To: Sklar, Ryan Cc: Colin Brammell; Nicholas Knight; Doug Hudson; Warchesik, Shelby Subject: RE: Northside III - Phase II - Enlink Gas Crossings Categories: External IYou don't often get email from jacob.head@enlink.com. Learn why this is important approve. Where it crosses the 4" to the south looks good along with the 12". Thank you, Jacob From: Sklar, Ryan <Ryan.Sklar@kimley-horn.com> Sent: Thursday, September 26, 2024 2:34 PM To: Jacob Head <Jacob.Head@enlink.com> Cc: Colin Brammell <Colin.Brammell@enlink.com>; Nicholas Knight <Nicholas.Knight@enlink.com>; Doug Hudson <doug.hudson@enlink.com>; Warchesik, Shelby <Shelby.Warchesik@kimley-horn.com> Subject: [EXTERNAL] RE: Northside III - Phase II - Enlink Gas Crossings CAUTION: This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Jacob, See attached for the revised plans showing the relocated 12" Enlink Gas Line. It appears that there is only one crossing with the relocated line, along Bonds Ranch Road. The rest of the relocation seems to sit east of the proposed water line. Let me know if you have any questions. Thank you, Ryan Sklar, EIT Kimley-Horn 1 801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Direct: 682 348 2434 Celebrating 17 years as one of FORTUNE's 100 Best Companies to Work For From: Jacob Head <Jacob.Head @enlink.com> Sent: Thursday, September 26, 2024 2:15 PM To: Sklar, Ryan <Rvan.Sklar@kimlev-horn.com> Cc: Colin Brammell <Colin.Brammell@enlink.com>; Nicholas Knight <Nicholas.Knight@enlink.com>; Doug Hudson <doug.hudson@enlink.com> Subject: RE: Northside III - Phase II - Enlink Gas Crossings IYou don't often get email from iacob.head Penlink.com. Learn why this is important Could I get the updating drawings with the relocated lines? These drawings are of the abandoned line and not the relocated one. It looks there are two crossing with the relocated line. Thank you, Jacob Head From: Nicholas Knight <Nicholas.Knight@enlink.com> Sent: Friday, September 20, 2024 1:37 PM To: Doug Hudson <doug.hudson@enlink.com>; Jacob Head <Jacob.Head @enlink.com> Cc: Colin Brammell <Colin.Brammell@enlink.com> Subject: RE: Northside III - Phase II - Enlink Gas Crossings Doug/Jacob, Just following up regarding the above encroachment request and set of plans. Let me know if you need any further information. Thanks, Nicholas Knight Phone: 337-354-1721 Mobile: 337-257-3223 Nicholas.Kniaht@enlink.com 2300 South College Road Lafayette, LA 70508 www.enlink.com From: Doug Hudson <doug.hudson@enlink.com> Sent: Thursday, September 5, 2024 7:55 AM To: Nicholas Knight <Nicholas.Knight@enlink.com>; Jacob Head <Jacob.Head @enlink.com> Cc: Colin Brammell <Colin.Brammell@enlink.com> Subject: RE: Northside III - Phase II - Enlink Gas Crossings Jacob - I would like to review these plans with you before approval is given. Thanks, DH From: Nicholas Knight <Nicholas.Knight@enlink.com> Sent: Wednesday, September 4, 2024 4:39 PM To: Jacob Head <Jacob.Head @enlink.com>; Doug Hudson <doug.hudson@enlink.com> Cc: Colin Brammell <Colin.Brammell@enlink.com> Subject: FW: Northside III - Phase II - Enlink Gas Crossings Jacob, Please see attached construction plans for two water main's crossing EnLink's pipeline. If Approved, please let me know. Thanks, Nicholas Knight Phone: 337-354-1721 Mobile: 337-257-3223 Nicholas.Kniaht@enlink.com 2300 South College Road Lafayette, LA 70508 www.enlink.com From: Sklar, Ryan <Rvan.Sklar@kimlev-horn.com> Sent: Wednesday, September 4, 2024 1:58 PM To: Nicholas Knight <Nicholas.Knight@enlink.com> Subject: [EXTERNAL] RE: Northside III - Phase II - Enlink Gas Crossings CAUTION: This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Awesome, thank you for this! If you need any additional information as you review, please let me know! Thanks, Ryan Sklar, EIT Kimley-Horn 1 801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Direct: 682 348 2434 Celebrating 17 years as one of FORTUNE's 100 Best Companies to Work For From: Nicholas Knight <Nicholas.Knight@enlink.com> Sent: Wednesday, September 4, 2024 1:53 PM To: Sklar, Ryan <Rvan.Sklar@kimlev-horn.com> Subject: FW: Northside III - Phase II - Enlink Gas Crossings You don't often get email from nicholas.knight@enlink.com. Learn why this is important FYI Nicholas Knight Phone: 337-354-1721 Mobile: 337-257-3223 Nicholas.Kniaht@enlink.com 2300 South College Road Lafayette, LA 70508 www.enlink.com From: Colin Brammell <Colin.Brammell@enlink.com> Sent: Wednesday, September 4, 2024 1:45 PM To: Nicholas Knight <Nicholas.Knight@enlink.com> Cc: Warchesik, Shelby <Shelbv.Warchesik@kimlev-horn.com>; Tatum, Jenifer <Jenifer.Tatum@kimlev-horn.com>; rvan/sklar@kimlev-horn.com Subject: RE: Northside III - Phase II - Enlink Gas Crossings That pipeline has been relocated. See attached are the IFC alignment sheets for that relocation. From: Nicholas Knight <Nicholas.Knight@enlink.com> Sent: Wednesday, September 4, 2024 12:56 PM To: Colin Brammell <Colin.Brammell@enlink.com> Cc: Warchesik, Shelby <Shelbv.Warchesik@kimlev-horn.com>; Tatum, Jenifer <Jenifer.Tatum@kimlev-horn.com>; rvan/sklar@kimlev-horn.com Subject: RE: Northside III - Phase II - Enlink Gas Crossings Colin, Can you answer item 2 on Ryan's email below regarding the relocating of our 12" line? Thanks, Nicholas Knight Phone: 337-354-1721 Mobile: 337-257-3223 Nicholas.Kniaht@enlink.com 2300 South College Road Lafayette, LA 70508 www.enlink.com From: Sklar, Ryan <Rvan.Sklar@kimlev-horn.com> Sent: Wednesday, September 4, 2024 11:28 AM To: Nicholas Knight <Nicholas.Knight@enlink.com> Cc: Warchesik, Shelby <Shelbv.Warchesik@kimlev-horn.com>; Tatum, Jenifer <Jenifer.Tatum@kimlev-horn.com>; Colin Brammell <Colin.Bra mmell@enlink.com> Subject: [EXTERNAL] Northside III - Phase II - Enlink Gas Crossings CAUTION: This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Nicholas, Thank you for reaching out yesterday regarding the Northside III Phase 2 Water Transmission Main. I have attached a PDF that shows a plan and profile of the proposed crossings of Enlink Gas Lines and where we parallel an existing 12" Gas Line. All Enlink items have clearances have been bubbled in red. I have also attached a KMZ which contains the proposed 54" water line and existing Enlink Gas Lines. See below for requests/questions. LONOs for the two crossings (Sheet 22 and Sheet 30) For the portion that we are paralleling, I would like to confirm that the existing 12" Enlink Gas line is being relocated (Sheet 27-30) • We will be crossing an Access Road (Sheet 22) and would like to confirm that we can open cut this road during construction Please let me know if you need anything else. Thank you, Ryan Sklar, EIT Kimley-Horn 1 801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Direct: 682 348 2434 Celebrating 17 years as one of FORTUNE's 100 Best Companies to Work For EnLink Midstream httos://www.enlink.com NYSE: ENLC Confidentiality Warning: This message and any attachments are intended only for the use of the intended recipient(s), are confidential, and may be privileged. If you are not the intended recipient, you are hereby notified that any review, retransmission, conversion to hard copy, copying, circulation or other use of all or any portion of this message and any attachments is strictly prohibited. If you are not the intended recipient, please notify the sender immediately by return e- mail, and delete this message and any attachments from your system. EnLink Midstream https://www.enlink.com NYSE: ENLC Confidentiality Warning: This message and any attachments are intended only for the use of the intended recipient(s), are confidential, and may be privileged. If you are not the intended recipient, you are hereby notified that any review, retransmission, conversion to hard copy, copying, circulation or other use of all or any portion of this message and any attachments is strictly prohibited. If you are not the intended recipient, please notify the sender immediately by return e- mail, and delete this message and any attachments from your system. EnLink Midstream https://www.enlink.com NYSE:ENLC Confidentiality Warning: This message and any attachments are intended only for the use of the intended recipient(s), are confidential, and may be privileged. If you are not the intended recipient, you are hereby notified that any review, retransmission, conversion to hard copy, copying, circulation or other use of all or any portion of this message and any attachments is strictly prohibited. If you are not the intended recipient, please notify the sender immediately by return e- mail, and delete this message and any attachments from your system. Utility Pernit Approval - Permit ntu-nber: 00002/20240716/368329/437044/UP Date ofApprova1:07-16-2024 UTILITY PERMIT APPROVAL TO: IKasavich John I Date: I07-16-2024 �ICity of Fort Worth Application/Permit 00002/20240716/368329/437044/UP 200 Texas St No.: 200 Texas Street District: I Fort Worth Fort Worth,76102 Highway Control Section I Maintenance Section County IFM1220-K: From milepost 260+0.908 To milepost 260+1.023 II2079-01 11 (Tarrant I Schedule Dates: from 01/01/2025 to 01/01/2026 TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. 00002/20240716/368329/437044/UP dated 07/16/2024 and accompanying documentation, except as noted below. Special Provisions: You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of workdays and traffic control plans. Use the RULIS website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval and any approved amendments at the job site. When installing utility lines on controlled -access highways, access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right- of-way lines, connecting only to intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-wayfor routine service and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways and ramps shall be subject to the same rules and regulations as that apply to the general public except, however, if an emergency occurs and usual means of access for routine service operations will not permit the immediate action required bythe Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for the convenience and safety of highway traffic. The installation shall not damage any part of the highway, and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. If the Utility Installation Owner fails to comply with any or all the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. SME ATTACHMENTS: Included attachments: 1/1 / 1 \INSTAll'�� STA. 4+9323 t \ FUTURE FLEMING / SH 45' ROLLED BEND, / / INSTALL:- / 1� RANCH RD 110' / / Ni 4500' IT / / /{ \ RIGHT-OF-WAY ' EXHIBIT A / , ( / I�/ (1) 45' HORIZ. BEND/ TRACT 1 / \ I / / l (1 = 1269' UP yT 45.01' RT 1 BH$38" EAGLE MOUNTAIN LAKE FARMS, LLC / / / / / ( N. ]00905214 N 7009338.36 / IN ST NO D212059046.=E2298065.39 �I E 22980]824 OP.RT.CT / / / / / / STA 1+12 // s 5+00 / A / / / �� o MAP 2024-456 89S7 BOAT CLUB RD. � / - / / / ° BEGIN 54" WATER CARRIER /; / mN 6j ,PIPE IN ]a' STEEL cnslNc _ �_ _ _ MAP # 2018-456 OR 78" TUNNEL LINER PLATE / / BY OTHER THAN OPEN CUT / STA 6+52 %� // /fv,Z� MAP # 2018-452 i/ �� wsTALLv r / S h MAP 2018-448 0' / / / / ARE: 090 D10]M, D108M. D109M/39 /$� / /BORE PIT / / �/N ]00905423 BMp01� { / �/� (1) 8" COMBINATION / ///� /f/ MAP # 201$-¢¢¢ E 229808916_ >` / _ AIR VALVE W/ VAULT . / Q pj� --� _ STA 0+93 SO /W" RE D139M/42 _ INSTALL / / \/ /. EXISTING 30' SANITARY „/ / o N ]009491222 �~ __ (1) 45' HORIZ BEND i /� //// SEWER EASEMENT ( t O / / E.229812197 \ DBE REALTY INVESTMENT LTD ETAL l = 4477' LT/ S (INST. NO 0212191045) / / / STA. 6+63.23 898] BOAT CLUB RD. / N ]00903849 // 1+00 /� /� //� f !� a" /1P,� / INSTALL.,/ / / SHEET NOTES. E. 2298061 49 / % /' a /,- - / ° THOMAS, BENJAMIN ABSTRACT 148] / - / / ///A EXISTING 24" SANITARY / / -� (1) 22.5' ROLLED BEND TRACT 7A6G & 7A1 --f- i / V SEWER FORCE MAIN / tlT 2996' RT / / 1. MAXIMUM JOINT DERECTION FOR INST NO D211069547 STA 0+25 - / e / - pV = 202' DN°� / pIP 075' CONTRACTOR SHALL INSTALL' /%/ 1 X-24ROD / < / PROPOSED 54-INCH (SEE NOTE 1) ACHIEVE SPECIFIED DEFLECTION / (1) 54" BUTTERFLY VALVE -/ // / ,✓ WATER TRANSMISSION N 7009502.08" / / / W/ VAULT _� / �^ //� MAIN _ E.2298125.0] ONTS OFEp PEY NUMBER OF - - - RE. D128/42 N: 70D89784] e / l\ E:229809a.50_js STA 3+50 i / r / 0P.{�+Ji .,INSTALL PROPOSED VARIABLE --_ 0 e / O.J *Ffi �/ /� ^� // % /(1) 54" BUTTERFLY VALVE WIDTH TEMPORARY _ W/ VAULT I CONSTRUCTION 4 P�S�Q. �/ i/ / / 0 / RE D128/42 EASEMENT- i s9 e� % E2298147ssa TX-T cP-Or NOTFc 9 E 229814] 89 / / STA' 0+00 / / STA. 2+38 / // / PROPOSED 45' TEMPORARY // // i 1. CONTRACTOR TO CALL TXDOT INSPECTOR, XX%X XXX%XXX - / INSTALL:_ / ``may///p/ END 54" WATER CARRIER K� / t°CONSTRUCTON EASEMENT �� / KLLB AIV LLC / UTILITY COORDINATOR AT XXX-XXX-X%XX, AND AS NOTED ON (1) 54" BLIND FLANGE / PIPE IN 78" STEEL CASING' /// THE APPROVED PERMIT 48-HOURS PRIOR TO THE START OF W ISOLATION FLANGE OR ]8" TUNNEL LINER PLATE )' ) .PROPOSED 30' / PARK DR. / CONSTRUCTION THE CONTRACTOR IS REQUIRED TO CONTACT i / \ / / / ASSEMBLY / BY O1HER 1HAN OPEN CUT/� / / ; // / / L �� /PERMANENT EASEMENT �� / THOM S, BENJAMIN / / / / TXDOT DISTRICT TRAFFIC SIGNAL SHOP AT 817-370-3661 FOR RE. D146/39 �/ RE. 0106M, 0107M, 0108M, 0109M/39 / /-7� STA' 2+6210 -/ / ABSSURVETRAIT497 / / THE LINE LOCATES IF BURIED PORTION OF THIS WORK IS NEAR N 7008956.56 / N700911539 STA. 2+45.08 / / /'INSTALL '� / TRACT7CO2 / / aTXDOT THETRAFFIC WATER MAINLS INSTALLATION SHALL BE CONSTRUCTED ' E 229810655 / E229817932 INSTALL // (N 45' ROLLED BEND/ / INST,NO.D222052099 ACCORDING TO THE DESCRIPTION, CONSTRUCTION PLANS, _ � / fN = 45.01' LT SPECIAL PROVISIONS, AND OTHER RELATED DOCUMENTS, AS / yyy EXISTING 1S / (1) 45' ROLLED BEND / / /py = 1856' DN // DESCRIBED IN THE NOTICE OF PROPOSED INSTALLATION SANITARY SEWER / AV = 1856' UP// N ]009135.93 / / / / / AND APPROVAL FORM FIELD REPRESENTATION SHALL BE /'FORCE MAIN / E22981906] / %-1312] / / N229811900 / / // _ ///� / MAINTAINED DURING INSTALLATION OF THE WATER MAIN /�°�, E 2298185.83�k` / / r� BORE%PIT / �/ /// �� // // / / / // 8 JOBCO Y OF ME SITE DURING ANYYOCONSTRUCTIONMIATCTIVTY BE ON THE �'%�%�/I �'" NOR/THSIDE III 54-INCH WATER MAIN A/ ICI I'`11 1 1 1 — —� I� IHI IM —±H BOOT �1._ BO T GLIB 0 D�-+�1T B CMTi -+L +L-�800 4�PL 11 II 1.1 1 1 1 1 1 1 TU 795 T- 4 R (PI4 _- XI'*UN �_ G OU 795 _ EIS IN(2 \l \�`� DID,- 4NI R S: R 790� 11 1 1 + ++ 11 xllnlc 2 hez '+� — 790 21 )S I III -II I -I II I I tII I I I I I >AI�IT Rd sE WEry III I I I ItI ItI ItI III -II I -I I��II-II I -I II I I I I I III -II I -I I��II-II I -I II I I tII I III -II I -I II 785 I _ �135 IJ I I I I I I I I I I Ip4n� I I I I I I I I I I I I I I I 1 I i I I I I I z'+I + 780 � # � _ � � _ 780 III III III a V. a1DR D J'2�� - III III III III III III - II1 II1 II1 II1 - 1 S L ns (1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1I 775 I I I I I I I I I I I I I I 1 1rl r IrI vIr vI I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I no 1 1 _ 770 I I I I I I t+II 765 =##t '� e 765 7601 1 1 1 1 1 1 =£311 1 11='£1r1. =£l 24£ I�l to I=,��md� A,P I ='£�a I I11��7�t I z2E Iy 1 11760 0-0 1+00 2+00 1+00 4+00 5+00 G— 7+00 NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTLI TIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION THE INFORMATON AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO ME PHYSICAL APPURTENANCES OBSERVED IN THE FIELD, THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK WM ME OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION, AND FOR THE SAFETY AND PROTECTON THEREOF AND REPAIRING ANY IN THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATON, DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSTRUCTION. WARNING' UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS DIGTESS (SOD) 344-8377 BETTY DAUGHERTY ATMOS GAS 214 206-2789 TRACY LEE ENLINK MIDSTREAM 81] 48]-1560 JAMES NAPKA ENERGY TRANSFER 817 240-0586 TAMES PROCTOR EAGLERIDGE OPERATING I 817 487-6873 CITY OF FORT WORTH WATER DEPARTMENT (81]) 871-8296 RANDY DARNLLE BKV (81 ]) 228-6912 BENCHMARKS 1 CITY OF FORT WORTH MONUMENT $ - ON THE SOUTH SIDE OF CONCRETE BASE TO A SINGLE POLE TRANSMISSION TOWER 256' EAST OF CENTERUNE ALONG BOAT CLUB ROAD AND 66' t NORTH OF CENTERLINE ALONG PARK DRIVE, ELEV. 790 30 2 CITY OF FORT WORTH TBM - —ARE SET ON THE SOUTHWEST EDGE OF A 7' DIAMETER CONCRETE MANHOLE STRUCTURE 138' 3 AT A AZIMUTH OF 151' FROM CONTROL POINT 50 ELEV 79937 3 CONTROL POINT 50 - 5/8" CIRS 68- 2 EAST OF CENTERLINE ALONG FM 1220 AND 112D 2 NORTH OF CENTERLINE ALONG PARK DRIVE. ELEV. 799.37 PROFl-E SCALE. 40' H 4' V 0 — 40 Bo 12. TLY,P SCALE 1" - 40' IATF JIINE 2,2,s REV COMMENTS BY DATE OBTWOR CITY OF FORT WORTH, TEXAS WATER DEPARTMENT NORTHSIDE III - PHASE II 54-INCH WATER TRANSMISSION MAIN PROPOSED 54-INCH WATER MAIN A STA. 0+00-7+00 �Kimlev*Horn DESIGN SDW DATE SCALE E�PROJECT NO SHEET DRAWN. RNA O RAS JUNE 1"=40'H CITY PROJECT CHECKED JRT 2024 1"=4'V p104940-2 Texas Departm en t of Transportation Specifications for utility I,nstallations Fort Worth District (revised June,12 2024) Specifications for Utility Installations Fort Worth District TxDOT Directory For Utilities 3,4 TxDOT's Mission Statement 4 Safety 5 Protection of Highway Facilities 5 Use of Explosives 5 Protection of Existing Facilities 5 Deviation From Approved Plans 5 Staking of Utility Lines in Advance of Construction 5 Full -Time Supervision and Inspection 5 Notification of Job Start 5 TxDOT Locates 5,6 Stockpiles on TxDOT ROW 6 Coordination of Work With Highway Contractor or State Forces 6 Work Day Restrictions 6 Inclement Weather 6 Pits 6 Bore and Tunneling Operations 7 Markers 7 Above -Ground Appurtenances 7 Back -Fill of Utility Trenches 8 Site Clean -Up 8 Repair and Replacement of Rip -Rap and Earth Slopes 8 Special Precautions For Erosion Control 8 Seeding Specifications 9 Aesthetics 10 Required Pruning Practices 10 Pruning Suggestions 11 Specifications for Utility Installations 2 Fort Worth District TXDOT DIRECTORY FOR UTILITIES FORT WORTH DISTRICT UTILITY OFFICE Bill McCoy Right of Way Project Delivery Manager 817-370-6950 Doug Fain Utility Section Lead 817-370-6542 Angel Contreras Utility Coordinator -Permits 682-238-6350 Ben Trevino Utility Coordinator 817-370-6523 Anthony Shaw Utility Coordinator -Permits 682-362-9288 John Castaneda Utility Coordinator 817-240-0545 Gavino ( Nino) Talamantez Utility Coordinator 817-240-9134 Ryan Crimmings Utility Coordinator 682-328-4854 (50) JOHNSON COUNTY AREA OFFICE Daniel Poole, P.E. Area Engineer 817-202-2900 Peter Ross, P.E. Assistant Area Engineer 817-202-2939 (51) WISE & JACK COUNTY AREA OFFICES Edrean Cheng, P.E. Area Engineer 940-626-3400 Oscar Chavez, P.E. Asst. Area Engineer 940-626-3400 (52) NORTH TARRANT COUNTY AREA OFFICE (N. OF I1130) Minh Tran, P.E. Area Engineer 817-399-4302 Alfred Luera, P.E. Assistant Area Engineer 817-399-4302 (54) SOUTH TARRANT COUNTY AREA OFFICE (S. OF I1130) Maribel Rangel, P.E. Area Engineer 817-370-6637 Justin Thomey, P.E. Assistant Area Engineer 817-370-6637 (56) ERATH, HOOD & SOMERVELL COUNTY AREA OFFICES Sarah Horner, P.E. Area Engineer 254-459-7029 Noel Spaar, P.E. Assistant Area Engineer. 254-965-7028 (57) PARKER & PALO PINTO COUNTY AREA OFFICES Korey Coburn, P.E. Area Engineer 682-229-2800 Gary Beck, P.E. Assistant Area Engineer. 682-229-2800 Specifications for Utility Installations 3 Fort worth District DRIVEWAYS/STORM DRAINS/TEMPORARY ACCESS/OVERSIZE /OVERWEIGHT PERMITS Matt Evans, P.E. - District Maintenance Director 817-370-6521 Jennifer Giovando - Office Mgr. 817-370-6524 Christine Jones- AAH, Damage Claims, & OS/OW 817-370-3636 Margaret Jasoo - Access/Driveways & Storm Drains 817-370-6527 FORT WORTH DISTRICT MAINTENANCE OFFICES 111MWN COUNTY MAINTENANCE TBA Maintenance Supervisor 817-202-2900 Bryan Anderson Permit Coordiantor CELL 254-229-0186 David Harlin Inspector CELL 817-202-2916 WISE & JACK COUNTY MAINTENANC, Colt Wright Maintenance Supervisor 940-626-3400 Keith Prochnow Utility Permits Inspector (WISE) 817-296-1956 Jana Robinson Utility Permits Inspector (JACK) 940-567-6611 Wesley Harrison Utility Permit Inspector 817-709-6664 LIM" Scottie Blackburn Maintenance Supervisor 817-569-6992 TBA Utility Permits Inspector 817-569-6992 SOUTH TARRANT COUNTY MAINTENA Justin Derden Maintenance Supervisor 817-370-6903 Issac Avla Utility Permits Inspector 817-370-6909 SOM Jason Medders Maintenance Supervisor 254-965-3511 Reid Harris Utility Permits Inspector 254-965-7046 PLRKER & PALO PINTO CO iNTy MAINTENANCE Clinton Hyatt Maintenance Supervisor 682-229-2800 Matthew Kirby Permit Coordinator 940-328-9624 IIIIIINIIII�ITY CO 817-370-3661 TXDOT'S MISSION STATEMENT The mission of the Texas Department of Transportation is to provide safe, effective and efficient movement of people and goods. SAFETY Specifications for Utility Installations 4 Fort worth District Please refer to the Texas Manual on Uniform Traffic Control Devices (TMUTCD) for questions concerning traffic control plans. httr)://ftr).dot.state.tx.us/pub/txdot-info/trf/tmutcd/2011-rev-2/6.pdf WHILE WORKING ON THE TXDOT RIGHT OF WAY: HARD HATS, CLASS 3 SAFETY VEST AND STEEL TOED BOOTS ARE REQUIRED AT ALL TIMES. A COPY OF THE UTILITY OWNER'S PERMIT MUST BE ON SITE AT ALL TIMES. PROTECTION OF HIGHWAY FACILITIES All construction operations relative to installation of the Utility shall be conducted in such manner as to protect highway facilities from damage at all times. In addition, all work must be done in strict accordance with all applicable regulations of the occupational Safety and Health Administration (OSHA) of the US Department of Labor. USE OF EXPLOSIVES No explosives shall be used within limits of highway right-of-way without written permission. PROTECTION OF EXISTING UTILITIES Prior to beginning actual construction operations the Utility shall notify all other Utility Companies who may have facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their facilities. REMEMBER: 1-800-DIG-TESS DEVIATION FROM APPROVED PLANS No changes shall be made to the approved location of utilities without prior authorization of TxDOT. The Utility shall make necessary arrangements with other Utility Owners for moving facilities and/or supporting same during trenching operations. Any poles, anchors, etc. relocated to clear the proposed underground utility line shall be moved toward the highway right-of-way line and location shall be subject to TxDOT approval. All utility lines incorrectly installed shall be removed and laid in proper location at the entire expense of the Utility. STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION Utility lines shall be staked well in advance of construction so that TxDOT can inspect staking to verify that the alignment conforms to requirements set out herein and that there is no conflict with highway facilities. FULL TIME SUPERVISION AND INSPECTION The Utility shall provide competent full-time supervisors or inspectors for all utility installations. /V O T/F/CA T/O/V OF JOB S TA /4 T 48 Hour notification is required for utility installations. Please have the following information ready when you call or submit: • APPROVED PERMIT NO. • STATE HIGHWAY NO. • UTILITY COMPANY • UTILITY SUPERVISOR OR INSPECTOR'S NAME and UTILITY MOBILE NO. • GENERAL CONTRACTOR'S NAME • NAME OF FOREMAN and MOBILE PHONE NO. • START DATE TXDOT LOCATES 48 Hour notification is required for TXDOT locates. BE AWARE!! TXDOT has a considerable investment in traffic signals, lighting, and traffic management system. These systems include underground electric and fiber optic lines. If any of the above facilities are within the limits of the utility project, the utility is required to call the phone numbers listed: Signals and lighting: (817) 370-6656 AERIAL CROSSINGS 72 Hour (3 business days) notification is required for aerial crossings. Specifications for Utility Installations 5 Fort Worth District Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday, between the hours of 3 a.m. to 7 a.m. with police assistance and traffic control. Crossings on non -controlled access roadways and/or low volume roadways can be performed anytime during the week, Monday thru Friday, between the hours of 9 a.m. and 4 p.m. with proper traffic control. LANE CLOSURES 72 Hour (3 business days) notification is required for lane closures prior to the alteration of traffic flow. If a lane closure is required due to an unforeseen situation and after a utility permit has been approved, it will be necessary to call the TxDOT Utility Permit Office at 817-240-9134. A traffic control plan must be submitted and approved by TxDOT prior to lane closures. Note: An Engineer's seal may be required for lane closures on controlled access highways and high volume roadways. STOCKPILES ON TXDOT ROW Stockpiling will be allowed with permission from TxDOT. Once, permission has been granted, stockpiling can start forty-eight hours prior to construction. The stockpile shall be placed on the right of way line or as close as possible without obstructing the curb, pavement, or line of site. All materials must be removed from TxDOT right of way completion of the utility project. COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR STATE FORCES All work related to the installation of utilities shall be conducted in such manner as not to interfere in any way with highway construction or TxDOT maintenance operations. WORK DAY RESTRICTIONS Except, in cases of emergency, no work will be allowed on Saturdays, Sundays, Federal or State Holidays or at night. EXCEPTIONS MAY BE GRANTED BY TXDOT IF the Utility shows that "off day" work is necessary to avoid service interruptions to the public and the Utility agrees to the following conditions: Obtain TxDOT approval at least 48 hours in advance. The Contractor is required to have sufficient personnel and equipment on the job to efficiently execute the work. The utility will have a supervisor or inspector present on the job at all times while the work is in progress. INCLEMENT WEATHER To ensure the safety of the traveling public, as well as the contractor and his crew and TxDOT agents, no work shall be allowed during inclement weather such as, but not limited to rain, fog, snow and sleet effects visibility and/or traction. PITS All pits shall be excavated and closed within 48 hours. If the utility wishes to leave pits open overnight, reflective barricades must be employed. BORE AND TUNNELING OPERATIONS GENERAL REQUIREMENTS Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by auger bore or tunnel method, unless otherwise specifically authorized by TxDOT. Specifications for Utility Installations 6 Fort Worth District Bores or tunnels shall be placed at depths below the roadway structure which are sufficient for superimposed live and dead loads and also prevent collapse of supporting soil between hole and roadway. Boring and tunneling operations shall extend outside of the front slope and clear zone of the highway. Bores Where material beneath pavement is sandy or unstable and will be subject to caving, the hole for the casing shall be bored and cased simultaneously and bored material removed through casing. Cutting face of auger or drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection with drilling. Where material beneath pavement is stable and not subject to caving, and allowed by TxDOT, the hole for the casing may be bored first and casing inserted in the hole immediately after completion of boring. If allowed by TxDOT, water may be used in conjunction with boring. Bore Pit Location Pits excavated for boring or tunneling operations shall be located so that any possible sloughing of sides of pit will not endanger shoulders or pavements and so that barricades can be placed as specified in the TMUTCD. Bore pits should be located at least thirty feet from the edge of the nearest through traffic lane and not less than twenty feet from the edge of pavement on ramps. On low traffic roadways and frontage roads, bore pits should not be less than ten feet from the edge of pavement or five feet from face of curb. Tunneling While hole is being tunneled, casing shall normally be jacked into place as operations progress. Working face of excavation shall not precede advancing end of casing by more than two and one half (2112) feet unless otherwise allowed by TxDOT. Grouting All voids around casing shall be pressure grouted. The grout shall consisting of Portland Cement and washed sand and containing not less than two (2) sacks or Portland Cement per cubic yard of grout. Additional cement shall be added if workability and/or stability cannot be obtained. An air -entraining agent may also be added to the grout mixture to facilitate flow if necessary. Grouting shall be done immediately after casing has been installed in hole in order to avoid any shearing of soil and settlement of over burden above casing. Means shall be provided for proving that voids are filled around 24" diameter and larger casings in the event there is some doubt by TxDOT. TxDOT may require the Utility to install removable plugs at intervals inside the casing. No holes shall be drilled in pavement or shoulders for grouting operations. MARKERS The Utility shall place a readily identifiable and suitable marker at each right-of-way line for highway crossings. Utilities that parallel the right of way shall place a marker every 1500 feet, at intersecting streets, and highway drainage culverts. ABOVE -GROUND APPURTENANCES Above -ground appurtenances, such as pedestals, fire hydrants, meters, etc., shall be located at the right-of-way line. BACKFILL OF UTILITY TRENCHES • DESCRIPTION This specification shall govern backfill of trenches, which have been opened for the removal, adjustment, or installation of utility lines within the limits of highway right-of-way. Except when permission is granted, compacted backfill will be used for utility installations. Backfill shall consist of compacted material obtained Specifications for Utility Installations 7 Fort Worth District from suitable soil excavated from the trench, or from sources outside the highway right-of-way. Material shall be free of rock, lumps, or clods that will not break down under compaction. Backfill material shall be placed in the trench in lavers not to exceed 6" in depth and compacted. Water shall be added as required to facilitate compaction. Compaction shall be done with rollers or mechanical tamps. Use of rollers will be allowed only when such use is not believed detrimental to any highway facility. The tvpe of roller used must be acceptable to TxDOT. When rollers are used, mechanical tamps shall be used along the sides of trench to compact any backfill that cannot be reached with rollers. Compacting shall be continued until a backfill densitv is equal to that of the adiacent, undisturbed material. Where trenches lie within the limits of drainage ditches and channels, which are in solid rock, TxDOT may require 1' of concrete backfill, struck off flush with the top of rock. SITE CLEAN UP The Utility is responsible for site clean up at the end of each workday. Roadways adjacent to the utility construction site shall be kept free from debris, construction materials, and mud. At the end of each day, construction equipment and materials shall be moved as far from the roadway as feasible within the safety rules. If mudding of the roadway occurs at any time, the roadway shall be cleaned immediately. When the utility installation is complete, the right-of-way shall be reshaped to its original condition and the area reseeded or re -sodded to reduce erosion. Should settlement or erosion occur within one (1) year of the utility installation, TxDOT may specify prompt replacement at the utility's expense for bringing the construction site to a satisfactory condition. TxDOT will restore sites that are left at an unsatisfactory condition after notification has been sent to the utility. These sites will be restored to original condition. The utility shall fully reimburse all costs incurred by TxDOT for all repairs made by TxDOT. These costs include, but are not limited to matters of traffic safety, right of way contour, restoration and repairs to all highway structures: including, but not limited to roads, driveways, terrain, landscaping, fences, etc. REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES Any existing riprap cut by trenching operations shall be replaced and surface of new riprap finished to match that of existing riprap. Concrete riprap shall contain not less than three (3) sacks of cement per cubic yard of concrete. Reinforcing steel shall conform to that of existing riprap. SPECIAL PRECAUTIONS FOR EROSION CONTROL Special precautions should be taken during utility installations to avoid disturbing existing drainage courses. In addition, soil erosion should be held to a minimum and sediment from the construction site should be kept away from the roadway and drain inlets. During construction the roadbed and ditches shall be maintained in such condition to insure proper drainage at all times. Ditches and channels shall be maintained to avoid damage to the roadway. To avoid soil erosion, it is advised and encouraged that the Utility Contractor use all applicable means (i.e. silt fences, hay bails, rock filter dams, etc.) to detour soil from eroding into roadway, ditches, and adjacent property. SEEDING SPECIFICATIONS RURAL AREA WARM -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS.) Mixture for Clay or Tight Soils Mixture for Sandy Soils I Specifications for Utility Installations 0 Fort Worth District Dates I Eastern Section Western Section Feb 1 Green Sprangletop 0.6 Green Sprangletop TO Sideoats Grama (El Reno) 1.8 Sideoats Grama (Haskell or El Reno) May 1 Bermudagrass Little Bluestem 8 11.1 Little InBluestem dia gass (Lometa or Cheyenne) K-R Bluestem 0.7 K-R Bluestem Switchgrass 1.2 Switchgrass (Alamo or Blackwell) Total 6.2 Total 6.9 URBAN AREA WARM -SEASON SEEDING RATE In Pounds, Pure Live Seed (PLS) Mixture for Clay or Tight Soils I Dates Eastern Section Western Section Feb 1 Green Sprangletop 0.9 Green Sprangletop TO Bermudagrass 1.2 K-R Bluestem May 1 K-R Bluestem 1.0 Buffalograss Buffalograss 8.0 Total 11.1 Total 13.1 TEMPORARY COOL -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS) Dates All Sections Feb 1 Tall Fescue 4.0 To Western Wheatgrass 5.0 May 1 Wheat (Red, Winter) 30.0 Total All Sections 0.6 Green Sprangleton 1.8 Sideoats Grama (Haskell) 1.1 Bermudagrass 1.5 Little Bluestem 0.7 Sand Dropseed 1.2 Total 5.4 0.7 2.2 0.9 1.4 0.2 Mixture for Sandy Soils All Sections 1.1 Green Sprangletop 1.1 1.3 K-R Bluestem 1.- 10.7 Buffalograss 1.E TEMPORARY COOL -SEASON LEGUME SEEDING RATE In pounds, Pure Live Seed (PLS) Dates All Sections Aug 15 Crimson Clover to Nov 30 Total TEMPORARY WARM -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS) Dates All Sections May 1 Foxtail Millet to Nov 30 Total Note: Names in parenthesis () represent "improved" varieties of the species shown. Total 3.9 39.0 7.0 7.0 30.0 30.0 Specifications for Utility Installations 9 Fort Worth District AESTHETICS To preserve and protect trees, shrubbery, and other aesthetic features on the highway right-of-way, TxDOT may specify the extent and methods of tree removal, tree trimming, or their replacement. TxDOT may also specify the installation methods of the underground or overhead utility in order to protect and preserve trees and other aesthetic features. REQUIRED PRUNING PRACTICES PRIOR TO CUTTING • Locate utility lines with the least possible interference with trees. • Amount of clearance should be determined by the rate of tree growth. • Remove minimum number of branches to provide adequate clearance. • Maintain adequate clearance for lines, NOT EXCESSIVE CLEARANCE. • ALL pruning shall conform to recognized tree surgery practice. • Preserve natural character of tree. WHERE TO CUT In removing a limb, the cut should be made at a fork where the remaining branch will be at least one third the diameter of the one removed. LIMB REMOVAL 1. In removing branches the cut should be made at a fork with the remaining branch at least one-third the diameter of the one removed. 2. Undercut 1/3 of the way through the limb, 8 to 12 inches from the main stem. 3. Remove limb 4 to 6 inches out from the first cut. 4. Remove stub with an even cut so that a trace (called a "collar") still protrudes (about'/2 inch). 5. All cuts two (2) inches or over shall be painted with an approved tree dressing or paint. * See pg 11. DISPOSAL OF CUTTINGS All pruned wood and brush must be removed from the right of way and disposed of in accordance with the laws and regulations of the community, county, and state. Disease branches (especially those infected with oak wilt) must be properly disposed of to prevent the further spread of the disease. Specifications for Utility Installations 10 Fort Worth District 9.0014,hoot to PRUNING SUGGESTIONS F— 1 0 a 3 Tll;� J. AA DESIRABLE TREE MODIFICATIONS PRESERVING SYMMETRY. UNDESIRABLE TREE MO DI FICA710 IN 5 Such irOO-line relatipriships as illustrated perpetuates high maintenance c43sls and right -Of -way unsightliness. DESIRABLE DESIRABLE DESIRABLE DESIRABLE UNDESIRABLE HNGESIRARLF: 6 UNDESIRABLE IDESIRABLE. IRernav a Ilrnb 4. 6, r arn "Ma I Ist cul L-t I,- .Z, a- J�. I al) Un4erouit /Yd8 -12' from tt I ��, mb main Vtm. nA Remove stub F ir'15Ned Cut with an even,i?h no trace flu6b cut. of slab. r. PROPER LIMB REMOVAL (Z'dia. or rno-e) Specifications for Utility Installations I I Fort Worth District Warchesik, Shelby From: James Proctor <JProctor@eagleridgeenergy.com> Sent: Wednesday, October 23, 2024 12:35 PM To: Sklar, Ryan Cc: Mike Heitmann; Warchesik, Shelby; Chuck Reneau Subject: Re: Fort Worth Northside III Transmission Main Preliminary Alignment Categories: External Ryan, after reviewing your design and plans, the clearance between your project and our pipeline meets, the parameters for our pipeline crossing. When you are ready to start the project, and are ready to cross our p-line schedule a vac truck to expose our line to verify it's depth ,contact myself or Mike Heitman to plan a crossing appointment for you to complete the work crossing on our pipeline right of way. If you have any questions, don't hesitate to call 817-487-6873. Thanks James. Sent from my iPhone On Oct 22, 2024, at 9:42 AM, Sklar, Ryan <Ryan.Sklar@kimley-horn.com> wrote: CAUTION: This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Mike, Thank you for reaching out regarding the crossing of the 6" Eagle Ridge Gas Line. As discussed, we are looking to receive approval of our plans to construct the water the proposed 54" water line under the existing 6" Eagle Ridge Gas Line. I have attached the plans for reference. Please let me know if you have any questions. A reply to this email can be considered approval. Thank you, Ryan Sklar, EIT Kimley-Horn 1 801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Direct: 682 348 2434 Celebrating 17 years as one of FORTUNE's 100 Best Companies to Work For From: Sklar, Ryan Sent: Monday, October 21, 2024 10:01 AM To: 'mheitmann@eagleridgeenergy.com'<mheitmann@eagleridgeenergy.com> Cc: Warchesik, Shelby <Shelby.Warchesik@kimley-horn.com>; 'JProctor@eagleridgeenergy.com' <J Proctor@eagleridgeenergy.com> Subject: RE: Fort Worth Northside III Transmission Main Preliminary Alignment Mike, am following up on the requested LONO regarding the crossing discussed below. Please let me know if you have any questions. Thank you, Ryan Sklar, EIT Kimley-Horn 1 801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Direct: 682 348 2434 Celebrating 17 years as one of FORTUNE's 100 Best Companies to Work For From: Sklar, Ryan Sent: Tuesday, October 8, 2024 8:25 AM To: 'mheitmann@eagleridgeenergy.com' <mheitmann@eagleridgeenergv.com> Cc: Warchesik, Shelby <Shelbv.Warchesik@kimlev-horn.com>; 'JProctor@eagleridgeenergy.com' <JProctor@eagleridgeenergv.com> Subject: RE: Fort Worth Northside III Transmission Main Preliminary Alignment Mike, Thank you for taking my calls regarding the City of Fort Worth 54-inch Water Transmission Main. have attached the revised plans and bubbled the crossing in red. Please let me know if you have any questions or comments. Thank you, Ryan Sklar, EIT Kimley-Horn 1 801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Direct: 682 348 2434 Celebrating 17 years as one of FORTUNE's 100 Best Companies to Work For From: Sklar, Ryan Sent: Wednesday, October 2, 2024 4:52 PM To: JProctor@eagleridgeenergv.com Cc: Warchesik, Shelby <Shelbv.Warchesik@kimlev-horn.com> Subject: RE: Fort Worth Northside III Transmission Main Preliminary Alignment James, am following up regarding the proposed crossing of the 6" Eagle Ridge Operating Gas line. Please let me know if you have any questions or need additional information in order to provide a LONO. Thank you, Ryan Sklar, EIT Kimley-Horn 1 801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Direct: 682 348 2434 Celebrating 17 years as one of FORTUNE's 100 Best Companies to Work For From: Sklar, Ryan Sent: Tuesday, August 20, 2024 4:44 PM To: 'JProctor@eagleridgeenergy.com' <JProctor@eagleridgeenergv.com> Cc: Warchesik, Shelby <Shelbv.Warchesik@kimlev-horn.com>; Nelson, Joey <Joev.Nelson@kimlev- horn.com> Subject: RE: Fort Worth Northside III Transmission Main Preliminary Alignment James, Thank you for taking my call regarding the City of Fort Worth water transmission main. See attached for a plan and profile of the proposed Eagle Ridge Operating crossing. Please let me know if you have any questions or need anything else. Thank you, Ryan Sklar, EIT Kimley-Horn 1 801 Cherry Street, Unit 11, Suite 1300, Fort Worth, TX 76102 Direct: 682 348 2434 Celebrating 17 years as one of FORTUNE's 100 Best Companies to Work For From: Chuck Reneau <creneau@eaRIeridgeenergv.com> Sent: Wednesday, May 29, 2024 2:38 PM To: Nelson, Joey <Joev.Nelson@kimlev-horn.com>; James Proctor <JProctor@eagleridgeenergv.com> Cc: Harold Hablik<HHablik@eagleridgeenergv.com> Subject: RE: Fort Worth Northside III Transmission Main Preliminary Alignment Joey, Yes the pipeline that will be crossed is our in-service line. I've attached a KMZ of the line and a jpeg aerial overview where it will be crossing. I've also included James Proctor to this email thread. He is our damage prevention coordinator and will be able to assist you going forward. Let us know if you have any questions. James Proctor EagleRidge Energy Damage Prevention Coordinator 817-487-6873 iproctor@eagleridgeenergv.com Thanks, Chuck Reneau Pipeline Compliance Coordinator Eagleridge Energy <image001.png> 801 Airway Dr., Suite A, Fort Worth, TX 76106. 940-456-3918 <EagleRidgeCrossing-Revised-2.pdf> APPLICATION FOR FLOODPLAIN DEVELOPMENT PERMIT Name of Owner or Applicant Kimley-Horn on behalf of FWWD Address of Owner 200 Texas Street Fort Worth, Texas 76102 Location of Permit Area (Address or Legal Description) HICKS, THOMAS SURVEY Abstract 1818 Tract 1 PURPOSE OF REQUEST: ❑Excavation ❑Filling ❑Building Permit ❑ Grading ❑Paving PLEASE TYPE Date 09/04/2024 Permit No. FDP-24-00163 Telephone No. Office Use Only ❑ Approved❑ Approved Nearest Stream With Dosier Creek ❑Denied` Conditions* Date In: 10.4.24 Date Out: 10.16.24 Processed By: IDS Nolan Schomer H9,u" 9.ew�, Approved By. oa.-1..1111 MN ❑Dredging or Mining ❑✓ Utility Construction ❑Drilling Operations ❑Other BRIEF DESCRIPTION OF PROPOSAL (Attach separate sheet if needed) 54-inch water pipe to be installed at varying depths through the Zone AE and Zone A Floodplain by open cut and other than open cut near Dosier Creek and West Dosier Creek. Grades are to be restored to existing conditions after construction is complete. COMPLETE APPLICABLE QUESTIONS: 1. Total drainage area of watercourse Unknown acres. 2. Regulatory flood elev. ❑ Not available. 3. Has site previously flooded? ❑ Yes ❑✓ No 4. Is site subject to flooding? ❑✓ Yes ❑ No 5. Is safe access available during times of flood? ❑ Yes ❑ No ❑✓ Unknown 6. Is the proposal within the designated floodway? ❑ Yes ❑ No ✓❑Unknown 7. Have all necessary prior approval permits been obtained from federal, state or local governmental agencies?❑✓ None Required ❑Yes ❑No (If no, explain; if yes, provide copies of approval letters or permits.) ATTACH THE FOLLOWING IF APPLICABLE: 1. Two (2) sets scale drawings showing location, dimensions, elevations of existing and proposed topographic alterations, existing and proposed structures, location relative to floodplain area. 2. Extent to which watercourse or natural drainage will be altered or relocated. 3. Supporting hydraulic calculations, reports, etc., used as a basis for proposed improvements. 4. Lowest floor elevation (including basement) of all proposed structures. 5. Elevation to which any non-residential structure shall be flood proofed. 6. Certification by registered professional engineer or architect that flood proofing criteria are met as set forth in Section 7-347, Sub -Section b, Ordinance No. 11998. DURING THE OCCURRENCE OF A 100-YEAR FREQUENCY FLOOD WILL THE PROPOSAL: 1. Reduce capacity of channels/floodways/watercourse in floodplain area? 2. Measurably increase flood flows/heights/damage on off -site properties? 3. Individually or combined with other existing or anticipated development expose adjacent properties to adverse flood effects? 4. Increase velocities/volumes of flood waters sufficiently to create significant erosion of floodplain soils on subject property or adjacent property upstream/downstream? 5. Encroach on floodway causing increase in flood levels? 6. Provide compensatory storage for any measurable loss of flood storage capacity? Ii1rem IC•T Yes No Available ❑ ❑✓ ❑ ❑ ❑✓ ❑ ❑ ✓❑ ❑ ❑ ❑✓ ❑ ❑ ❑✓ ❑ ❑ ✓❑ ❑ FLOODPLAIN DEVELOPMENT PERMIT The City of Fort Worth's Floodplain Permit Program is authorized by Section 7-318 of City Ordinance No. 11998, adopted June 13, 1995. This permit is required for all development taking place within the area of the 100-year floodplain (special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency Management Agency (FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building, 1000 Throckmorton Street. Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions described within the permit constitutes a misdemeanor and upon conviction, a person, firm, or corporation could be fined up to one thousand dollars ($1,000) a day for each day that the violation occurs. I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be superseded by other provisions of City code or policies. I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements include, but are not limited to, City construction plan approval, platting and community facilities agreements. This proposal shall be subject to any change in floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the information contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I possess the authority to undertake the proposed activity. I understand that if my application is denied, I have sixty (60) days from the date of such denial to appeal the adverse action to the City Plan Commission. Digitally signed by Shelby Warchesik Shelby W a rch e s i k ONK coley -Horn hCNYShelby Warrcch sliky horn.com, Date: 2024.09.05 08:46:52-05'00' Signature of Applicant or Authorized Agent OFFICE USE ONLY FLOODPLAIN AREA DEFINED BY: v 1 FEMA ❑ COE ❑ FLOOD STUDIES ❑ HIGH WATER MARKS ❑ OTHER FEMA INS. ZONE AE I FEMA MAP NO. 48439CO045L I FLOOD ELEV. varies I GROUND ELEV. varies FLOOD PLAIN STUDY I PLATE NO. I FLOOD ELEV. CONDITIONS FOR APPROVAL* OR REASONS FOR DENIAL** *Site will be returned to original grade upon completion of the project. Excess spoils will be removed from the floodplain. THIS PERMIT SHALL EXPIRE TWO YEARS FROM THE DATE OUT ON PAGE 1 ABOVE Bar) A n ci 5. ch-Rd VA ti 7A LTES1.1 r o Mob., yy's klexican.- .1 AIL. KLA,-'&)LJNTRY NOTES TO USERS wnwReaN pp.>"Iy1'1. Na pr aaamwaenppa n1.1 �g, P. `Mly 1. °"be s opal BFEab;a"n�w4 n �m:aa .WN ay(Fs) �A m�;s —.D IN.n0 ,rooa eNre FIRM aaNaprewmea in�lre SmpoNaMua" p p RM� INS 'a mF m p k, sore a IN. —.1 Fl a Imp �ce`�� Fl IunatliG� srury rep°Y kr Inkrmetim °n nm]mntml seuckresY peed(` azoz)eT)repemaon arNs map was reran sNRpear D.m, apnm2 prge�mm .I.I.ple eDzan nu I paaedwna°t FIRM. kr ea,amm NnNdCaw.m.yw.,l..dVM ki I' `pII Feel -weal Rgbctaare (3O1)3 T13242 ery azez w6el w"Ik'/tlazu. or vat �Mlr webalre at w s s mulWea 8 central Term c°unNl orc°vemmenv, zopRi one m000' ^a the Nwn Thin moo reaem more aetsaea ana upm oats ceaam chN..I wriTmuraOorm alrkrtmm wnetYamwn on MY erp)may reaxtstream man�aa�nnwea� wmmun'ry omcaroie`ro genryw emco'rporam'nkmoon� 'a TARRANTCOUNTY— _ UNINCORPORATEDAREAS wumy..a lneNvou�oi map mnela`,'c°mmuniry map wpwimryatltln°ewe. 48111 weosry Yeoea Ledam Map cnennpe, a Flme Inaumnce swrey� or_b .d aimary tram ne MSc nvrebal�e M'ry ecv pro4uvecan roams wemlrem IFNnO N� /M—APp(1-8na3a36n)°r wane FEMA if /T"\ _ TARRANTCOUNTY Pf UNINCORPORATED AREAS 490582 E"85i) LDNEA -iL-r-- TARRANRATF1)A A agar L- UNINCORPORATED AREAS1 ry oRrvE per_ I 488582 rr\ ..-.. 70050OFT —✓ =J — fr' � ss tson A CITY OF FORT WORT. 17 £ t 480596 '7 �ry°a.°xxlLLm ---- rv` pw ZONE OZONE AS — • u / a ----------- _— _ ®' rvmxs risr ]5 rc ZONE + -I a \ cs— - snsEu ZONEA + 1 \ + + o . FA aER L 'I + CITY OF FORT WORTH 4NDs96 �` re pN �Aa�aN R°ate,.. 3z ^ cacw�l� INS PANE,_0110 13 .T 2 ZO�EAE m e E i woTARRANT COUNTY q UNINCORPORATED AREAR 400582 ZONE � a iRR rxwE + -T-- — } TARRANT COUNTY -- A N UNINCORPORATED AREAS CITY OF BAOINAW 480610 LEGEND _ I`N REAs (�sEN�I we�EcrTp ��'w36 AY,"�"„aa a<m= �F,�pmam.am, =�m�Nre`wmmpiro�n` r'ws�.m�Aar��mw� n m aivm". .u..aw.mao- pem °de7m"� ma— m P� —E as H �Ia ® ELoo wA�AREASFa:odEA� N ER FLOOD AREAS oERAA; w gym. rtxaa markin as n mom Ilxe mmNs are uMmnanai, dt Pmde ® COASTAL fl.RRtER RE5DURCES SYSIEM(CSRS) AREAS OINEI-SE PROTERED AREAS (DRAM aremm are mmairyiwma.nNno-.yaraemspmalFlme mmmnreas nu anm Flwyain mmmry — Flomrsre mndry --- zmep Wuimv �a Neirtzerees Flora enams, o-eamne Vn �nv�ml"oum dta® p �xm p X lase a.pamlmYrm®muawaremiwmsrmm o-®am. rvmmei Fdm lmo-a"®»•x�=�m=�m�e+vszo 'w„�.��,==w+ AN d dWIWI' W PANEL 0048L FIRM FLOOD INSURANCE RATE MAP TARRANT COUNTY, TEXAS 'OT AND INCORPORATED AREAS pfW PANEL OF" ` (SIF R FIRM PANEL—T) °xTA x. mw.maomreo.maaa a mm ro,r..Ztrne I.I.. ® MAP NUMBER MAC REV BED Fetlerel Eme INS, MARag It AMq FUTURE 80' FLEMING RANCH ROAD KLL8 AV LLC PARK DR. RIGHT-OF-WAY THOMAS, BENJAMIN SURVEY ABST497, TRACT7CO2 PROPOSED 21" INST NO 1222052099 STORM LATERAL STA 23+31 45 PROPOSED 21" STORM LATERAL (BY OTHERS) INSTALL. (BY OTHERS) (1) HORIZONTAL P.I ��� 700 LF OF 51' LT PROPOSED 36" PROPOSED - N:7011075,49 SI—INCH WATER E 229850275 TRANSMISSION MAIN STORM LATERAL BACK (BY OTHERS) OF CURB (BY OTHERS) vt YLEMINL RANCH ROAD (80 ROW)_ - 2 J = fQ i i ..�__�__a5-- _ ____-- 40' SANITARY EXISTING 10• SEWER EASEMENT EXISTING 8" SANITARY SEWER LINE PROPOSED 30' PERMANENT EXISTING 8" SANITARY ATMOS GAS LINE IN X —EE EASEMENT — — SEWER LINE X-26649 So, ATMOS GAS EASEMENT ONCOR ELECTRIC STA 25+00 INSTALL PROPOSED 45' TEMPORARY CONSTRUCTION INST.NO D220334415 DELIVERY CO LLC THOMAS, BENJAMIN - (1) 8" COMBINATION AIR -RELEASE VALVE W/ VAULT— . . . EASEMENT a . . « x SURVEY ABET 1497, TRACT 7B INST.N0.00000000SO RE' D139M/44 N. 7011244.03 50' ATMOS GAS EXISTING FLOODPLAIN E. 2298503.63 EASEMENT INST NO D220334415 NORTHSIDE III 54-INCH WATER MAIN A ■■ ■ ■■ ■■ ■■ ■ ■■ ■ EM 0TL IN ■ ■ ■■ ■■ ■■ ■ ■■ ■■ ■■ ■ ■■ ■ ■■ ■ ■■ ■ ■ ■■ ■■ ■ ■ ■■ no ■■ ■ ■■ ■ ■■ ■ ■■ ■ ■ ■■ ■■ ME IMMEMMIMME i1 ■ ■ ■■ ■■ ■■ ■ ■■ ■■ ■■ ■ ■■ ■ ■ME ■ ■ ■■ ■■ ■■ ■ ■■ ■■ ■■ ■ ■■ ■ ■ ■■ ■■ ■ ■ ■ ■■ ■■ ■■ ■ ■l!= o r�;1 , Dili■ ■ ■■ ■ \ �� ■■ ■ ■■ ■■ ■■ ■ ■■ ■ ■■ ■ ■■ ■ ■ ■■ ■ME ME ■ ■■ ■■ ■■ ■ ■■ ■ ■■ ■ ■■ ■ ■ ■■ ■■ ■ ■■ MIA WE ■ ■■ ■ ■■ ■ GI■ ' .50 ■ ■-0 1■■ I r—fl1l"ll I LEGEND NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH PAVEMENT IMPROVEMENTS STANDARD DETAILS UNLESS NOTED OTHERWISE. (RE BY OTHERS, X-28090) 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION -FUTURE ROAD THE INFORMATION AND DATA SHOWN WITH RESPECT TO (BY OTHERS) EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON FUTURE SIDEWALK PHYSICAL APPURTENANCES OBSERVED IN THE FIELD. THE (RE BY OTHERS; X-28090) OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK OWNERS OF SUCH UNDERGROUND FACILITIES DURINGING CONSTRUCTION, AND FOR THE F SAFETY AND PROTECTION THEREOF AND REPAIRING ANY W DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED = IN THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY Do MAP # 2024-456 AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT w MAP # 2018-456 LEAST 48 HOURS PRIOR TO CONSTRUCTIOU. DO MAP # 2018-452 WARNING MAP # 2018-448 THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON MAP # 2018-444 THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATON, DEPTH AND DIMENSION OF EXISTING UTILITIES SHEET NOTES PRIOR TO CONSTRUCTION. 1 MAXIMUM JOINT DEFLECTION FOR DIP = 0,75'. WARNING' UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO OVER NECESSARY NUMBER OF JOINTS OF PIPE EXCAVATION AT THIS LOCATION. 2 THE NUMBER OF ANODES SHOWN (9) IS FOR STEEL DIGTESS DIGTESS (SOD) 344-8377 PIPE IF DUCTILE IRON PIPE IS SELECTED, THE BETTY DAUGHERTY ATMOS GAS 214 206-2789 NUMBER OF ANODES SHALL BE EIGHTEEN (18) IF TRACY LEE ENLINK MIDSTREAM 817 487-1560 BAR -WRAPPED CONCRETE CYLINDER PIPE IS JAMES PARKA ENERGY TRANSFER 817 240-0586 SELECTED, THE NUMBER OF ANODES SHALL BE FIVE JAMES PROCTOR EAGLERIDGE OPERATING 817 487-6873 (5), CITY OF FORT WORTH WATER DEPARTMENT (817) 392-4477 3 THE CONTRACTOR SHALL PRESERVE AND PROTECT FERNANDO CORTEZ COLT MIDSTREAM (806) 930-2734 ALL EXISNNG CONCRETE CURB AND GUTTERS THAT CHARLES VAUGHAN BKV (817) 228-6912 ARE NOT DESIGNATED FOR REMOVAL ANY DAMAGE OF THESE ITEMS SHALL BE REPAIRED TO EXISTING CONDITIONS W TH NO ADDITIONAL PAYMENT BENCHMARKS 1. CTY OF FORT WORTH MONUMENT9163 - ON THE SOUTH SIDE OF CONCRETE BASE TO A SINGLE POLE TRANSMISSION TOWER 256EAST OF CENTERLINE ALONG BOAT CLUB ROAD AND 66' 3 NORTH OF CENTERLINE ALONG PARK DRIVE, ELEV 790.30 2. CITY OF FORT WORTH TBM - SQUARE SET ON THE NOTE SOUTHWEST EDGE OF A 7' DIAMETER CONCRETE MANHOLE STRUCTURE 138' 3 AT A AZIMUTH OF 151' FROM CONTROL RESTRAINED PIPE LENGTH SHOWN IS POINT 50. APPROXIMATE AND BASED ON C303 BAR ELEV 799'37 WRAPPED CONCRETE CYLINDER PIPE FOR 3, CITY OF FORT WORTH TBM - SQUARE SET ON THE WEST BIDDING PURPOSES CONTRACTOR SHALL EDGE OF A 5' DIAMETER CONCRETE MANHOLE STRUCTURE 48' SUBMIT CALCULATIONS FOR RESTRAINT t AT A AZIMUTH OF 173' FROM CONTROL POINT 54 — — LENGTHS REQUIRED BASED ON ACTUAL ELEV 743.69 755 745 740 AF-- 730 rn UJ I I 725 7. 28+00 VALUES FOR SELECTED PIPE PATH SHOP DRAWINGS PROFI_e scaLF. 40' V H 4' FIT 0 0 80 0 P SCALE 1" = 4D' DA uw i4 REV COMMENTS BY DATE OBTWOR CITY OF FORT WORTH, TEXAS WATER DEPARTMENT NORTHSIDE III - PHASE II 54-INCH WATER TRANSMISSION MAIN PROPOSED 54-INCH WATER MAIN A STA. 21+00-28+00 �Kimley*Horn DESIGN SOW tDAT4ESCALE PROJECT NO SHEET DRAWN. RAC 1"=40'H CITY PROJECT14 CHECKED JRT 1"=4'V p104940-2 STA' 28+50 PROPOSED 21" STORM LATERAL, (4) PROPOSED CONCCULVERTS E . . . . . . . RETE BOX INS ITT (BY OTHERS) STA 32+16 CULVERTS E%ISTING FLOODPLAIN (1) 54" BUTTERFLY VALVE PROPOSED 36' STORM LATERAL CASING W/ VAULT (BY OTHERS) TEST STATION OJ LIL.IJ�jpM(!q w RE: D128M/42 RE. SHEET 48 THOMAS, BENJAMIN SURVEY I N 701159403 PROPOSED 700 LF OF 54—INCH-25'X15' ABST-7. TRAC17G02 E. 2298505.45 WATER TRANSMISSION MAIN BORE PIT INST NO D222052099 \ ¢ FLEEING �ANCI1 ROAD 3 HBO' TT W W • - 2J _ A - _ �.J J 1u1111 ��20 EX SING B"SANITARY�_�:_ �/� ii' r iSEWERLINE i�URE I�-/ ORE PITS PROPOSED 45'�`� FUTUREROPOSED 21"PROPOSED30!, TEMPORARY RANCH ROAD ' I Irr\\/ORM LATERALPERMANENT " - _CONSTRUCTION RIGHT-OF-WAY (BY OTHERS) EASEMENT - - -EASEMENT - STA 32+16 7TA. }}+21 ONCOR ELECTRIC BEGIN 54' WATER CARRIER 50' ATMOS GAS END 54" WATER CARRIER 40' SANITARY DELIVERY CO LLC PIPE IN 78' STEEL CASING EASEMENT PIPE IN ]8' STEEL CASING SEWER EASEMENT THOMAS, BENJAMIN OR JB" TUNNEL LINER PLATE INST.NO D221090356 « « « INST NO D22033�415 OR ]8" TUNNEL LINER PLATE - «/ SURVEY BY OTHER THAN OPEN CUT / BY OTHER IAN OPEN CUT « « - gBST 149J, TRACT 7B RE. D106M. D107M. D108M, D109M/41 ^/S' '� RE' D106M, D10]M, D108M, D109M/41 INST.N0.0000000000 N ]011960 02 « N 7012065 02 E 2298507 36 E:2298507 90 NORTHSIDE III 54-INCH WATER MAIN A JOINT RESTRAINT LENGTH STA. 28+00 TO STA. 30+90 (AWWA C303): - ■■ NONE !TI • No ■ �0 NONE ■■ ■ ■■ ■■ ■ ■■ ■■ ■ ■■ ■■■■ �� �� ��. .. ...�� ■ MOEN on Zff M. ■■ ■■ ■■ MEMO ■■ , ■■ ■■■■ ■■ ■\`. dl TS4L�i �� 0� 600.OA' ■■ ■ ■ No OMEN ■■ ■■ ■ 111 ■■ ■ ■ ■ / ■ I, .■'` '��'■�... IIIIIIII �� _IIIII. I.I. 111 d ■■ NONE 0 No ■ MEMO No ■■ ■ 11 '1 ■ ■■ ■■ NONE ■■ ■■ ■■ ■■ MINE ON ■■ ■■ �', ■1\ ■■ Nov.■m ■■ ■■ 28+00 29+00 30+00 31100 STA. 31+70 TO STA: 33+60 LEGEND PAVEMENT IMPROVEMENTS (RE BY OTHERS, X-28090) FUTURE ROAD BY OTHERS FUTURE SIDEWALK (REBY OMERB; X-28090) U MAP N 2024-456 MAP k 2018-456 MAP # 2018-452 MAP # 2018-448 SHEET No MAP # 2018-444 1. MAXIMUM JOINT DEFLECTION FOR DIP = 0 J5' CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF PIPE 2. THE CONTRACTOR SHALL PRESERVE AND PROTECT ALL EXISTING CONCRETE CURB AND GUTTERS THAT ARE NOT DESIGNATED FOR REMOVAL. ANY DAMAGE OF THESE ITEMS SHALL BE REPAIRED TO EXISTING CONDITIONS WII NO ADDITIONAL PAYMENT 3 SITE SHALL BE RETURNED TO ORIGINAL GRADE UPON COMPLETION OF THE PROJECT EXCESS SPOILS SHALL BE REMOVED FROM ME RLOODPLAIN TaTf1 7TT7T7-77- 77-77-71 1 1 1 1 1 �J 1 1 1 1 1 ' 003 40 — � R �1 E03KLL 755 . D , D' D008. D1 \I r \'1RI,P STORM OF®AIN A HLYEDROM )THERS. X-. 80)�PholoseDz EXIS NG GROUND A 720 0TAB750 - BYO HE S_ 715 \I� rl-2l1 ,FFJTJRF.�HI,DI 745 e ++++ -'+(Y TIC 710 r = 1 I I I rI I ___1_S L__ 1_.I _L_ I +II 740 735 730 }IL 695 720 715 710 05 E 700 w-- 695 ` IS--- O1109. 720 1' _ e 685 105 LF/Oi/C SIyNG++ 685 715/�{�'�''T - �N' 6 680 80 7 P Iw l_ �p p w +++ 675 � + . - II < n � i + 675 Cxlllwl� op F' op - w 7os 673mlw 1 1— 673 31+00 32+00 33+00 34+00 35+00 NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO ME SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD, THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR ME ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA ME CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK WITH ME OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION. AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED IN THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSTRUCTION. WARNING' UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION CONTACT I FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS DIGTESS (800) 344-8377 BETTY DAUGHERTY ATMOS GAS 214 206-2J89 TRACY LEE ENLINK MIDSTREAM 81] 48]-1560 TAMES KAPKA ENERGY TRANSFER 817 240-0586 DAMES PROCTOR EAGLERIDGE OPERATING I 817 48]-68J3 CITY OF FORT WORTH WATER DEPARTMENT (817) 392-4477 FERNANDO CORTEZ COLT MIDSTREAM (806) 930-2734 CHARLES VAUGHAN BKV (817) 228-6912 BENCHMARKS 1. CTY OF FORT WORTH MONUMENT ;µ9163 - ON THE SOUTH SIDE OF CONCRETE BASE TO A SINGLE POLE TRANSMISSION TOWER 256' EAST OF CENTERLINE ALONG BOAT CLUB ROAD AND 66' 3 NORTH OF CENTERLINE ALONG PARK DRIVE, ELEV 7 90.30 2. CITY OF FORT WORTH TBM - SQUARE SET ON THE SOUTHWEST EDGE OF A ]' DIAMETER CONCRETE MANHOLE STRUCTURE 138' + AT A AZIMUTH OF 151' FROM CONTROL 3, CITY OF FORT WORTH TBM - SQUARE SET ON THE WEST EDGE OF A 5' DIAMETER CONCRETE MANHOLE STRUCTURE 48' t AT A AZIMUTH OF 173' FROM CONTROL POINT 54 ELEV 743.69 PROFI_- scgLE. 40' H 1" 4- V 0 _ 40 80 120 P SCALE 1" = 40' OA JREEI COMMENTS BY DATE OBTWOR CITY OF FORT WORTH, TEXAS WATER DEPARTMENT NORTHSIDE III - PHASE II 54-INCH WATER TRANSMISSION MAIN PROPOSED 54-INCH WATER MAIN A STA. 28+00 - 35+00 KimlevoHorn DESIGN SOW DATE SCALE PROJECT NO SHEET DRAWN. 'AS A.9 1 1"=40'H CITY PROJECT 15 CHECKED JET 2024 1"=4'V 0104940-2 EY, .pH/JJ FUTURE 130' FLEMING RANCH -ROAD RIGHT-OF-WAY - W W \ \ \ \ 71rJilµ' ow \1111111/llll �lyull/%//%glfr EXHIBIT A TRACT II CHAPEL HILL WEST LLC INST N0. D218219520 O.P R TOT. 9050 BOAT CLUB RD PROPOSED 700 LF OF 54-INCH WATER TRANSMISSION MAIN STAB u rips /u v �i yi r i S r liii��ii I II INSTALL, EXISTING ROODPLAIN NV I (1) 8" STANDARD BLOW -OFF ASSEMBLY RE: Dt 05M/45 r y \ 1 / VIA �fA I fl I I N.'014598.60 E 2297549 84 INSTAL INSTALL'. (1) 11 25' HO BEND STA' fit+62 211 INSTALL 14 N1 = 14 09' RT JMITS (SEE SHEET NOTE 1) I I (1) IANCE (1) UTILITY MARKER POLE 22 5' ROLLED BEND 44 = 16.65' RT I TE 3) RE' DOt6/43 r I20 4J' DN _ N 7014470 52 N(SEE JMITS E.2297654.92_ II (1) BANK J , SHEET NOTE 1) UTILITY MARKER POLE RE CON O "2/ ATON II N 7014588 ]2 E*229\19 45 I 1 II I y IT I\ \ \ y PROPOSED 30- PERMANENT EASEMENT STA58+7214 STA' 62+00 PROPOSED 45' TEMPORARY CONSTRUCTION INSTALL (1) 11 25' ROLLED BEND INSTALL I , (1) 54" BUTTERFLY VALVE EASEMENT PH = 1.58' RT I a = 13.50' UP W/ VAULT RE. D12E /42 (SEE SHEET NOTE 1) N 7014334.30 N.7014541.38 E. 229J594 54 E 229784613 EXISTING 25. SANITARY SEWER EASEMENT (NO RECORD FOUND) EXISTING 21" SANITARY SEWER X-13J35 MAP k 2024-456 MAP A 2018-456 MAP # 2018-452 MAP N 2018-448 MAP N 2018-444 HEET NOTES t. MAXIMUM JOINT DEFLECTION FOR DIP = O.J5' CONTRACTOR SHALL ACHIEVE SIR GIBED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF PPE 2. SITE SHALL BE RETURNED TO ORIGINAL GRADE UPON COMPLETION OF THE PROJECT EXCESS SPOILS SHALL BE REMOVED FROM THE FLOODPLAIN 3 THE CONTRACTOR SHALL HAND PLACE ROCK RIP RAP WITHIN THE LIMITS OF DISTURBANCE. THE COST OF THIS SHALL BE CONSIDERED SUBSIDIARY TO THIS AREA. GROUNDWATER LEVELS SHALL BE MAINTAINED AT LEAST TWO (2) FEET BELOW THE BASE OF EXCAVATION FOR THE FULL TERM OF CONSTRUCTION IH15 SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION THE INFORMATON AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IE APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD, THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK WITH THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION. AND FOR THE SAFETY AND PROMCTON THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED IN THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSTRUCTION. WARNING' UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS DIGTESS (SOD) 344-8377 BETTY DAUGHERTY ATMOS GAS 214 206-2J89 MACY LEE ENLINK MIDSTREAM 81J 48)-1560 JAM ES KAPKA ENERGY TRANSFER 817 240-0586 DAMES PROCTOR EAGLERIDGE OPERATING I 817 48J-68J3 CITY OF FORT WORTH WATER DEPARTMENT (817) 392-4477 FERNANDO CORTEZ COLT MIDSTREAM (806) 930-2734 CHARLES VAUGHAN BKV (81J) 228-6912 BENCHMARKS 1. CITY OF FORT WORTH MONUMENT 0163 - ON THE SOUTH SIDE OF CONCRETE BASE TO A SINGLE POLE TRANSMISSION TOWER 256' EAST OF CENTERLINE ALONG BOAT CLUB ROAD AND 66' 3 NORTH OF CENTERLINE ALONG PARK DRIVE, ELEV 790,30 2. CITY OF FORT WORTH TBM - SQUARE SET ON THE SOUTHWEST EDGE OF A J' DIAMETER CONCRETE MANHOLE STRUCTURE 138' 3 AT A AZIMUTH OF 151' FROM CONTROL 3, CITY OF FORT WORTH TBM - SQUARE SET ON THE WEST EDGE OF A 5' DIAMETER CONCRETE MANHOLE STRUCTURE 48' t AT A AZIMUTH OF 173' FROM CONTROL POINT 54 ELEV 743.69 PROF-- SCALE. 40' V H 4' FIT 0 40 80 120 SCALE 1" = 4D' OA REV COMMENTS BY DATE III OBTWOR CITY OF FORT WORTH, TEXAS WATER DEPARTMENT NORTHSIDE III - PHASE II 54-INCH WATER TRANSMISSION MAIN PROPOSED 54-INCH WATER MAIN A STA. 56+00 - 63+00 PLAN � Kimlevo Horn DESIGN SDW DATE SCALE I PROJECT NO SHEET DRAWN. RAS August 1"=40'H CITY PROJECT 1 9 CHECKED JRT 2024 1"-4'V p104940-2 JOINT RESTRAINT LENGTI STA: 56+00 TO (A— 0303)STA 56+30 775ti— \ 755 1 1 1 b III W 745 740 I I 73s I I I I I I 730 . 725 77s l II III II I\II I I I I I I IIIII / I� 111 YIR UCH _ YDi ULCH ABIII OH AYDRIMAULC_ HYDROMUL0IJ E E C A S. E CH B_.I^( M 3 LEEP TEE H BACKPILL trTNLE BACKFIL. 1I� III E: 1, DG5, D103/40 D101, D103/4 �77o 735I�— I I I I I A PFJXI AE U R GIA E #� TINT IT TINT IT— I I �765 7WIr�� I I I 1TI III I III TT TT �TI III I III �TI III I IIT�� I I I I I I 730 ++II I+ -I} I} +I —II— _ 725 UL -�I-II I}+II }I —}II K' (2 N3TE. -I—I�� I}+II }I ��� 725 Y — APPR/ IMA ED AND BAE EDT G S /30 B R JJ �IBIp F *A IE U R G2AI� — _ BMT C^�LCOT�'INOGS FOR�RE rJ cur To IENG HS REQUIRE BASED JN A \17DR KIS N;G 011 I I I I I I I I I 7151 I I I I 111 I+IITII I+III I I I I I I I I I I I I I 11 I I I +IIII I+III I I I I I I I 715 \A ; �XI� IR�OU—N�—� 750 �—��µ +I I � 44 �+ � �—�—�+I +I �—�—� ��—� 710 740 I — — �vr—I- 1 1 1" 11 700 �� � "1 1 1 1 I'. V IIIIII Id I I I � I I I I I 1 1 1 15AI n 7. I I I I HIM I I I I I h L I I I Nl 1 1 1 11 I� 11 Gas I I 1 1 1 I II ,'I I I NE 1 I 1 I I/ I0 1 695 4111111-11 111 690 I I -I - 725 - L�J - ' a - - - - �IL ����--�I I II ��I--I II I II III I I I N I I 1 6851 1 1 1 ;�::[�3`.`P,. "\u 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 6115 +�±LL_- A _4# _ _ I I i 1 IIII 11 III I 11 II 6801 715+ —I— J �6ao II III II II I I 710 7054 11 1 1 1 11 +' I1�1I1I1 111 II II 111 II 700 56+00 57+00 58+00 No 0 MENEM MEN 0 No MEN No 61+00 62+00 63+00 NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO ME SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD, ME OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR ME ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA ME CONTRACTOR SHALL HAVE NLL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK WITH ME OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION, AND FOR THE SAFETY AND PROMCTON THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HANNG BEEN INCLUDED IN THE CONTRACT PRICE ME CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILItt COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSTRUCTTON. WARNING' UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS DIGTESS (800) 344-8377 BETTY DAUGHERTY ATMOS GAS 214 206-2789 TRACY LEE ENLINK MIDSTREAM 817 487-1560 JAMES KAPKA ENERGY TRANSFER 817 240-0586 JAMES PROCTOR EAGLERIDGE OPERATING 817 487-6873 CITY OF FORT WORTH WATER DEPARTMENT (817) 392-4477 FERNANDO CORTEZ COLT MIDSTREAM (806) 930-2734 CHARLES VAUGHAN BKV (817) 228-6912 BENCHMARKS 1. CTY OF FORT WORTH MONUMENT M9163 — ON THE SOUTH SIDE OF CONCRETE BASE TO A SINGLE POLE TRANSMISSION TOWER 256' EAST OF CENTERLINE ALONG BOAT CLUB ROAD AND 66' 3 NORTH OF CENTERLINE ALONG PARK DRIVE, ELEV 790.30 2. CITY OF FORT WORTH TBM — SQUARE SET ON THE SOUTHWEST EDGE OF A 7' DIAMETER CONCRETE MANHOLE STRUCTURE 138' 3 AT A AZIMUTH OF 151' FROM CONTROL 3, CITY OF FORT WORTH TBM — SQUARE SET ON THE WEST EDGE OF A 5' DIAMETER CONCRETE MANHOLE STRUCTURE 48' is AT A AZIMUTH OF 173' FROM CONTROL POINT 54 ELEV 743.69 ERD�__sG�F 0' H 4' V 0 40 80 120 ELBY SCALE 1" = 4D' PA REV COMMENTS BY DATE OBTWOR CITY OF FORT WORTH, TEXAS WATER DEPARTMENT NORTHSIDE III - PHASE II 54-INCH WATER TRANSMISSION MAIN PROPOSED 54-INCH WATER MAIN A STA. 56+00 - 63+00 PROFILE �Kimley*Horn DESIGN SDW tDAT4ESCALEDRAWN. RAS 1"=40'HCHECKED JRT 1"=4'V p104940-2 STA 109+38 81- NETALL: EXISTING 6" EAGLE \� �\ LEGEND (1) HORIZONTAL PI. RIDGE OPERADNG, \ m = 013' LT LLC GAS LINE \� _ _ - i / N: 7019241. 14 PROPOSED 6'X5' �� - "'AS 130' / PROPOSED, 301 / / / / E. 229J193.06 / I I STORM DRAIN �\ \� \\ PAVEMENT IMPROVEMENTS �FEEMING RANGFi / , P[RF .T/,EASEMENT / / / / II I11 \ \ -(RE. STORM PLANS) (RE PAVING SHEETS) ----'1TDAD RIGHT-OF�FIAY / 109+27' r l 1 I 1111 \ -- —i- , / ANODE BED r - �\ �_ �\\ `\ FUIURE ROAD PROPOSED ROAD \ ' / , TEST STADON 16 / II j1) \ \ HHy'"�� / / IN CONSTRUCTION _ f-�F �— T -/ f RE. SHEET 50 �- �{-FH ` - �` (BY OTHERS, G -_ , / T i ,� / ll EXISTING GAS _ _ X-27044) (BY OTHERS) -- --_- _� CP615�'/i' r r Ij L� RECDFIER TA ON o IPROPOSED 700 LF OF 5hINCH'/u//�,�/`�'/ ' .,�) r I I / \• \ WATER TRANSMISSION MAIN ANODES 9 Q NF- _ T _ /011_—L-/ ww•--1.`—� IWr>wr—� .�/.Tm+m')6s+nD'� �'. 1iY�1oy@+0E1 ..1. i1 Z N MAP 2024-456 --- -'25'x20' — --� y MAP # 2018-456 2 w� — �— — N - �- U N _ INSTALL - BORE PIT ` - $ W MAP # 2018-452 PROPOSED 45' i' (1) B" STANDARD. - I TEMPORARY CONSTRUCTON /` yf-E%/IS11NG'FLOODPLAIN BLOW -OFF ASSEMBLY STA 110+07 —y=� _ P PF f/wj MAP # ROTS-448 -- EASEMENT o/- / RE' D105M/45 CASING/ FOREIGN PIPE �, ° ,e s ' - p� - _ _ Q MAP # 2018-444 \\I..JJJiii \'_- N 701917734 TEST STADON 17'x _ _-_�_`- -- E. 2297193.95-, _ - RE SHEET 49-------------_ 30' PIPELINE EASEMENT EAGLE �r° � J i��I.�T - EXISIING 12' ENLINK MOUNTAIN PIPELINE COMPANY, LP ' "'° _° STA. 110+07 STA: 111+19 STA. 111+44.(((,- GAS LINE TO BE INST NO D219178557'� / - x° �jj0 /1O BEGIN 54" WATER CARRIER END 54" WATER CARRIER INSTALL / RELOCATED EXISDNG 12" GAS HE ��" / ° PIPE IN 78" STEEL CASING PIPE IN 78" STEEL CASING 1 22.5' ROLLED BEND / r GRBK EGEWOOD LLC ( ) 1 BY ENLINK MIDSTREAM -�� W BONDS RANCH RD OR 78" TUNNEL LINER PLATE OR 78" TUNNEL LINER PLATE, tH = 8.26 ' RT " SERVICES, n / e ss HICKS, THOMAS SURVEY BY OTHER THAN OPEN CUT By OTHER THAN OPEN CUT 1 = 1543' UP PROPOSED FLEMING RANCH ROAD EXISTING 1.. ABSTRACT 1818 TRACT 1B RE. D1G6M, D107M, D108M, D109M/41 RE: DIOGM, D107M, D10BM. D109M/41 (SEE SHEET NOTE 3) \ (RE' PAVING SHEETS, X-27672) SANITARY SEWER LINE INST.NO N 7019309 32 N: J019421.32 N 7019447.18 - (X-27044) r°/d s D221239JJB E 2297192 26 E 229719094 E. 2297190.64 \ \ NORTHSIDE III 54-INCH WATER MAIN A JOINT RESTRAINT LENGTH STA 108+80 TO STA 112+00 (AWWA C303)' 1 790 785 780 775 S 1 770 8 m 765 d 780 4 fr 755 750 7. 105+00 106+00 107+00 108+00 109+00 110+00 111+00 112+00 HEET NOTES: 1 CONTRACTOR SHALL VERILY DEPTH OF ALL EXISTING GAS LINES PRIOR TO CONSTRUCTION 2 CONTRACTOR SHALL CENTER GAS LINES ON A SEGMENT OF PIPE PIPE JOINTS SHALL NOT BE PLACED UNDER GAS CROSSINGS 3 MAXIMUM JOINT DEFLECTION FOR DIP = 0 75' CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS BAR -WRAPPED CONCRETE CYLINDER PIPE IS SELECTED, THE NUMBER OF ANODES SHALL BE ZERO O). 5. THE CONTRACTOR SHALL PRESERVE AND PROTECT ALL EXISTING CONCRETE CURB AND GUTTERS THAT ARE NOT DESIGNATED FOR REMOVAL ANY DAMAGE OF THESE ITEMS SHALL BE REPAIRED TO EXISTING CONDITIONS WTH NO ADDITIONAL PAYMENT 6. SITE SHALL BE RETURNED TO ORIGINAL GRADE UPON COMPLETION OF THE PROJECT. EXCESS SPULE SHALL BE REMOVED FROM THE FLOODPLAIN NOTE. RESTRAINED PIPE LENGTH SHOWN IS APPROXIMATE AND BASED ON C303 BAR WRAPPED CONCRETE CYLINDER PIPE FOR BIDDING PURPOSES CONTRACTOR SHALL SUBMIT CALCULATIONS FOR RESTRAINT LENGTHS REQUIRED BASED ON ACTUAL VALUES FOR SELECTED PIPE KITH SHOP DRAWINGS NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UDLITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION THE INFORMATON AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD, ME OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA THE CONTRACTOR SHALL HAVE NLL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILIDES, FOR COORDINATON OF THE WORK NTH THE OWNERS OF SUCH UNDERGROUND FACILIDES DURING CONSTRUCTION i AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED IN THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSTRUCTON. WARNING' UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS DIGTESS (800) 344-8377 BETTY DAUGHERTY ATMOS GAS 214 206-2789 TRACY LEE ENLINK MIDSTREAM 817 487-1560 JAM ES KAPKA ENERGY TRANSFER 817 240-0586 DAMES PROCTOR EAGLERIDGE OPERADNG I 817 487-6873 CITY OF FORT WORTH WATER DEPARTMENT (817) 392-4477 FERNANDO CORTEZ COLT MIDSTREAM (806) 930-2734 CHARLES VAUGHAN BKV (0 ) 228-6912 BENCHMARKS 1 CTY OF FORT WORTH MONUMENT9163 - ON THE SOUTH SIDE OF CONCRETE BASE TO A SINGLE POLE TRANSMISSION TOKER 256EAST OF CENTERLINE ALONG BOAT CLUB ROAD AND 66' 3 NORTH OF CENTERLINE ALONG PARK DRIVE, ELEV 790.30 2. CITY OF FORT WORTH TBM - SQUARE SET ON THE SOUTHWEST EDGE OF A 7' DIAMETER CONCRETE MANHOLE SIRUCTURE 138' 3 AT A AZIMUTH OF 151' FROM CONTROL 3, CITY OF FORT WORTH TBM - SQUARE SET ON THE WEST EDGE OF A 5' DIAMETER CONCRETE MANHOLE STRUCTURE 48' t AT A AZIMUTH OF 173' FROM CONTROL POINT 54 ELEV 743.69 PROF_= SCALE. 40' H 1 a v 0 40 80 12. P E SCALE 1" = 40' RA REV COMMENTS BY DATE a OBTWOR CITY OF FORT WORTH, TEXAS WATER DEPARTMENT NORTHSIDE III - PHASE II 54-INCH WATER TRANSMISSION MAIN PROPOSED 54-INCH WATER MAIN A STA. 105+00-112+00 �Kimley*Horn DESIGN SDW I DATE SCALE F�PROJECT NO SHEET DRAWN. RAS August 1"=40'H CITY PROJECT �]�/ CHECKED JRT 2024 1"=4'V N104940-2 L I _ ____ _ - �' EAGLE'1\�1 l ,\ IEXISTNG 36' STORM LINE \ _ _ _ � __ ' - 350) WO NFAINONDS SAGINAW RANCH RDSD I`\\1\ \1;) \\ (X-27044) _ JSTA 114+2Z�- - T & P RR CO B29 SURVEY -- - - - - _ - - - INSTALL - _ ABSTRACT 1568 TRACT 11 _- -_-- - A1818 TR 1AINSTALLS - __ _-' (1) 1125' HORIZ BEND i INST NO D20J451969 �T \1 \ \\ (1) 11 25' HORIZ BEND - - (SEE "- d1 = 9.30' RT fkH = 11 4J' LT _\ -- -- - _ — (SEE SHEET NOTE 1)� - �' / i� \ \ 1 N J020090 42\ — v — N. 7019J2-4 �� \ \ i /i __ ___ _- E:229J22J 92-� �'� ��--�/� PROPOSED P.42 LNE �/ \ E. 2297338.30 -..--_- .,-_-- _ !�/ i — (RE PAVING SHEETS) / '� �~l \ l ( \/ \\ \, _ —� i % I1 1 FUTURE ROAD (BY \ `--'�- J - �-_//-�: -/i-- - _r---` OTHERS) — - �` ! PROPOSED 5 i INCFI -1 ry ____ _ WATER TRANSMISSION MNN 0o•R 6ow1 � 77i w— w��r1/I i 1 v- _ es m ww __<___ --/ PROPOSED REMING -. --_ `-- �� J � _ RANCH ROAD 1�\�ti �1 (RE PAVING SHEETS) PROPOSED 30' PERMANENT EASEMENT - \� ♦ EXHIBIT A PROPOSED 42" ' EXISTING 12" ENLINK GAS LINE TO BE PROPOSED "' TEMPORARY CONSTRUCTION MERITAGE HOMES OF TEXAS LLC _ STORM LINE J & \ C \o J/ (RE. STORM SHEETS) GRBK EDGEWOOD LLC RELOCATED ' . EASEMENT / J / INST. NO D-239778 1 \\ DOR. T.OT. \30' PIPELINE EASEMEN �5 \ FUTURE 130' FLEMING RANCH \11 \ 3301 W BONDS RANCH RD \�1_^EAGLE MOUNTAIN PIPELINE COMPANY, LP EXISTING FLOODPLAIN \ ROAD RIGHT-OF-WAY \ I I �\ 1 rl �\ \� \ �\ `� INST NO D2191Z85-Z NORTHSIDE III 54-INCH WATER MAIN A STA. 112+00 TO JOINT RESTRAINT LENGTH STA. 112+10 jTA113+80 TO STA' 114+70 (AWWIAA CC303)Tt�� Tt Tt 7901 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 — 1 N W >Z JN W U N a \ PROPOSED 21" STORM LINE H '(RE STORM STORM SHEETS) EXISTNG 12- GAS LINE BY ENLINK MIDSTREAM SERVICES T EXISTING 10' ♦ SANITARY SEWER LINE �(X-2J044) STA 117+60 TO STA 118+;0 ■■■■■■ ■■ ■ ■■ ■■ ■■ ■ ■■■ ■■ ■■ IN ■ ■_R_ �i ■ ■■ ■■ NOON■ ■ ■■ ■■ ■ ON I ■■ ■■ ■■ ■■ ■■ NOON■ ■ ■■ ■■ ■ ■■ ■■ ■■ ■■ - ■■ ■■ NONE ■ ■ ■■ ■■ ■ ■■ ■■ ■■ ■■ ■■ ■NONE :.- �1R3■IRa. ■■ ■■ MAN! ■■ ■■■■■ ■■■ No ■■ No No ■ENE■ ■ENE■ ■ ■ No No No No ■ ■ No No No No No No ■■ ■■ No No ■ENE■ ■ No No ■ No No No No ■■ ■■ ..... . ■■ ■■ . .. .. .. ■■ 118+00 X-27672, STORM SHEETS) ++ +�+� A 119+00 LEGEND PAVEMENT IMPROVEMENTS (RE PAVING SHEETS) -PROPOSED ROAD N CONSTRUCTION (BY OTHERS) MAP # 2024-456 MAP # 2018-456 MAP # 2018-452 MAP # 2018-448 MAP # 2018-444 L3147ES� MAXIMUM JOINT DEFLECTION FOR DI 075' CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF AND PROTECT ALL EXISTING CONCRETE CURB AND GUTTERS THAT ARE NOT DESIGNATED FOR REMOVAL. ANY DAMAGE OF THESE ITEMS SHALL BE 3 SITE SHALL BE RETURNED TO ORIGINAL GRADE UPON COMPLETION OF THE PROJECT. EXCESS SPOILS SHALL BE REMOVED FROM THE FLOODPLAIN NOIE. RESTRAINED PIPE LENGTH SHOWN IS APPROXIMATE AND BASED ON C303 BAR WRAPPED CONCRETE CYLINDER PIPE FOR BIDDING PURPOSES CONTRACTOR SHALL LENGTHS REQUIRED BASED ON ACTUAL IALUES FOR SELECTED PIPE NTH SHOE DRAWINGS, 780 775 NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD, THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK NTH THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION. AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED IN THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSIRUCTON. WARNING' UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS DIGTESE (800) 344-8377 BETTY DAUGHERTY ATMOS GAS 214 206-2789 TRACY LEE ENLINK MIDSTREAM 81J 48J-1560 JAMES KAPKA ENERGY TRANSFER 81J 240-0586 JAMES PROCTOR EAGLERIDGE OPERATING 81J 487-6873 CITY OF FORT WORTH WATER DEPARTMENT (817) 392-4417 FERNANDO CORTEZ COLT MIDSTREAM (806) 930-2734 CHARLES VAUGHAN BKV (81J) 228-6912 BENCHMARKS 1 CITY OF FORT WORTH MONUMENT 0163 - ON THE SOUTH SIDE OF CONCRETE BASE TO A SINGLE POLE TRANSMISSION TOWER 256' EAST OF CENTERLINE ALONG BOAT CLUB ROAD AND 66' 3 NORTH OF CENTERLINE ALONG PARK DRIVE. ELEV 7 90.30 2. CITY OF FORT WORTH TBM - SQUARE SET ON THE SOUTHWEST EDGE OF A J' DIAMETER CONCRETE MANHOLE STRUCTURE 138' 3 AT A AZIMUTH OF 151' FROM CONTROL 3, CITY OF FORT WORTH TBM - SQUARE SET ON THE WEST EDGE OF A 5' DIAMETER CONCRETE MANHOLE STRUCTURE 48' t AT A AZIMUTH OF 173' FROM CONTROL POINT 54 ELEV 743.69 PROFI_- scALE. 40' V H 4' FIT 0 40 80 120 SCALE 1" = 40 )AI REV COMMENTS BY DATE OBTWOR CITY OF FORT WORTH, TEXAS WATER DEPARTMENT NORTHSIDE III - PHASE II 54-INCH WATER TRANSMISSION MAIN PROPOSED 54-INCH WATER MAIN A STA. 112+00-119+00 760 Kimle *Horn ,M�F,�W�TX>,� NR, DESIGN' SDW DATE I SCALE F�PROJFIT NO SHEET 755 DRAWN. RAS August 1"=40'H CITY PROJECT n Q CHECKED' JRT 2024 p104940-2 L(� EXISTING 12" GAS LINE EXISTING 12" GAS LINE / PETE & JO BONDS FAMILY PRTNSHP 'T.IDRKIN BEGIN 54" WATER CARRIER -CIA150+24 END 54" WATER CARRIER BY ENLINK MIDSTREAM BY ENLINK MIDSTREAM SERVICES, LOG SERVICES, LLC W BONDS RANCH RD CRINER, GEORGE A SURVEY ABSTRACT 296 TRACT 2D PIPE IN 78" STEEL CASING OR 78" TUNNEL LINER PLATE BY OTHER THAN OPEN CUT PIPE IN 78" STEEL CASING z INST NOD213039813 r ° RE' D106M, D107M, D108M, D109M/41 STA: 150+14.11m`-OR INSTALL 78" TUNNEL LINER PLATE°—< BY OTHER THAN OPEN CUT o ,a < ,r< n —,ry ,xr<4 —"' ° y < •< < ,r< N:702185fi 52 E. 229945585 (1) HORIZONTAL PI , , CH = 355' RT_�-D108M, (SEE SHEET NOTE 1)_K -RE CHOW, D107M, D109M/41 N. 7021831.96 *h—E%ISTING =E 2298816 9J I x S RANCH BONDS RANCH ! I1 EXISTING FLOOD .� < ro _ N J0218309fi _ \ E 2298807.iJ ---- --- —„. RIGHT-OF-WAY I —--^ 1—D-=�-r Imo, v \\\ / EXISTING OVERHEAD PLAIN `-1 ELECTRIC LINE BHy23 \ t�E%ISTING 16" WATER LINE I_ \(%-27044) - - .:-- ,• o »•.�, �� ��� \ \ ���� ' PROPOSED WATER R NSM LF OF 54-INCH SIDO LIF MAIN STA isfi+ - _� - _- � WATER LINE \1 \ \ f \\ \ \� --- -- - E CASING PIPE. TEST STATION 27 (EXIIINX 1885316" \ \ �RnRF POT BOIYOB RANCHR RE' SHEET 48+� I RII IVARIABLEWIDTH ROW))' /� BORE%PIT — —2o'X2o' 2 IX ANODES (9) BORE PIT_ STA 150+24 = Z _ ,a � � � = STA. 155+00 r ANODE BED v: TEST IT 26 a CASING PIPE TEST STATION 25 QQ ¢ J Z STA. 151+53 I BEGIN 54" WATER CARRIER EXISTING 16" STA. 152+18 94 STA 154+17.04 INSTALL. INSTALL RE' SHEET 50 I END 54" WATER EXI STA: 156+16 STI CARRIER RE SHEET 48 pIPE IN 78" STEEL CASING WATER LINE R MA LINER PLATE - (%-1505J) OR OTHER BY OTHER THAN OPEN CUT (1) HORIZONTAL P.I. (1) HORIZONTAL PI yT 377' RT N1 = 2 48' RT (SEE NOTE 1) (SEE NOTE 1) PIPE IN 78" OR 78" TUNNEL STEEL CASING LINER PLATE RE D106M, D107M, 0108M, D109M/41 N 7021844. 96 N 7021851 GO N 7021858 55 E2299010.91 E 2299208.90 BY OTHER THAN I RE' D106M, D107M, D108M, OPEN CUT D109M/41 N: 7021856 91 BORE PIT CHAPEL HILL OF FORT WORTH VOLUME A, PAGE 10223 D R TC.T. NORTHSIDE III 54-INCH WATER MAIN A E. 229940784 JOINT RESTRAINT LENGTH (AWWA C303). STA: 150+10 TO STA 152+60 �� Ir §IIT/A, 153+70 TO STA: 154+60 STA 155+50 TO STA 157+00 ASPHALT PAVEMENT AS-'HALTIPAIVEWNT TRENCA� REP' ^ 820 TRENCH REPAIR Hm`Eii MULCH ACCEP1B DOD1, D103,+ _ _T—++ N001, 0103. ,1521 /40-- 8151GA 810 � AI VAC: ; 3' f� �W ■■ ■■ ■■ ■■ ■■ ■ ■■ ■ ■ ■■ ■■ ■■ ■■ ■■ III III II II I IRE ED PIS LENCTr! s10 N �s APPROX l MATE ANC DASED ON 303 BA — WRAPPED TONIX2W, CVLINDE� E, FORDOING - BRA SUBMU CALCULR OOURNFORCISTRAINT4 ___ _ ___ Y _ VAW ES FOR SELI �iED PIPE TH SHOP D.M1WIN GS III III II II III III III III II II III II —� EX ISnNc Sa" RCP ttI—I�— tIIII S}ITORM ,RAT ` IN - TI BOREI PIOT F 411-1.1 + I _7+�I 155+00 156+00 MAP N 2024-456 MAP N 2018-456 MAP A 2018-452 MAP # 2018-448 MAP # 2018-444 M SHEET NOTES. F 1 MAXIMUM JOINT DEFLECTION FOR DIP - w 075' CONTRACTOR SHALL ACHIEVE 2 SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF PIPE. LLl 2. THE NUMBER OF ANODES SHOWN (9) IS W FOR STEEL IF DUCTILE IRON PIPE IS D) SELECTED, THE NUMBER OF ANODES SHALL BE EIGHTEEN (18) IF BAR -WRAPPED CONCRETE PIPE IS SELECTED, THE NUMBER OF ANODES SHALL BE ZERO (0) 3 CONTRACTOR SHALL REPAIR DITCH TO EXISTING CONDITIONS. THE COST OF THE REPAIRS SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT �++++ 121 + + 810 II I II {I --III 8Do I I I II I NI'S't2o1 795 BORE PIT 780 NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD, THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK NM THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION, AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED IN THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSTRUCNON. WARNING' UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS DIG— (800) 344-8377 BETTY DAUGHERTY ATMOS GAS 214 206-2789 TRACY LEE ENLINK MIDSTREAM 817 487-1560 DAMES PARKA ENERGY TRANSFER 817 240-0586 DAMES PROCTOR EAGLERIDGE OPERATING I 817 487-6873 CITY OF FORT WORTH WATER DEPARTMENT (817) 392-4477 FERNANDO CORTEZ COLT MIDSTREAM (806) 930-2734 CHARLES VAUGHAN BKV (817) 228-6912 BENCHMARKS 1. CITY OF FORT WORTH MONUMENT9163 - ON THE SOUTH SIDE OF CONCRETE BASE TO A SINGLE POLE TRANSMISSION TOWER 256' EAST OF CENTERLINE ALONG BOAT CLUB ROAD AND 66' 3 NORTH OF CENTERLINE ALONG PARK DRIVE, ELEV 790.30 2. CITY OF FORT WORTH TBM - SQUARE SET ON THE SOUTHWEST EDGE OF A 7' DIAMETER CONCRETE MANHOLE STRUCTURE 138' 3 AT A AZIMUTH OF 151' FROM CONTROL 3, CITY OF FORT WORTH TBM - SQUARE SET ON THE WEST EDGE OF A 5' DIAMETER CONCRETE MANHOLE STRUCTURE 48' t AT A AZIMUTH OF 173' FROM CONTROL POINT 54 ELEV 743.69 PROFI_e scALE. 40' v H Y' a' YIT 0 40 80 120 SHELY, AL SCALE 1" = 40' )ATE REV COMMENTS BY DATE III + OBTWOR CITY OF FORT WORTH, TEXAS WATER DEPARTMENT NORTHSIDE III - PHASE II 54-INCH WATER TRANSMISSION MAIN PROPOSED 54-INCH WATER MAIN A STA. 149+00-157+00 775 Kimley*Horn V p11 }a Z =eV 770 DESIGN' SDW DATE 1 SCALE 1 PROJECT NO SHEET DRAWN. RAS A.9 1"=40'H CITY PROJECT CHECKED JRT 2024 1"=4'V p104940-2 33 157+00 EXISTNG 12' GAS LINE PETE & JO BONDS FAMILY BY ENUNK MIDSTREAM PRTNSHP SERVICES, LLC W BONDS RANCH RD EXISTING 12` GAS LINE GRINER, GEORGE A SURVEY BY ENUNK MIDSTREAM ABSTRACT 296 TRACT 2D SERVICES, LLC INST.NOD213039813 °'SAYE%ISTNG BONDS RANCH \ RIGHT-OF-WAY \ _ /� ♦-- -,..�a� is.�,v .—\\ K \\ENISTTN•OVERHEAD� ,v.r. �_\v. r .O n. ie. ,. :���. ,��. � TUNE ELECTNI TUNE ___ .. __-_____--_--__--- BONDS RANCH Rd O --_p V N -_- P N (ASPHALT PAVIN(VARIABLE w w IN z w — _ _ _—_ - — _ — ___ _ _ z w w 1 MAXIMUM JOINT DEFLECTION FOR DIP = GO 075' CONTRACTOR SHALL ACHIEVE SPECBED EXISTING m % x l� NECESSDEFLECTION OFJOINTSOF FLOODPLAIN PROPOSED SOO LF OF 54-INCH PIPE WATER TRANSMISSION MAIN 2 caNTRACTOR SHALL REPAIR DITCH TO EXISTING CONDITIONS THE COST OF THE REPAIRS SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE STA. 162+41 PROJECT. INSTALL STA 163+78- 3 SITE SHALL BE RETURNED TO ORIGINAL CHAPEL HILL OF FORT WORTH (1) 54" BUTTERFLY VALVE INSTALL GRADE UPON COMPLETION OF THE VOLUME A, PAGE 10223 W/ VAULT (1) 8- COMBINATION AIR PROJECT EXCESS SPOILS SHALL BE D.R T C T RE D128M/44 RELEASE VALVE W/ VAULT REMOVED FROM THE FLOODPLAIN. \ PETE & JO BONDS FAMILY 4:7021851 77 RE D139M/44 TN PRSHP E2300032 82 N 7021850 65 \ 2701 W BONDS RANCH RD E. 2300169 83 MEP&P RR CO SURVEY p19 ABSTRACT 1138 TRACT 1C INST NOD213039813 NORTHSIDE III 54-INCH WATER MAIN A JOINT RESTRAINT LENGTH STA 157+00 TO STA 154+60 (AWWA CBB3) II IIIII III NT TRENCH RE _ TT REPN HYOR ML�C 301 CETABLE Bi I I�II ITT I i I I I I +II +II I I I I I I I I SUR ST AEVP ELE GI 815 ftAl II PdEF ER C IIe1s +I 10 Sio I" ING rL 'ROUND 805 44�- 8 _ o _ Boo_ _� _ _�}1-- -o.1Qx 800 � I I IIIII III III III I III III���I 'IIIII III III I I III II IIAI II III III I � II e J��f �� 1 1795 Ll 790 785 A ~ ZH� 7B5 Z.�M- zIIIIIII II I Ir I I I I I I I I I I I I I I I I I I I I I I I I I Teo l 1 1 1 1 1 1 1 ,' �„Ir II rlr. II � �r l 1 1760 i 157+00 158+00 159+00 160+00 161+00 162+00 163+00 164+00 165+00 NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD, ME OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATON OF THE WORK NM ME OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION. AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HANNG BEEN INCLUDED IN THE CONTRACT PRICE ME CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSTRUCTION. WARNING' UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS DIGTESS (800) 344-8377 BETTY DAUGHERTY ATMOS GAS 214 206-2789 TRACY LEE ENLINK MIDSTREAM 817 487-1560 JAMES KAPKA ENERGY TRANSFER 817 240-0586 JAMES PROCTOR EAGLERIDGE OPERATNG 817 487-6873 CITY OF FORT WORTH WATER DEPARTMENT (817) 392-4477 FERNANDO CORTEZ COLT MIDSTREAM (806) 930-2734 CHARLES VAUGHAN BKV (817) 228-6912 BENCHMARKS 1. CTY OF FORT WORTH MONUMENT fl9163 - ON THE SOUTH SIDE OF CONCRETE BASE TO A SINGLE POLE TRANSMISSION TOWER 256EAST OF CENTERLINE ALONG BOAT CLUB ROAD AND 66' 3 NORTH OF CENTERUNE ALONG PARK DRIVE, ELEV 790.30 2. CITY OF FORT WORTH TBM - SQUARE SET ON THE SOUTHWEST EDGE OF A 7' DIAMETER CONCRETE MANHOLE STRUCTURE 138' 3 AT A AZIMUTH OF 151' FROM CONTROL 3, CITY OF FORT WORTH TBM - SQUARE SET ON THE WEST EDGE OF A 5' DIAMETER CONCRETE MANHOLE STRUCTURE 48' t AT A AZIMUTH OF 173' FROM CONTROL POINT 54 ELEV 743.69 2[fEILE_SCILEF4EI_- SCaLEscaLE. 40' V H 4' ZT 0 _ 40 80 120 P SCALE 1" = 4D' DATE REV COMMENTS =DATE OBTWOR CITY OF FORT WORTH, TEXAS WATER DEPARTMENT NORTHSIDE III - PHASE II 54-INCH WATER TRANSMISSION MAIN PROPOSED 54-INCH WATER MAIN A STA. 157+00-165+00 Kimley*Horn em war n. uW x aw DESIGN SBW DATE SCALE PROJECT NO SHEET DRAWN. RAS A.'1"=40'H CITY PROJECT 34 CHECKED JRT 2024 1"=4'V p104940-2 EXISTING 12" GAS LINE \\ PETE & JO BONDS FAMILY BY ENLINK MIDSTREAM / PRTNSHP NOTES SERVICES, ""'EA" W BONDS RANCH Rp EXISTNG 12' GAS LINE %CRINER, GEORCE A SURVEY EXISTING 16' GAS LINE BONG JOHN MILLARD BV ENLINK MIDSTREAM °\\ ABSTRACT 296 TRACT 2D BY ENLINK MIDSTREAM 2600 W BONDS RANCH RD MAP 2024-456 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH INST.NOD213039813 SERVICES, LLC CRINER, GEORGE A SURVEY # STANDARD DETAILS UNLESS NOTED OTHERWISE. SERVICES, LLC / ABSTRACT 296 TRACT 2 MAP # 2018-456 �_ ° �r° m ° INST.N00008945000 , MAP %� 201 a-452 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL EXISTING BONDS°RANCH r ° _,r° �,r r —�r i=�+ m ° �" ° �'_ _ �° . r� _ r s = °— �r UTILITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION ` RIGHT- OF -WAY MAP # 2018-448 THE INFORMATION AND DATA SHOWN WITH RESPECT TO _ ° MAP 2018-444 EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE STA' 1RRE.Rl °`/— O1E -BEGIN 169+62 a xa ^5 # SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED _ END 54' WATER CARRIER. BEGIN 56" WATER CARRIER - — / STp. IJ1+36 / t BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON L t T a PIPE IN 78" STEEL CASING I PHYSICAL APPURTENANCES OBSERVED IN THE FIELD. THE -{- / �/� PIPE IN JS" STEEL CASING // �,° / /( INSTALL J�) 1f. �•..L,r . / iy- ^ T " OR 78" TUN AL LINER PLATE" C " /(1) 8" STANDARD r/ I • °T OMER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE —j^ I OR 78' TUNNEL LINER PLATE 1 / / / •/ BY OTHER THAN OPEN CUT / (STING OVERHEAD BY OTHER THAN OPEN CUT BLOW -OFF ASSEMBLY ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR / ELEC]lilC LINE�i RE D106M, D107M, \\. \ 1 "RE D106M, 1101M, RE D105M/45 \ DATA THE CONTRACTOR SHALL HAVE NLL RESPONSIBILITY D101M.711 09M/41 \ `I D10BM, D109M/41 �/ J _ / N.]021844.42 \ \ SHEET NOTES. FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND ,N J021845 BS % DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR -FXiiTN615"�PAT€&LINE _ - IT0218a6. 51_ \ _-= -E: 2300927.so J�� _ E 2300672.81'-- E'230' 5380 '--- _ - 1 CONTRACTOR SHALL VERIFY DEPTH OF ALL COORDINATION OF THE WORK WITH THE OWNERS OF SUCH ZJ0�1 --_-_ ----_ — ��- ��-��� EXISTING GAS LINES PRIOR TOUNDERGROUND FACILITIES DURING CONSTRUCTION. AND FOR THE --'p,�'N\sy�J % i�P N / p/ /pJ1 CONSTRUCTION SAFETY AND PROTECTION THEREOF AND REPAIRING ANV \ \JBONDRANCH RO%D / �/ / / � 2. CONTRACTOR SHALL CENTER GAS LINES ON DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF Q V \ / \\-20'X/ (ASPHALT PAVING) ( Q ro A SEGMENT OF PIPE. PIPE JOINTS SHALL ALL HILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED NBORE/ NARIABLErOTHROW) \ \ \ \ ( 'H NOT BE PLACED UNDER GAS CROSSINGS IN THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY ((,,`d •(nJ4.-i 3 MAXIMUM JOINT DEFLECTION FOR DIP = AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT W W ��_ `T� ��� m _ 1 W W 075' CONTRACTOR SHALL ACHIEVE LEAST 48 HOURS PRIOR TO CONSTRUCTION. _ _ —� __�y.Z N NUMBSP IER OF JOINTS OF PPE FIED DEFLECTION OVER NECESSARY WARNING KK STA. 168+81 ° STA 171+3� / U W 4. THE NUMBER OF ANODES SHOWN (9) IS THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON W r ANODES (9) .- ANODE BED" s-° °' 0 • `—• _ H W FOR STEEL PIPE. IF DUCTILE IRON PIPE A THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY Go PROPOSED 800 LF OF 54-INCH CASING/ FOREIGN PIPE Q fq SELECTED, THE NUMBER OF ANODES SHALL COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY I - / WATER TRANSMISSION MAIN TEST STATION Z. •-25'X20' BORE PIT ZEST STATON 29 / _ BE EIGHTEEN (18) IF BAR -WRAPPED RE. SHEET 50 TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES RE' SHEET 49 _ _ CONCRETE CYLINDER PIPE IS SELECTED, THE PRIOR TO CONSTRUCTION. / EXISTNG 6" GAS LINE H NUMBER OF ANODES SHALL BE FIVE (5) EXISTNG COLT GATHERING (NORTH PETS & JO BONGS FAMILY EXISTING 10" GAS LINE EXISTING 6" GAS LINE BV FLOODPLAI TEXAS TH 5 CONTRACTOR SHALL REPAIR DITCH TO WARNINGS UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION PRTNSHP BY COLT GATHERING COLT GATHERING (NORTH ) EXISTING CONDITIONS THE CONSi OF THE CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO 2701 W BONDS RANCH RD (NORTH TEXAS) LP. °\ TEXAS) LP. PETE & JO BONDS FAMILY REPAIRS SHALL BE CONSIDERED SUBSIDIARY EXCAVATION AT THIS LOCATION. M E P & P RR CO SURVEY R19 OAS lUi PRTNSHP TO THE COST OF THE PROJECT DIGTESS DIGTESS (800) 344-8377 ABSTRACT 1138 TRACT 1C 2601 W BONDS RANCH RD 6 SITE SHALL BE RETURNED TO ORIGINAL EXISTNG INST.NOD213039813 3` SMITH, J P SURVEY GRADE UPON COMPLETION OF THE PROJECT BETTY DAUGHERTY ATMOS GAS 214 206-2789 FLOODPLAIN 100-YEAR FLOODPLAIN\ ABSTRACT 1915 TRACT 1 EXCESS SPOILS SHALL BE REMOVED FROM TRACY LEE ENLINK MIDSTREAM 817 48J-1560 INST NO.D213039813 THE FLOODPLAIN JAMES KAPKA ENERGY TRANSFER 817 240-0586 / NORTHSIDE III 54-INCH WATER MAIN A TAME PROCTOR EAGLERIDGE OPERATING Bn 487-6813 JOINT RESTRAINT LENGTH STA 168+00 TO STA: 170+20 CITY OF FORT WORTH WATER DEPARTMENT (817) 392-4477 (AMA C 03) FERNANDO CORTEZ COLT MIDSTREAM (930-2734 II I I I I I I I I I I I I I I I 11 I I I I I I I I I CHARLES VAUGHAN BKV(BOB)817) 228-6912 — + + A�PHAL� MA"eHrmjmk c + BENCHMARKS ALLLM II(�} BA REST :AINEC PIPE LE IS + +t }-pppi, D1 )3,-D520�'IBH-� - � �-F-� -- 1. CITY OF FORT WORTH MONUMENT b'9163 - ON THE SOUTH 805 -- PRO; (MATE WND BASED/ONm C30} B 2 805 SIDE OF CONCRETE BASE TO A SINGLE POLE TRANSMISSION tr Ir Ir IDDINrPURFO5E5. CON16 Ar.9naTRCHA AIN, TONER 256' EAST OF CENTERLINE ALONG BOAT CLUB ROAD - � ++ ++ - � ++�EUBMI CALL ULATIONS F AND 66' } NORTH OF CENTERLINE ALONG PARK DRIVE. EXISTINGELEV 790.30 800 0 GROUND -_ aL E! F R TE CTED PIIE TH 0 = - Boo 2. CITY OF FORT WORTH TBM -SQUARE SET ON THE T TI IT IT TI IT IT TI IT IT TI IT ITT4 SOUTHWEST EDGE OF A 7' DIAMETER CONCRETE MANHOLE EXISTING 6' ;AS LINE BY q }W $ - STRUCNRE 138' } Al A AZIMUTH OF 151' FROM CONTROL EXISTNG 10' GAS LINE BY _COLT GATHERING (NORTH D A INS / _ POINT 50. COLT GATHERING (NORTH TEXAS) L P ELEV 799.37 _ TEXAS) LP (T/' - 790. 3. CITY OF FORT WORTH TBM - SQUARE SET ON THE WEST _ _ _-_ EDGE OF A 5' DIAMETER CONCRETE MANHOLE STRUCTURE 48' y (ESTIMATED ,T = 78500')F } AT A AZIMUTH OF 173' FROM CONTROL POINT 54 - ELEV 743.69 795 � I 1 1 1 I II T-1-- IT -II I111 1 11 - 25'X21 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0' 795 'Xa0 BKRE-20{TI 790 790 III-iII�- tII ItI = w -44 o 780 1 780 I I I ICI II II II ICI II II II ICI II II II II II II � I I I I I I I � xl�u I II I"II II I I I ICI II II II ICI II II II ICI I I I11111 I 11 ++� 11 11 -- 77s 4-4 ua��4444 -1 0 765I1 Ii I11 � 1 1 1 _� 1 1 1� 1 1 1 1 1 1 �1w^Ik � � 1� W�T<1 � I I I I 1=m 1 1 1� 1 1 1 �= 11 1 1' 1765 760 I-III�I-II Ikµ�{I-+$I I+$���#I��I-II#�# i 165+00 166+00 167+00 168+00 169+00 m 170+00 171+00 172+00 173+00 PROF(-- SCALE. 0' H 4' V 0 _ 40 80 120 P SCALE 1" = 40 0A REV COMMENTS BY DATE OBTWOR CITY OF FORT WORTH, TEXAS WATER DEPARTMENT NORTHSIDE III -PHASE II 54-INCH WATER TRANSMISSION MAIN PROPOSED 54-INCH WATER MAIN A STA. 165+00-173+00 Kimlev*Horn em a.n n. uW x aw DESIGNSDW DATE SCALE PROJECT NO SHEET DRAWN. RAS pu9ust 1"=40'H CITY PROJECT 35 CHECKED' JRT 2024 1"=4'V p104940-2 CHAPEL HILL SANITARY SEWER INST. NO TD203411-8 O.P.R T.C.T. \ P \ �" PROPOSED 24- WATER LINE CHAPEL HILL WEST LLC EXISTING FLOOOPLAINt) \ (BY OTHERS) PROPOSED 25' INST N0, D218219520 •• j \ EXISTING 18- SANITARY PERMANENT 10155 SAGINAW BLVD • • • • • 7 V' .y SEWER LINE EASEMENT \(X-13735) STA. 11+75 PROPOSED 24-INCH \ INSULATION JOINT PROPOSED 25' WATER MAIN B 5TA.11+25 \ .0. � TEST STATION B2 TEMPORARY ANODE BED RE' SHEET 50 CONSTRUCTION TEST STATION B1 EASEMENT RE SHEET 50 W\ �} � Alm \\ -y -r-- -�--+ -L -i-- I' - --L- { --- s-- ---1 -- I -- r \ i\Cp JAl\ i ){ 2 " W TERo AI MAIN B STA: 11+75.48 \` FUTURE 1 (1) 24" LIND FLANGE IF (BY OTHEBRS) IS NOT YET SHEET NOTES. T — >c — /• 1 / N J016086.21 '�I E 2298498 20 1 MAXIMUM JOINT DEFLECTION FOR DIP = 0. 75'GO . 1IlIII'' I T J )� �\� T / H H r OVERRACTOR NECESSARY SHALL NUMBEACHIEVE R OFSJOINIFIED TS OF PIPE 11—�— T T e� iL T /— 1 T — <— — — — H— —I— \ t STA: 11+71.93 \ 2 IF THE PROPOSED 24" WATER MAIN HAS BEEN 1111\ i INSTALL INSTALLED (BY OTHERS) AT THE THE OF - CONSTRUCTION, THEN CONTRACTOR SHALL INSTALL - y _ / 1 f 1 (INSTALL HORIZ BEND TEMPORARY BLIND FLANGE, TEST WATER LINE. AND { / 1 ANODES (4) 1 1 _ tH = 4500' LT I 1 H _ —tr _ l (1) UTILITY MARKER POLE CONNECT TO THE PROPOSED WATER MAIN WITH 24" ~ -�- - RE. D016/41 MJ SOLID SLEEVE IF THE PROPOSED 24' WATER STA. 11+02.09 STA 11+25 N. 7016081.25 MAIN (BY OTHERS) HAS NOT BEEN INSTALLED, THEN INSTALL INSTALL E2296498 84 CONTRACTOR SHALL INSTALL THE 24" BLIND FLANGE (1) 2250' ROLLED BEND (1) 24" GATE VALVE I \ \ STA 11+66 23 ONLY FUTURE 110' EAGLE dH 23 80' LT W/ VAULT INSTALL: 3 THE NUMBER OF ANODES SHOWN (4) IS FOR DUCTILE MOUNTAIN PARKWAY AV = 2 J1' UP RE D127/39 \ (1) 45' HORIZ BEND IRON PIPE IF STEEL PIPE IS SELECTED, THE NUMBER RIGHT-OF-WAY (SEE SHEET NOTE 1) N 701607111 \ fH 44.72' LT OF ANODES SHALL BE TWO (2) IF BAR WRAPPED N 7016068 08 E. 2298453.05 \ (1) UTLITV MARKER POLE CONCRETE PIPE IS SELECTED, THE NUMBER OF E.2298430.34 \ MRE. D016/41 ANODES SHALL BE ZERO (0) N 7016076 75 \ E 2298495 36 NORTHSIDE III 24-INCH WATER MAIN B JOINT RESTRAINT LENGTH STA 9+40 TO STA. 11+75.48 (AWWA C303): �I I I I � I I H_ �U3991F _610t������� #$I $III#I_��#�#$I $�#�#�740 \�1 1 1 1- _4 _ 72541 1 1 1 1 1 1 1 1 1 1 1 1 1 1 !7�,' 1725 722�# - I -_ Ol_l I I I I T L-L 715� _ �� �. 715 71041 I Ic 0 NI����705I-- +z , J 705 7+00 8+00 9+00 10+00 11+00 NOTES 1. ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE. 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTLI TIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION THE INFORMATION AND DATA SHOWN WITH RESPECT TO EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD, THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK WITH THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION, AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK. THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED IN THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSTRUCTION. WARNING' UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. NGTESS DIGTESS (SOD) 344-8377 BETTY DAUGHERTY ATMOS GAS 214 206-2789 TRACY LEE ENLINK MIDSTREAM 817 487-1560 JAM ES KAPKA ENERGY TRANSFER 817 240-0586 TAMES PROCTOR EAGLERIDGE OPERATING I 817 487-6873 CITY OF FOR WORTH WATER DEPARTMENT (817) 392-4477 FERNANDO CORTEZ COLT MIDSTREAM (8OR) 930-2734 CHARLES VAUGHAN BKV (817) 228-6912 BENCHMARKS 1. CTY OF FORT WORTH MONUMENT9163 - ON THE SOUTH SIDE OF CONCRETE BASE TO A SINGLE POLE TRANSMISSION TOWER 256EAST OF CENTERLINE ALONG BOAT CLUB ROAD AND 66' 3 NORTH OF CENTERLINE ALONG PARK DRIVE. ELEV 790.30 2. CITY OF FORT WORTH TBM - SQUARE SET ON THE SOUTHWEST EDGE OF A 7' DIAMETER CONCRETE MANHOLE STRUCTURE 138' 3 AT A AZIMUTH OF 151' FROM CONTROL 3, CITY OF FORT WORTH TBM - SQUARE SET ON THE WEST EDGE OF A 5' DIAMETER CONCRETE MANHOLE STRUCTURE 4B' t AT A AZIMUTH OF 173' FROM CONTROL POINT 54 ELEV 743.69 PRQFI__ SGpLE 40' V H 1" 4' FIT 0 _ 40 80 120 AL SCALE 1" = 4D' OA REV COMMENTS BY DATE OBTWOR CITY OF FORT WORTH, TEXAS WATER DEPARTMENT NORTHSIDE III - PHASE II 54-INCH WATER TRANSMISSION MAIN PROPOSED 24-INCH WATER MAIN B STA. 7+00-END �Kimley*Horn DESIGN. :DW_IDATE:"..LE_ PROJETSHEETDRAWN. EB pu9u t 1"=40'H CTY PROJECT QCHECKED T 2024 1"=4'V p104940-2 (� GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NORTHSIDE III — PHASE II — 54-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (BOAT CLUB ROAD TO BONDS RANCH ROAD) Revised July 1, 2011 CITY PROJECT NO. 104940-2 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra -Seal P-201 ASTM 132240/13412/13792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1126199 33 05 13 HOPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non -traffic area 5/13105 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberelass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowme ASTM 3753 Non -traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non -traffic area Water &Sewer - Manholes & Bases/Frames & Covers/Rectammlar 33-05-13 (Rev 2/3/16) * 33 05 13 IManhole Frames and Covers I Westem Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) " 3305 13 Manhole Frames and Covers Westem Iron Works, Bass & Hays Foundry 30024 24" Dia. * 3305 13 Manhole Frames and Covers McKinley It. Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 3305 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASFITO M306-04 30" Dia. 11/02/10 3305 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/1 t 3305 13 30" Dia. MH Ring and Cover Star Pipe Products MR32FTWSS-DC 30" Dia 08/10/11 3305 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 30" ERGO XL Assembly 10/14/13 3305 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works with Cam Lock/MPIC/T-Gasket ASSHTO MI 05 & ASTM A536 30" Dia 06/01/17 3405 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 3405 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. CAP-ONE-30-FTW, Composite, w/ Lock .111111 33 OS 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. w/o Hing 30" Dia. 10/07/21 3405 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 3305 13 Manhole Frames and Covers Pont-A-Mousson Fortnight 24" Dia. * 3305 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 3305 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 3305 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 3305 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 3305 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete ( tev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Condurt Corp SPL Item 449 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" Manhole, nrng an at top, 09/0324 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Transmon es Con ASTM C 478 48" to 84" LD. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 1 09/06/19 33 3920 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 3920 Manhole, Precast Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 3920 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pie and Precast Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas ASTM C-478; ASTM C-923; 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 61" LD. Manhole w/32" Con: ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, Rockgards:p 48" & 60" I.D. Manhole w/32" Conc 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amite:h USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 I Wastewater Access Chamber I Onickstream Solutions, Inc. Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious * E1-14 Manhole Rehab Systems Ouadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. E1-14 Manhole Rehab Systems AP/M Pe —mom 4/20/01 E1-14 Manhole Rehab System Strong Company 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System 08/30/06 General Concrete Repair FlexKrete Technologies Type 8 Maintenace Shaft (Poopit) Relmer MSP Strong Seal MS2A Rehab System MH repair product to stop infiltration ASTM D5813 Vinyl Polyester Reparr Product For use when Sod. MH cannot be installed due to depth Misc. Use * From Original Standard Products List 1 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 (Approval Spec No. IClasssification I Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Rehab Svstems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Spravrog, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protecticn(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1BB, Sl, S2 Acid Resistance Test Sewer Applications 8/28/2006 I Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 33 OS 16, 33 39 10, RR&C Dampproofing Non-Fibered Spray For Exterior Coating of Concrete 03/19/18 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams Grade (Asphatic Emulsion) Structures Only Water & Sewer - Manhole Inserts - Field Onerations Use Onlv (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Nofiow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 3305 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pine Casing Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) FB-12 Casing Spacer (Coated Carbon Steel) 0-1-ISCasing Spacers BWM for Non_rressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Per Manuf Manufacturers Requirements (Sewer 09/03/24 33 OS 13 Casing Spacers Raci (Completely HDPE) , __ ,,. , , 8" - 12" (Sewer Only) Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Futile Pipe (Bell Spigot) AW WA C150, C151 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AW WA C150, C151 * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AW WA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AW WA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coating [s/EDo%v 33-39-60 (01/08/13). 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 21 ORS LA County 9210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interim Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, SIBB, Sl, S2 Acid Resistance Test 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer - Coatines/Polvurethane 3" thru 24" 4" thin 30" 4" thin 30" Ductile Iron Pipe Only Sewer Applications Sewer Applications Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - PiDes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL item #95 P lanhole,- ASTM C 76 * EI-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. hic. ASTM C 76 Sewer - Pine Enlarement Svstem (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscam Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - PiDe/Fiberelass Reinforced/ 33-31-13(1/8/13) 7/21/97 3331 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non -Pressure) ASTM D3262/D3754 03/22/10 3331 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 3331 13 Glass -Fiber Reinforced Polvmer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 ASTM D3262, ASTM D3681, 03/07/23 3331 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D4161, AW WA M45 ASTM D3262, ASTM D3517, 09/03/24 3331 13 Fiberglass Pipe (FRP) Superlit Bum Sanavi A.S. Superlit FRP ASTM 3754, AW WA C950 * From Original Standard Products List 2 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size Sewer - Piue/Polvnter Pioe 4/14/05 Polymer Modified Concrete Pro, —'to- USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to I Q", Class V 06/09/10 El-9 Reinforced Polymer Concrete Pipe US Composite Pioe Reinforced Polymer Concrete Pose ASTM C-76 Sewer - Piues/HDPE 33-31-23(1/8/13), * High -density polyethylene pipe Phillips Dnscopipe, Inc. Ooticore Ductile Polyethylene Pipe ASTM D 1248 8" * H:gh-densny polyethylene pipe Plesco Inc. ASTM D 1248 8" * High -density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High -density polyethylene pipe CSR Hydro Condud/Pioelme Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - PIDes/PVC (Pressure Sewer) 33-11-12 (4/1/131 12/02/11 33-11-1� DR -Id PVC Pressure Pipe P,pelife Jctstream PVC Pressure Pipe AW WA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Budding Products Royal Seal PVC Pressure Pipe AW WA C900 4" thru 12" Sewer - Piues/PVC* 33-31-20 (7/1/13), * 33-31-20 PVC Sewer Pioe 1-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PSI 15) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PSI 15) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PSI 15) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PSI 15) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer P' 1-M Manufacturin\v�Co, Ina (1M Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Dtamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Finings ASTM D-3034, D-1784, etc 4" - 11" * 33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake) Gasketed PVC Sewer Main Finings ASTM D 3034 1 3/19/2018 33 3120 PVC Sewer Pipe Pioelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 1 3/19/2018 33 3120 PVC Sewer PTe Pioelife Jet Stream SDR 26 ASTM D3034 4"- 15" 1 3/29/2019 33 3120 Gasketed Fittings (PVC) GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 33 3120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 1 10/22/2020 33 3120 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 1 10/21/2020 1 333120 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"-36" * From Original Standard Products List FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 08/28/02 Double Strap Saddle Smith Blau 4317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2' SVC, up to 24" Pipe 10/27/87 Curb Stops -Ball Meter Valves McDonald 6100M,6100MT & 61 OMT 3/4" and 1" 1.1.7 Curb Stops -Ball Meter Valves McDonald 4603B, 4604B, 6100M, 610OTM and 6101M 1%" and 2" FB600-7NL, FB1600-7-NL, FV23-777-W-NL, 5/25/201. 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., hic. L22-77NL AWWA C800 _ FB600-6-NL, FB1600-6-NL, FV23-666-W- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., hic. NL, L22-66NL AWWA C800 1-1/2" FB600-4-NL, FB1600-4-NL, B11-444-WR- 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., hic. NL, B22444-WR-NL, L28-44NL AWWA C800 I, B-25000N, B-24277N-3, B-20200N-3, H- AWWA C800, ANSF 61, 5/25/2.1. 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, , H-1552N, H142276N ANSI/NSF 372 _ B-25000N, B-20200N-3, B-24277N-3,H- AWWA C800, ANSE 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15000N, H-14276N, H-15525N ANSI/NSF 372 1-1/2 B-25000N, B-20200N-3,H-15000N, H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15530N ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2' Taps on up to 12" 0/5121/12 33-12-25 Tapping Sleeve (Coated Steep JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steep JCM Industries, hic. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steep Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steep Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW37C-12-IEPAF FTW Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW39C-12-IEPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DEW Plastics Inc. DFW65C-14-IEPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * E I-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * EI-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2" 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2' & 3" Water - Dry Barrel Fire Hvdrants 33-1240 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 Shop Drawings No. 6461 1.11.7 E-1-12 DryBarrel Fire Hydrant Mueller Company A423 Centurion AW WA C-502 Shop Drawing FH-12 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Water- Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 IApprovall Spec No. IClasssification Manufacturer Model No. National Spec Size Water - Piues/PVC (Pressure Water) 33-31-70 (01/08/13) AWWA C900, AWWA C605, 1.113 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 ASTM D1784 4"-16" AWWA C900, AWWA C605, 12/05/23 33-I1-12 PVC Pressure Pie Vin (tech PVC Pie DR18 ASTM D1784 16"-18" AWWA C900, AWWA C605, 09/03/24 33-I1-12 PVC Pressure Pie Northern Pie Products DR14 ASTM D17M 4"-16" AW WA C900, AW WA C605, 09/03/24 33-1142 PVC Pressure Pipe Northern Pipe Products DR18 ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 1 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 1 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" AWWA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 ANSI/NSF 61 4"-28" FM 1612 AWWA C900-16 UL 1285 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 ANSI/NSF 61 16"-24" FM 1612 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - PioesNalves & Fittinas/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 EI-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AW WA C153 & Cl to * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C III 08/11/98 EI-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 EI-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AW WA C153 4"-12" 05/14/98 EI-07 Ductile Iron Joint Restraints Ford Meter Box CoXiii-Flange Uni-Flange Series 1400 AW WA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co.fUni-Flange Uni-Flange Series 1500 Circle -Lock AW WA C111/C153 4" 124" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AW WA C111/CI16/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA C111/CI16/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe) AW WA CI I I/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLCIo AW WA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AW WA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLUE AW WA C111/C153 12" to 24" 08/10/98 E1-07 MI Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AW WA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AW WA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA CI I I 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AW WA CI I I EZ Grip Joint Restraint (EZD) Black For DIP 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) ASTM A536 AW WA CI I I 3"-48" EZ Grip Joint Restraint (EZD) Red for C900 .111-18 33-1141 Mechanical Joint Retamor Glands SIP Industries(Serampore) DR14 PVC Pipe ASTM A536 AW WA CI I I 4 -12 EZ Grip Joint Restraint (EZD) Red for C900 .111-18 33-1141 Mechanical Joint -at.- Glands SIP Industries(Serampore) DR18 PVC Pipe ASTM A536 AW WA C111 16"-24" * From Original Standard Products List 5 FORT WORTH® CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 9-3-24 Approval Spec No. �Classsification J Valve* 33Manufacturer Water Pil) & Fittings/Resilient Seated Gate (05/13/15) Model No. National Spec Size - alves Resilient Wedged Gate Valve w/no Gears -12-20 American Flow Control Series 2500 Drawing # 94-20247 16" I 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AW WA C515 30" and 36" I I 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SO 94-20255) AW WA C515 20" and 24" I I 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AW WA C515 16" I I 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AW WA C515 4" to 12" I I 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AW WA C515 42" and 48" I I 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Settled GV AW WA C509 4" to 12" I I01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller I I * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" I I E1-26 Resilient Seated Gate Valve M&H 4" - 12" I I * E1-26 Resilient Seated Gate Valve Mueller Co. 4" - 12" I I 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AW WA C515 16" I 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AW WA C515 24" and smaller I 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AW WA C515 30" and 36" I 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48" I 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AW WA C509 4" - 12" I 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16" I 11/08/99 EI-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AW WA C515 24" and smaller I 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AW WA C515 30" and 36" (Note 3) 11/30/12 Resilient WedgF Gate Valve Clow Valve Co. Clow Valve Modal 2638 AW WA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockh un Valves & Fittings AW WA C 509, ANSI 420 - stem, 4" - 12" I * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Metroseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works) EJ FImMaster Gat. Valve & Box.a 08/24/18 Mateo Gate Valve Mateo-Norea 225 MR AW WA/ANSI C115/An21.15 4" to 16" I Water - PiDes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) I I * EI-30 Rubber Seated Butterfly Valve Henry Pratt Co. AW WA C-504 24" I * E1-30 Rubber Seated Butterfly Valve Mueller Co. AW WA C-504 24"and smaller I 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AW WA C-504 24" and larger I 06/12/03 E1-30 Valmatm American Butterfly Valve Valmatic Valve and Manufacturing Com. Valmatic American Butterfly Valve. AW WA C-504 Up to 84" diameter I 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AW WA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated ButterflyValve G. A. Industries Golden Anderson AW WA C504 Butter fly Valve AW WA C-504 30"-54" 09/03/24 33 12 21 Rubber Seated ButterFl Valve American AVK Com an AW WA C504 Butterfl Valve Class 250B AW WA C-504 24" - 48" Water - Polved vlene Encasement 33-11-10 (01/08/13) I 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AW WA C105 8 mil LLD I I 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AW WA C105 8 mil LLD I I 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AW WA C105 8 mil LLD I I I I Water - SamDline Station I I 09/02/24 1 331250 Water Sampling Station Mueller Water Products, Inc. Model BSS01-36-MUDG2-CSD-NL, Freeze Proof. Hasp for Locking Access Hatch Water - Automatic Flusher HG6-A-IN-2-BRN-LPRR(Portable) 10/21/20 Automated Flushing System Mueller Hydrostuard HG2-A-IN--2-PVC-018-LPLG(Perinanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether car not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Yellow Highlight indicates recent changes * From Original Standard Products List CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 Class A (Sidewalk, ADA Ramps, Driveways, Curb/Guner, Median Pavement) 9/92022 03 30 00 Ma Design American carte C'sawy 30CAF029 9/92022 03 30 00 M. Design Argos DIOOOOO1043S 9/9/2022 03 30 00 M. Design Argos DIOOO0001055 6/24/2024 03 30 00 M. Design MR Town Concrete 302050-1 9/92022 03 30 00 M. Design Bum.. Texas 30U101AG 4/12024 03 30 00 M. Dcagn Bumco Texas 30USOOBG 9/92022 033000 M. Des Carder Concrete FWCC502001 9/92022 033000 M. Design Carder Concrete FWCC502021 9/92022 033000 Ma Design Charleys Concrete 3759 9/9/2022 033000 Ma Design Charleys Concrete 4502 9/92022 033000 Ma Design Chisholm Tral Rcdr Ma C13020AE 9/92022 033000 Ma Design City Concrete Company 30HA2011 9/92022 03 30 00 Ma Design Cow Town Rcdr Ma 253-W 9/92022 033000 Ma Design Cow To—Rcdr Ma 250 9/92022 033000 Ma Design Cow To—Rcdr Ma 350 1/29/2024 033000 Ma Design Espada Ready M. R3050AEWR 9/92022 03 30 00 Mix Design GCH Concrete Services GCH4000 9/92022 033000 Mix Design Holcn-SOR, We 1261 9/92022 033000 Mix Design Holcn-SOR, Jac 5177 9/92022 03 30 00 M. Design Holcim - SOR, Wc. 5409 9/92022 033000 M. Design Wgmm Concrete&Aggregates 2MWR-147QW5D5 9/9/2022 03 30 00 M. Design Ing = Concrete & Aggregates 2MWR-70J23504 4/72023 033000 M. Design Liquid Stone C301D 9/92022 03 30 00 M. Design Mart. Manctta R2136214 9/92022 03 30 00 M. Design Mart. Manetta R2136014 4/12023 03 30 00 M. Design Man. Mnetta R21361414 6/12023 03 30 00 M. Design Man. Mancha R2136R20 6/12023 033000 Ma Design Mart. Mancha R21361420 112/2022 033000 Ma Design Mal. Mancha R2141K24 8/42023 033000 Ma Design Marta, Manetta R2136R14 4/72023 03 30 00 Ma Design Martin Mancha R2136K14 9/92022 03 30 00 Ma Design Mat. Manetta R2131314 9/92022 03 30 00 Ma Design Mart. Manetta R2132214 9/92022 03 30 00 Ma Design Mart. Manctta D9490SC 10/4/2023 033000 Ma Design NBRReady Mue CLS A-YY 1 OA/2023 033000 Mix Design NBR Ready Mix CLS A -NY 033000 Mix Des.g Osbum 30A50MR 17/10/2023 I/18/2023 03 30 00 Mix Design Rapid Rcdr Mix RRM5020A 11/24/2023 03 30 00 M. Design Rapid Redi M. RRM5525A �9/9/2022 03 30 00 M. Design Redr-Mix IOLI1504 9/92022 03 30 00 Ma Design Redr-Min 10J11524 9/9/2022 03 30 00 M. Design Redr-Min VOJ11524 9/92022 03 30 00 M. Design SRM Concrete 30050 9/92022 03 30 00 M. Design Tarrant Concrete FW5025A 9/92022 03 30 00 M. Design Tarrant Concrete CP5020A 10/102/22 133110 Mw Design Taman Comets TCFW5020A 9/9/2022 033000 M. Design Tarrant Concrete FW5525A2 9/9/2022 3 30 00 033000 Ma Design Trin Ready Min 3020AE 9/9/2022 03 3000 Ma Design Tme Gnt Redr Ma 0250 230 9/9/2022 03 30 00 Ma DeZ Tme Gnt Redr M. 0250 2301 Class CB (In Manholes, Junction Boxes,k.ncasement. Blocicht, Collars, Liehtpc Ie Foundations) 9/92022 0330 00 Mu Design American Concrete Company 40CNF065 9/9/2022 03 30 00 M. Design Argos D70000001061 9/9/2022 03 30 00 M. Design Argos D70000001055 9/9/2022 03 30 00 Mu Design Argos DI000001615 9/92022 03 30 00 M. Design ChaWy's Cncretc 4502 9/92022 03 30 00 M. Design Bumco Texas 40U5OOBG 9/92022 03 30 00 M. Design Cow Town Rcdr M. 255-2 9/92022 033000 M. Design Cow Town Rcdr Ma 355 9/92022 03 30 00 Ma Design Cow Town Redr Ma 255 9/9/2022 03 30 00 Ma Design Cow Town Redr Ma 2" 9/92022 03 30 00 Ma Design Cow Town Redr Ma 370 9/9/2022 03 30 00 Ma Design Cow Town Red, Ma 353 9/92022 03 30 00 Ma Design Cow Town Red, Ma 257 9/92022 03 30 00 Ma Design Cow Towv Red, Ma 357 9/92022 033000 Ma Design Holcn-SOR, Wc. 1701 9/92022 033000 Ma Design Holcn-SOR, Wc. 1551 9/92022 033000 Mix Design Holcn-SOR, Wc. 5409 4272023 033000 Mix Design Lrqurd Stan, C361DNFA 9/92022 03 30 00 Mix Design Mann Marc. R2141230 8/4/2023 03 30 00 M. Design Mat. Manetta R2141 R24 11202023 03 30 00 M. Design Mart. Manetta R2146R33 11/20/2023 03 30 00 M. Design Mart. M.—R2146K33 9/9/2022 03 30 00 M. Design Mart. M.—R2142233 9/9/2022 03 30 00 M. Design Mart. Matta R2136224 9/9/2022 03 30 00 M. Design Mart. Matta R2141233 9/9/2022 03 30 00 M. Design Mart. Matta R2146038 8/42023 03 30 00 M. Design Mart. Mancha R2146R35 9/122023 3 30 00 033000 Ma Design NOR Ready Ma CLS PI-YY 9/9/2022 03 30 00 Ma Design NOR Ready M. TX CYY 9/9/2022 033000 3 30 00 Ma Design NOR Ready Ma TX C-NY 1/182023 033000 Ma Design Rapid Rcdr Ma RRM5320A 1/18/2023 03 30 00 Ma Design Rapid Rc& Ma RRM6020ASS 9/9/2022 033000 Ma Design Rd AA. IRJ11524 9/9/2022 03 30 00 Ma Design Rd AA. 15611524 12/5/2022 03 30 00 M. Design Redr-M. IOK115C4 )00 psr Concrete for Sidewalks & ADA Ramps )00 psr Concrete for Sidewalks, Curbs )00 psr Coa—Ir for Wleta, Juvclinn Boxes, Manholes, Chanel L.—, Sidewalks, Dnveway,, Curb & Guner )00 psr Covaele for Curbs and Stdewalks )00 psr Concrete M. for Flatwork )OOpsi Coac.. Ma for Sidewalks )00 psr for Sidewalk,, Dnveways, Ramps, Cmb &Gutter, FWtwork 500 psr concrete for Sidewalk,, Dnveways, Ramps, Cmb &Gutter )00 psr Concrete Ma for Sidewalks )00 psr Concrete Ma for Sidewalks )00 psr Comets for D—ays, Curb & Gutter )00 psr Comets Ma for Blocking Sidewalks, Fl—.,k, I.& )00 psi Concrete Ma Sidewalks, ADA Ramps, Dnveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Rc—.g Walls )00 psr Concrete Ma for Sidewalks, Dnveways, ADA Ramps )00 psr Concrete Ma for Sidewalks, Dnveways, ADA Ramps 00 Sacks / 3,000 psi Concrete for Salcwalks, Ramps, Wlets, and Manholes )00 psi Concrete for for Sidewalks, Ramps, Headwalls, laic., and Simm Drain Sao— )00 psi Coccrete Mix for Sidewalks )00 psi Coccrete Mix for Sidewalks )00 On Cmv r Ma f Sidewalks, h I N )00 On Cm,,(, Ma for Sidewalks, ADA Ramps )00 On Corset, for Sidewalk, ADA Ramps 000 psi Cc— for Sidewalks, Approaches, and Dnveways. 000 psi C—.w for Sidewalks & Ramps 000 pa C—.w for Sidewalks & Ramps 00 sack / 3,000 psr cenc.. for Sidewalks 000 psr Coac.. for Sidewalks and Ramps 000 psr Coac.. for Sidewalks and Ramps 000 psr Concrete for J.-- Boxes, Sidewalks and Ramps 00 such / 3,500 psr Concrete for Sidewalks and Ramps 000 psr concrete for sidewalks and ramps 000 psr Concrete for Sidewalks & Ramps 000 psr Concrete for Sidewalks & Ramps 000 pa Concrete for Sidewalks & Ramps 00 Sacks / 3,000 psi Concrete for Salcwalks & Ramps, and Curb & Gutter 00 Sacks / 3,000 psi Concrete for Salmalks & Ramps, and Curb & Gutter SK / 3,000 psi Concrete for Sidewalks )00 pa Coccrete bar Curb, Gutter, Driveways, Sidewalk, Ramps 500 tanConcrete for Valley Guars, Sidewalks, Approaches, ADA Ramps 00 Swka / 4,000 psr Cormt, Ma for Sidewalks, Curb & Gutter, Sewer Manhole, WIGs, & Ju..boa Bones )00 psr Co...:: Ma f Dnvewaya, Sidewalks, ADA Ramps )00 psi Covc.AMa for Curb & Guner 000 psi Cc— for Sidewalks, Ramps, WIe6, Ju..boa Boxes, Thm,t Blocks, Curb and Gulley, Dnveways, Bamer Ramp )00 psr Concrete Ma for Curb & Gulley, Dra, w ys, Sidewalk, ADA Ramps )00 psi Concrete M. for Curb and Gutter )00 psr Covcrele to, Sidewalks 500 psr Covcrele Ma for Sidewalks, Dnve Approaches, ADA Ramp, Curb and Gutter )00 psr Concrete for Sidewalk )00 psr Concrete Ma for Flam,,k, Curb &Gutter, Dnveways, Sidewalk,, ADA Ramps )00 psi Concrete Ma for Curb & Gutter, Dnveways, Sidewalks, ADA Ramps psr Concrete for Manholes & Utility Snucmres psr Covcrele for 1r1-, Boxes, Evcasemml, Block.g tanCovaele for Wleta, Juvclinv Boxes, Manholes, Chanel Liners, Sidewalk, Dnveway,, Curb & Gulley psr Covaele for Wleta, Boxes, Encasement, Blocking psr Covcrele Ma for Sidewalks, Bfckmg psr Conaele Ma for Sturm Dram Stmctores, Dnveway,, Screen Walls, Collate psr Concrete M�xf Wlel,, Thmst BWck.g Coacrele Encasemnt psi C=I, Ma for Inlets, Thmst Block.g Comets Evcasemnt psr Comets Ma for FWtw.&, Wlets, Thm,t Blocking Concrete Encasement psr Comets Ma for Cast -in -Place Box Culvert, psi Concrete Ma for Cast -in -Place Box CnIV psi Concrete Ma for Sidewalks, ADA Ramps, Dnveways, Curb & Gutter, Safety End T.—., Non-TxDOT Reta..g Walls psi Concrete ma for Valley Gutters, Lrghtpole Foundations pa Concrete Ma for Valley Go.., Ughtpole Foundations psr Concrete Ma for Sturm Dm. Stmcmres, Snrmry Sewer Manholes, Junction Box psi Concrete Ma for Block.g P.Coccrete Mix for Sidewalks, WIeN I psi Concrete for Rc..mg wall, dnveway, lunchm box apron, approach I psi Concrete for Manholes, filets & Headwalls, Valve Pads Sacks / 4,000 psr Concrete for Junctin Box, Box Culvert, Sidewalk and Ramps. Sack / 4,OOO psr Coracle Mix fin ClP Sewer Mnholes Sacks / 4,000 psr Cmmc, Ma for CIP Sewer Mmh.lc, ) psi Cc— for Mnholes, Inlets & Headwalls DO psi Cncrete for Curb Wleta DO psr Cm,,w for Storm Stmcmrea, Inlets, Bloclmg & Encasement DO psr Cmcrete for Wlels, Storm Dra. Stmcton s 1 Sacks / 4,500 psr Comets to, Wlets, Manholes, nd Headwalls D Such / 4,000 psr Comets to, Collars, Mnholes, Box Culverts 10 psi Concrete Ma for Curb la1'N s)psi Concrete Ma for Curb Wlets b psr Comets for Blocking H) psi Concrete for Strom Dram Stmcttues IO psr Concrete Ma for Throat Blocks, Valve Pads IO psr Concrete Ma for Ca,b.-Place Storm D.. Stmcmres 10 On Coamir for Throat Blocks, VW, Pads 3-5" Slump; 3-(1%Ai, 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 3-6% An 3-5" SWmp; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 36% Ar 3-5" SWmp; 36% Ar 3-5" SWmp; 3-6% Au 3-5" SWmp; 4.5-7.5%Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slomp; 3-6% Au 3-5" Slomp; 3-6% Au 3-5" Slomp; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Av 3-5" SWmp; 36%Au 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36%Air 3-5" SWmp; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 3-6% Ar 3-5" SWmp; 36% Ar 3-5" SWmp; 36% Ar 3-5" SWmp; 3-6% Au 3-5" SWmp; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 4.5-7.5%Au 3-5" Slump; 3-6% Au 3-5" mp Slu; 36 Au % 3-5" Slump; 3-6% Au 3-5" Slump; 36% Av 3-5" SWmp; 36% An 3-5" SWmp; 36% Aa 3-5" SWmp; 3-6 An 3-5" SWmp; 3-6 An 3-5" SWmp; 3-6 An 3-5" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 36 % Au 3-5" SWmp; 36°/" Av 3-5" SWmp; 36°/" Av 3-5" SWmp; 36 % Au 3-5" SWmp; 3-6% Au 3-5" SWmp; 0-3%An 3-5" SWmp; 36%n A 3-5" SWmp; 36% An 3-5" SWmp; 36% An 3-5" SWmp; 3-6% An 3-5" SWmp; 36%An 3-5" SWmp; 36 % An 3-5" SWmp; 36°/" Av 3-5" SWmp; 36°/" Av 3-5" SWmp; 36 % Au 3-5" SWmp; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slomp; 36 % Au 3-5" Slomp; 36 % Au 3-5" Slump; 36 % Au 3-5" Slump; 36 % Av 3-5" SWmp; 3-6 An 3-5" SWmp; 3-6 An 3-5" SWmp; 36%An 311, SWmp; 4.5-7.5%An M" SWmp; 36%An 3-5" SWmp; 36%An 3-5" SWmp; 3-6% An 3-5" SWmp; 36°/" Au 3-5" SWmp; 36°/" Av 3-5" SWmp; 3-6% Ar 3-5" SWmp; 3-6% Au 3-5" SWmp; 36%Au 3-5" Slump; 3-6% Au 3-5" Slump; 3-6% Au 3-5" Slump; 36 % Au 3-5" SWmp; 36%An CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 12/52022 1 03 30 00 Mu Des��f Redi-Mix 156115C4 4000 psi Concrete for CIP Stoma Draw Sm W,, 3-5" SWmp, 36% Ah 4000 Z 1112 2022 03 30 00 Mu Des Redi-Mu 14 P25P4 45500 psi Concr fr SWm Dmfl Smcmre, 3-5" SWmp, 3fi% 1 SRM Ct 5050 FW5320A and Collars 9/920224 03 30 00 M. Design TapanV Con aete 3000 psi Concrete MlxTfortBloakfg 3-5" SWm; 36% 1 10/102022 03 30 Mi. crate TCFW6025A2 4000 psi Concrete for Manholes 3-5" SWmp, 3fi%Ah C� X, m BA y{t` 4walls. Culverts. Dr Iled Shafh) Drilled fl.m - 9/92022 03 30 00 Ma Design Bumco Texas 36U500BG 3600 psi Concrete Mu for Lighting and Traffic Signal Foundations (Drilled Shafts) 5 5-7 5" SWmp; 3-6 An 6/21/2023 03 30 00 Mm Design Cow Town Redi Mu 360-DS 3600 psi Concrete for Drilled Shaft/U6tWg and Traffic Signal Foundation (DrM d Shafts) 5 5-7 5" SWmp; 3-6 An 12/5/2022 03 30 00 Mu Design Ho1Cvn - SOR, fc. 1822 3600 psi Concrete for (DrM d ShaDsl/LiA Mtf and Traffic Signal Foundations 5 5-7 5" SWmp; 0-3 'Ai' 9/9/2022 033000 3 30 00 M. Design Ho1Cvn - SOR, fc. 1859 4000 psi Concrete for (DdU d ShaDs)/Lightfeand Traffic Signal Foundations 5 5-7 5" SWmp; 36% Ai' 14/7/2023 033000 M. Design fgmm Concrete & Aggregates IOLQS50N 3.600 psi Concrete for (Drilled Shafls)/L,6tf and Tmffic Signal Foundations 5 5-7 5" SWmp; 36% Ai' 4/7/2023 03 30 00 M. Design Liquid Slone C361DHR 3.600 psi Concrete for (Drilled ShafD/Li6tfg and Tmffic Signal Foundations 5 5-7 5" SWmp; 36%An 6/27/2023 03 30 00 M. Design Marl. M_ U2146N41 6.44sacks /3.600 psi Conuete for (Drilled Shafts) / Lighting and Tmffi, Sigoal Foundations 5-7" SWmp; 36%Ai, 6/27/2023 03 30 00 M. Design Marl. Manetta U2146K45 6.65 sacks / 3.600 psi Concrete for (DrBled Shaba) / Lighting and Trafic Signal Foundations 5-7" SWmp; 36%Ai' 8/42023 03 30 00 M. Design Marl. Manetta U2146R41 6.44 sacks / 4.500 psi Concrete for (DrM d Piers)/Li6t Pole bases. 5-7" SWmp; 3-6%- 8/22/2024 03 30 00 M. Design NBR Ready Mix 135K2524 3500 psi Concrete for (D'MW Shaft) LighM k Foundations 5 5" SWmp; 36% AQ 8/22/2024 03 30 00 Mu Design NBR Ready Mix 135K0524 3500 psi Concrete for (D'MW Sha(t) Lightpole Foundations 5 5" SWmp; 36% AQ 5/15/2023 03 30 00 M. Design Redr-Mx SOL115D5 3600 psi Concrete for (DrM d Shaf) /L 61h and Tmffic Si —I Foundations 5 5-7 5" SW—; 36%Air bther Applications 9/92022 03 30 00 Mu Design Argos DIOOO0001083S 4000 psr Concrete for VW, Pads, Wlets, Sttucmres, Headwalls, Thmsl Blocking 3-5" SWmp; 36% Air .1022 03 M W Mu Design Argos D10000001083 4000 psr Concrete for Valve Pads, flats, Stmcmres, Headwalls, Thmsl Blockmg 3-5" SWmp; 36% Air 9/9/2022 03 30 00 M. Design Argos D70000001681 4000 psr Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters 3-5" SWmp; 3-6 Ai, 9/92022 03 30 00 M. Design Csder Concrete FWCC602001 4000 Is r Concrete for Sl— Drain Slmcmre,, Manholes, Headwalls, Remmmg Walls, Valley Goners, Dnve Approaches 3-S" SWmp; 36%Ah 9/92022 03 30 00 Mu Design Charley, Concrete 4518 4000 psi Concrete for Headwalls, Win —ally 3-5" SWmp, 36% Ah 9/92022 03 30 00 Mu Design Charley, Concrete 5642 4000 pi Concrete for Storm Dram Stmcm— 3-5" SWmp, 3fi%Ah 9/92022 033000 Mu Design City Concrete Compnany 40LA2011 4000 psi Concrete Mu for Storm Draw SWCWres 3-5"SWmp, 36%Ah 9/92022 03 30 00 Mu Des r Cw Tovm Red, Id& 260-2 3600 p,i Concrete Ma for Box Culvert,, Headwall, 3-5" Slump; 36%Ah 9/92022 03 30 00 Mu D.V Cow Tovm Redi Mu 360-1 3600 pal Concrete Mu for Box Culverts, Headwalls, Wig tls 3-5" Slump; 36%Ah 9/92022 03 30 00 Mu DIV Cow Tovm Redi Mu 260-1 3600 psi Concrete Mu for Headwalls 3-5" Slump; 3fi % Ah 1/29/2024 03 30 00 Mu DIV Eshada Ready Ma R3655AEWR 5.50 Sacks / 3,600 Mi Concrete for Headwalls, Wf all,, and Culverts 3-5" Slump; 3fi % Air 9/9/2022 03 30 00 Mu Deswr OCH Concrete Services GCH4000 4000 pal Concrete for for Sidewalks, Ramps, Headwalls, flats, and Sfm Draw Simc 3-5" Slump; 36%Air 9/9/2022 033000 Mu Desr Holcim -SOR, fc. 1851 4500 pai Concrete£orSform Drew Simclmes, Hand Placed Pavfg 3-5"Slump; 36%Air 4/l/2023 03 30 00 Mu Desrgp Martf Marietta 310LBP 3,600 psi Concrete for Re mi.g Walls 3-5" Slump; 4-7%Air 8/30/2023 033000 Mi. DZe Martf Marietta R2141R30 5.85SK/4,000psi Cneretefr Box Clverts&Headwalls 3-5"SWmp; 36%Air 9/92022 03 30 00 Mix Design Martf Marietta R2146035 4,000 psi Concrete for Manholes, flats & Headwalls, Valve Pads 3-5" Slump; 36 % Air 12/5/2022 03 30 00 Mix Desig Redi-Mix 1OL115CI 3600 psi Concrete for Manhole, flat, ]unction Box, Headwall 3-5" Slump; 3-6% Air 9/92022 03 3000 Mix Desigp SRM Concrete 40050 4,000 psi Concrete ibr Headwalls, ReWffg Wall, Collars 3-5" Slump; 3-6% An 9/92022 03 3000 Mix Desigp SRM Concrete 35022 3,600 psi Concrete ibr Junction Box, ReWffg Walls 3-5" Slump; 3-6% An 4/l/2024 033000 M. 4FW6020A2 9/92022 03 30 00 Mu Des�� TR—tt Concha 4000 psi Concrete Mix for Storm Dram SWctures 3-5" SWmp, 36% Ai, Cl... P(Mac fe pl. ced�Pavfe) 9/92022 32 13 13 Mu Design Argos DIOOO0001617 3600 psr Concrete for Mach.e Placed Paving 1-3" SWmp;') °, Ai, b/24/2024 32 13 13 Ma Design Brg Town CvcreAe 360060-1 3600 psr CvcreAe for Mach.e Placed Paving 1-3" SWmp; 36% Air 6/24/2024 32 13 13 Ma Design Brg Town C ,,(, 362060-1 3600 psr C ,,(, for Mmh.ce Placed Paving 1-3" SWmp; 36%Air 9/92022 321313 Mu Design Csder Covcrete FWCC552091 3600 psr for Machine Placed Pay.g 1-3"SWmp;36%Av 9/92022 321313 Mrs Design Carder Covcrete FWCC602091 4000 psr for Machine Placed Pay.g 1-3"SWmp;3b%An' 9/92022 32 13 13 Ma Design CharWys Concrete 5167 3600 psr Cvaele Ma for Machine Placed Pay.g 1-3" SWmp; 36%An 9/92022 32 13 13 M. Destgn Crty Covcrete Cmpmy 36LA2011 3600 psr Cvrxele Mrs f Mach.e Placed Pay.g 1-3" SWmp; 3-6% AQ 9/92022 33 13 13 M. Design Cow Tow. Redr M. 257-M 3600 psr Concrete Ma f Mach.e Placed Pay.g 1-3" Stamp; 36°/" Av I1/142022 32 l3 13 Ma Design Cow Towv Re& M. 317-M 3600 psr Concrete M. for Mach.e Placed Pay.g 1-3" SWmP; 36% Av 9/92022 32 l3 13 M. Design Cow Towv Re& M. 260-M 4000 per Cvaete M. for Mach.e Placed Pay.g 1-3" SWmp; 36 % t 1/92022 32 l3 13 Ma Design Cow Town Redr M. 360-M 4000 psr Concrete Ma for Mach.e Placed Pay.g 1-3" SWmp; 36 % t 2/62024 32 L313 M.Desrgo 8s da Ready M. TD3655AEWR 5.50 Sacks/3,600 psr C.—for Mach.e Placed Pay.g 1-3"SWmp; 3-6 t 9/92022 321313 Ma Desrgo fgrary Cvcrem&Aggregates 2MWR-056PS5D5 4000 per C.— Mach.e Placed Pay.g 1-3"SWmp; 3-6 t 8/42023 321313 M.Design Mart. Manetta Q2141R27 5.69 sacks/4,000 psr Concrete for Mach.e Placed Pay.g 1-3"Slump; 3-6 t 112/2022 32 l3 13 Ma Design Mart. Manetta Q2141K30 4,000 psr Covcrete for Mach.e Placed Pay.g 1-3" Slump; 36 % t l0/4/2023 32 l3 13 M. Design NBR Ready Mu TX C SF-YY 5.50 Sacks / 3,600 psr Concrete for Mach.e Placed Pay.g 1-3" Slump; 36 % t 10/4/2023 32 l3 13 Mix Design NBR Ready Mu TX C SF -NY 5.50 Sacks / 3,600 psr Concrete for Mach.e Placed Pay.g 1-3" Slump; 36 % t 9/162024 32 l3 13 Mix Design SRM Concrete 40025 4000 psr Concrete for Mach.e Placed Pay.g 1-3" Slump; 3-6% Av 9/92022 321313 Mix Design Tarrant Concrete FW5520AMP 3600 psr Concrete fin Machine Placed Pay.g 1-3"Slump; 3-6 Av 9/92022 32 13 13 M. Design T. G. Red, M. 0255 2301 3600 psr Concrete M. for Machine Placed Pay.g 1-3" SWmp; 3.56.5 % An 9/92022 32 13 13 Mu De m Tme Gnt Redi Mu 0260 2302 4000 psr Concrete Mu for Machine Placed Pay.g 1-3" SWmp; 3.Sb.5%Ah' CWss H (Han Pl_d Pavan¢) 9/91022 32 13 13 Mu Design American Concrete Company 45CAF076 4500 psr Concrete for Hand Placed Paving 3-5" SWmp; 36% Ai' .1022 32 13 13 Mu Design Argos D70000001273 4500 psr Concrete for Hand Pl—d Paving 3-5" Skimp36% Ai' 9/9/2022 32 13 13 M. D.w Argos D10000001737 4500 psr Concrete for Hand Placed Paving 3-5" SWmp; 36% AQ 9/92022 32 13 13 Mu Design Argos D70000002107 4500 psr Concrete for Hand Placed Paving 3-S" SWmp; 36%A " 9/92022 32 13 13 M. Design Argos D10000001791 4500 psr Concrete for Hand P _d Pay.g 3-5" SWmp; 36%Aa 9/92022 32 13 13 Mu Destgn Argos D10000001103 4500 psr Concrete for Hand Placed Pay.g 3-5" SWmp; 36%An 5/22023 32 13 13 M. Destgn Brg D Concrete CM14520AE 4500 psr Concrete for Hand Placed Pay.g 3-5" SWmp; 36 % AQ 9/92022 32 13 13 M. Design Brg Town Concrete 452065-1 4500 psr hand placed pawng 3-5" SWmp; 36 % An 9/92022 32 13 13 Ma Design Brg Town Concrete 450065-1 4500 psr hand placed pay.g 3-S"SWmp;36./ 9/92022 321313 Ma Design Bumco Texas 4SUSOOBG 4500 per Cvcrete Ma for Hand Placed Pay.g, Srom Srmcv 3-5"SWmp; 3-6 t 9/92022 321313 Ma Design Carder Concrete F'WCC602021 4500 psr covcrete for Hand Placed Pay.g 3-S"SWmp; 36%Av 9/92022 32 l3 13 Ma Desrgo Charkye Covcrete 4609 4500 per Covaere M. for Hand Placed Pay.g, MaMoles 3-5" SWmp; 3fi % t 9/92022 32 l3 13 Ma Desrgo Charleye Covcrem 6103 4500 per Cvcrere Ma for Hand Placed Pay.g MaMolee 3-5" Imp 3fi % Av 9/912 22 32 l3 13 Ma Design Crty Co w Compavy 45NA2011 4500 psr Concrete M. for Hand Placed Pay.g 3-5" Slump; 3fi % Av 9/92022 32 l3 13 Ma Design Cow Towv Redr Ma 265 4500 psr Concrete Ma for Hand Placed Pay.g 3-5" Slump; 36 % Av 9/92022 32 l3 13 Ma Design Cow Towv Redr M. 365 4500 psr Covcrete M. for Hand Placed Pay.g 3-5" Slump; 36 % Av l/29/2024 321313 Mix Design Esnade Ready Mu R4560AEWPJ 6.00 Sacks/4,500 psr Concrete for Hand Placed Pay.g 3-5"Slum; 4-6 t 9/92022 32 l3 13 Mix Design GCH Concrete Se GCH4500 4500 psr Concrete Hand Placed Pay.g 3-5" Slump; 36 % t 9/92022 32 l3 13 Mix Design Holc.r - SOR, Mc 1851 4500 psr Concrete fin SWm Dm. Snac.re,, Hand Placed Pay.g 3-5" SlumP; 36 % Av 9/92022 321313 Mu Design fgmm Concrete&Aggregates 2MWR-161PS5EM 4500 psr Cpnmele M.for Hand Placed Pay.g 3-5"SWmp; 3.56.5%Ai' 9/92022 32 13 13 M. De gn I, Concrete & Aggregates 2MWR-161UV5DM 4500 psr Concrete for Hand PWced Paving 3-5" SWmp; 36% AQ 9/92022 32 13 13 Mu Design fgmm Concrete &Aggregates 2MWR-IOMQS50N 4500 psr Concrete for Hand Placed Paving 3-5" SWmp; 36 ' A' I12/2022 32 13 13 Mu Design Marl. Manetta R2146N35 6.11 sacks / 4,500 psr concrete for Hand Place Pay.g, flats, Manholes, Headwalls 3-5" SWmp; 36%A " 8/42023 32 13 13 M. Des Marl. Manetta R2146R36 6.17 / 4,500 N, Concrete for Hand Placed Pay.g 3-5" Skimp; 36%A , CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 32 13 13 M.6 esip Marctta 32 13 13 Mi, 119p (Martin Martin Mabctta 32 13 13 Mi. Deslipr Martin Marietta 32 13 13 Mu Derr Martin Marietta 32 13 13 Mi. DIV Martin Marietta 32 13 13 Mi, Des r Martin Marietta 32 13 13 Mu D.'Vp Martin Marietta 32 13 13 Mu Desr Martin Marietta 32 l3 13 Mu D.p Martin Marietta 321313 Mi. Des�r Martin Marietta 321313 Mi. DIF Mari Marietta 32 13 13 Mi, Des�r rti Man Marietta 32 l3 13 Mi. DesVr NBR Ready Mi, 32 l3 13 Mi. Des r NBR Ready Mis 321313 Mu Desr Osbum 321313 Mi. Desp Rapid Redi Mi, 321313 Mix Desran Red' 32 13 13 Mix Desum Redi-Mu 321313 Mix Design Redi-Mi. 32 13 13 Mi, Des0 Redi-Mix 32 13 13 M& Dell' SRM Concrete 32 13 13 Mi. Deslr SRM Concrete 32 13 13 Mu Derr Tarrant Concrete 32 13 13 Mi. Der r Tarrant Concrete 32 13 13 Mi. Der r Tarrant Concrete 32 13 13 Mi. Des r Titan Ready Mu 321313 Mi. Des r Tme Grit Redi Mu 321313 Mi Des r T. Grit Redi Mi. 321313 Desna Tme Grit Redi Mi. lass HE ( Eery Strength Pavina) 32 13 13 ix Des�� Hia D Covcrete 32 13 13 Mu Des��f Hamco Texas 32 13 13 Mix Desl�r harleys C nc t 321313 Mu Derr Cow Town Redi Mu 321313 Mi, Der r Cow Town Redi Mi. 321313 Mu Desr Cow Tovm Redi Mu 321313 Mi, Des r Cow Tovm Redi Mu 32 13 13 Mi. Des r Estrada Ready Mi, 321313 Mi, D.WFA Holcim -SOR, Inc. 32 l3 13 Mu D- Liquid Stone 32 13 13 Mu D.VV Martin Marietta 321313 Mix Des Redi-Min 321313 Mix DeeV SRMC verete 32 l3 13 Mix Des, SRM Concrete 321,3 13 M. Des Tamm Concrete 321313 alas S ridge ix Des�rj� abs Top Slabs of Direct Tammt Concrete Trafl c Cohen/ AJ��ra rh Slabs) 32 13 1 f Mix Dell' Cow Town R d. ivlix 32 13 13 Mix Des��r Cow Town Redi Mix 32 13 13 Mix Desl�r Cow Town Redi Mix 321313 Mu Deer Estrada Ready Mix 32 13 13 Mu De p Martin Marietta 321313 Mu Des', Martin Marietta 321313 Mu Desp NBRReady Mu 321313 Mu D-W. NBR Ready Mi, 32 l3 13 Mix Dea r Redi-Min 32 l3 13 M& Des,Wp SRM Conorale Concrete Base Trench R-4, 03 34 16 Mu D,,�p Humco Texas 03 34 16 Mu D It, Hamco Texas ontrolled Low Btrener6 Material 0334 13 Mu Del Hamco Texas 03 34 13 Mix Des�� Carder Concrete .3313 M& Des', Garda, Concrete 033413 M&D., City Concrete Comrany 03 34 13 Mu Deefr Cow Town Redi Mu 03 34 13 Mu Desp Martin Ma6,ma 0334 13 Mi. DIP NBR Ready Mu 033413 Concrete FB Mi, Desran j Tapsnt Concrete I31 37 00 tr� Des��f (Martin Marietta 31 37 00 Mu Design Marlin Marietta R2146N36 R2146K36 R2146K37 R2146R44 R2146K44 R2146P36 R2146K36 R2147241 R2146236 R2146036 R2146242 R2146042 CLS P2-YY CLS P2-NY 45A60MR RRM6320AHP 10MI 1524 10MI15D4 10M11504 145CD5P4 45023 45000 FW6020AHP FW60AHP TCFW6020AHP TRC4520 0260.2301 0265.2301 270.230 I4500AE 55UI20AG 6589 370-INC 375-NC 370-NC 380-NC 4575AESC 2125 C451DHR-A R2161K70 10NI 1507 50310 40326 FW6520AMR FW7520AMR 4,500 pMi Concrete for Hand Placed Paving°¢ ml 6.22s k/C4,SOOtpsioConacretelfor Hanad Placed Pavirl 6.60 Sacks / 4,500 psi Concrete Mu for Hard Placed Paving 6.60 Sacks / 4,500Ijlei Concrete Mi for Hand Placed Paving 4,500 psi Concrete for Hand Plaeed Paving 4,500 psi Concrete for Hand Placed Paving 4,500 psi Comrele for Hand Placed Paving 4,500 psi C—mu, for Hand Placed Paving 4,500 psi Concrete for Hand Placed Pavina, Inlets 4,500 psi Concrete fur Hand Placed Paving 4,500 psi Concrete for Hand Placed Pavirl�r 6.50 Sacks / 4,500 psi Concrete f, Hand Placed Pavina 6.50 Sacks / 4,500 psi Concrte f, Hand Placed Pavina 6 SK / 4,500 psi Concrete for Hand Placed Paving 4500 psi Concrete f, Haad Placed Pa"y 4500 psi Concrete Mix fur Hand Placed Paving 4500 psi Concrete Mi, for Hand Placed Paving, Storm Drain Sma,ft es 4500 psi Concrete Mix fr Hand Placed Pavira 4500 psi Concrete Mi. for Hand Placed Paving, Smmr Drain Structures 4,500 psi Concrete for Hand Placed Paving 4,500 psi Concrete for Hand Placed Paving 4500 psi Concrete Mi. for Hand Placed Paving 4500 psi Concrete Mi. for Hand Placed Paving 4500 psi Concrete Mi. for Hand Placed Paving 4500 psi Concrete for Hand Placed Paving 4500 psi Concrete Mi, for Hand Placed Pavma° 4500 psi Concrete Mi.for Valley Gutters, Hand Placed Paving 5000 psi Concrete for Hand Placed Paving 4500 psi Concrete for H�'� Early ShyenaOr P^�aptv-u'�`Rp Sma� 4500 psi Concrete Mu for r H?a a,tY Strenalh Paving 4500 psi Concrete for DES Pavmg 5000 psi Concrete for DES Pavina 4500 psi Concrete for HES Paving 4500 fljjsi Concrete for HES Pa 1.50 Sacks / 4,500 epi (3,000 �i (aJ 3day) Concrete fr HES Pavioa 5000 �i C ncrele BE Pavma 4500pr Comrete foHES P.7J6,000pi(3,000pa24nnJaConH M�HsavHES Paving4500 pi (2600 psi4 5,000 piCorete�SPmg 4,500 (3,000 (3-0ays) psi Concrete f r HES Paving 4500 (3000 psr 3-0ays) psi HES Pavl9 450013000 pei ,3-dms) psi Concrete RES Pavina 31" Slum, 36%Air 31" Shunp, 36%Air Slump 3-5" Sh,, 36%Air 31" Slump, 3-%Ate 3-5" Slump, 36% A6 3-5" Slump, 36% Av 3-5" Slump, 36%Air 3-5" Slump; 4.5-7.5%Air 3-5" Slump; 3Air 3-5" Slump; 36 6% % Air 3-5" Slump; 36% Air 3-5" Slump; 36 % Air 3-5" Slump; 36 % Air 3-5" Slump; 3-6 Air Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 36 % Air 3-5" Slump; 36 % Au 3-5" Slump; 3-6% Au 3-5" Shunp, 3-6 Air 3-5" Slump, 36%Air 31" Slum,, 36% Air 3-5" Slump, 36%Ate 311. Slump, 36%Ate 3-5" Slump, 36% Air 3-5" Slump, 36%Ate 3-5" Slump, 36%AI, 3-5" Slump; 3.56.5%Air 3-5" Slump; 3-6% Air 31" Shunp, 3-6 Air 3-5" Shun,, 36%Air 31" Shun,, 36% Air 3-5" Slum,, 36%Ate 31:: Slump, 36% 1 3-5" Slump, 36%Ate 3-5" Slump, 3-6 Air 3-5" Slump; 36%Air 3-5" Slump; 36%Air 3-5" Slump; 3-6% Atr 3-5" Slump; 36% Air 3-5" Slump; 4.56.5%Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6% Air 3-5" Slump; 3-6 Air Air 3-5" Slump; 3-6% Air 260 4000psiCConcrMfoSabsBooxx Cuvrt, Hwwals e Hri 35 3661 360 000 p 4MuforBriSbBhrtsHdalls F SSmp 3-5lmp,36%Ate 365-STX 4000 sii Concrete for Bridge sl s, ro� slabs ofdvect msffrc cal— apq ..h slabs-TXDOT Class S-No Fly Ash 3-5" Shunp, 36%Ate R4060AEWR 6.00 3 arks / 4,000 �gj i Concrete for Brdge Slabs, Top Slabs, and Approach Slabs 4-6 Slump, 36%Ate M7842344 4,000 psi Concrete?.,Bridae Deck 3-5"Slum:4.5-7.5%Ate R2146P33 6.01 sacks / 4,000 Rai concrete for B, Deck 3-5" Slump, 36% A6 TX S-NY 5.50 Sacks / 4000psric.msete Mu for C s S Smb Paving -No Fly Ash 3-5" Slump, 36%Ate TX S-YY 4.50 Sacks / 400 Conc,ele Mu fo, Class S Slab Paving 3-5" Slump; 36 % Air 156115D4 4000 psi Brida, s 3-5"Sl.mp;36%Air D100008553CB 4,000gppa�i Concrete fo, Bdridge Approach Slab, Deck Slab 3-5" Slump; 36%Ate I08Y4 0BA IS00 psl lozub, M'afo Bes-for Trench RepT �7WShhum, 36%Ate OIY61OBF 100}lsiConcrete Mix f, Flowable Fill Flowable, 8.5-11.5%Ate FWCC359101 50-150 psi Plowable Fill - CLSM 3-5" ShamQQ, 8-12%Ate FWFF237501 50-150 psi Flowable Fill - CLSM Plowable, 8.5-11.5%Ate I1-350-FF 50-150 si Conc,ete for Flowable Fill-CLSM Flowable, 8-12%Ate Mi.#9 70nMi�lowable Fdl-CLSM 7-9"Stump, 8-11%Ate FL W25A 8-10"SluoJp�, FTW FLOW FR,L I50,,sr iconcretefor HowabbleFiWCLSM 8-12%Ate FWFF150CLSM 50-150Mi Flowable Fill-CLSM Plowable; 8-l2%Ate R21160330 I4,000 psi Concrete for R map 3I., Slump, 36%Ate Asphalt Paw¢ 9/9Y1022 321216 Mu Design Austin Asphalt FT5BI17965 FT5B117965PG64-22Ty BFme Base 9/9/'2022 321216 Mu Design Austin Asphalt FTIB139965 FTIB139965PG64-22Ty BR -Base 9/9/2022 321216 Ma Design Austin Asphalt ITIB117.2 FTIBI17.2 PG64-22 TW.B Fme Base 5/1R024 32 1216 Mu Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course 9/9/2022 32 12 16 Ma Design Reynolds Asphalt I112B I112B PG64-22 Type B Fme Base 9/9/2022 32 12 16 Ma Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fme Base 12/5/2022 33 12 16 Mm Design Suu nmm Pavmg 3076BV6422 3076BV6422 PG62-22 Type B Fme Base 9/92022 32 1216 Mu Design Suamoum Pavmg 34 1 -BRAP6422ERG 34 1 -BRAP6422ERG PG64-22 Type B Fme Base 9/92022 32 1216 Ma Design TXBIT 37-211305-20 37-2l l305-20 PG64-22 Type B Fme Base 9/9/2022 32 1216 Ma Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fme Base 9/9/'2022 32 1216 Mu, Design TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fme Base CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 9/9/2022 32 12 14 Mu Design ITXBIT 4/1/2024 32 12 16 etttdble Mix Des�e my Sp�nce aDW$-Pavers TXHIT 9/9/2022 321320 Pine Hall Brick(Winstou Salem, NC) 9/9/2022 321320 DWS-Pavers Western Brick C..(Houstom TX) 9/9/2022 321320 �'21321 DWS-Composae 9/9/2022 DWS-Composite ADA "s(Wthnin -M� 4/72023 321320 DWS-Pavers S1.1 ADA Somtions(Wt knigtZ MA) Silicone Joint Sealant 9/92022 132 D 73 Joint Scala,[ Dow 9/9/2022 32 13 73 Joint S.Im Tremco 9/92022 32 13 73 Joint Sealant Pecors 9/9/2022 32 13 73 Join[Scalant Crsfco 11 Trench Embedmeul Saud 9/92022 33 05 10 Embedment Sand Silver Creek Materials 9/92022 33 05 10 Embedment Sand Crouch Matenals 9/92022 33 05 10 Embedment Saud F and L Dvt Movers 9/9/2022 33 05 10 Embedment Saud F and L Did Movers 9/92022 3305 10 Embedment Sand I. Top Mmtm ManeOa I64 224125-18 PO I64 224125-18 PO70 2pe 2 TyD Fine Surface 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R T— D Fme Surface Tackle Pavers Delegable Warning Pavers Armor Tile IT mg, Brick CB Composite P—, Delegable Wamine Pavers 890SL 1890SL-Cold Applied, Single Component, Silicone Jowt Sealant 900SL -Cold Applied, Single Component, Silicone Joint Sealant 311 300SL 300SL-Cold AppW Single Component,Silicone Joint Sealant RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant U01try Embedment Sand U: ny Embedment Sand Uldtry Embedment Sand Uldtry Embedment Sand Utdny Embedment Sand Storm SeaverManholea&Basen/Fra—&Covers/Standnrd/fR und)33-05-13 9282018 33013 Madwle F.— sad Covers A —Cast (G- Steel Compevy, LTD) IMHRC 4220605 MHRC #220605 (Si.- "'24" DW 19/28/2018 330513 Manhole Covu Neenah Foundry NF-1274-T91 NP-1274-T91(Size -32"Din.) 1928/2018 33 Manhole Framesand Covers Neenah Foundry NF-1741-LM(Hmged) NP-1743-LM(Hinged)(Size-32"Die.) 9/28/2018 330513 Manhole Frame Neenah Foundry NF-1930-30 NP-1930-30(Size-32.25"Die.) 9/282018 330513 Manhole Frames and Covers Neenah Foundry R-1743-HV R-1743-HV(Sime-32"Din.) 4/32019 330513 Manhole Frames and Covers SIP lndasnies++ 1279ST 22795T (Size-24"Die.) 4/3/2 330513 Manhole Frames end Covers SIP Industries++ 2280ST 2280ST (Size-32"Dig.) 11118/2020 330513 Manhole Frames and Covers EJ( Fomtally East Jordan I—NV.&O E11033 Z2/A EJ1033 Z2/A(Sim -32.25"Dk,) 330513 Cmbinlet Covers SIP Industries++ 2296T 2296T(Sim -"""24"Dk,) �3/82024 6/18/2024 330513 Curb Inlet Covers SIP lndastries++ 1I2279STN 2279STN(Size-24"Dk,) •*Note: Annewdere(opmen and urn innallarian manho/e /ids sxa/l zed the minimum 30-inrb opening requlemenras specled in Ciry Speril+ra�ian 33 OS l3. Arrysmal/er opening sius wJl onty De allowedfor exisn'ng manxo/es rMr require replaremenrframesgnd rovers. Storm Sewer - Inlet& Slrugures 33-05-13 10/8/2020 33 49 20 Cmb We. Fot — 10/8/2020 33 4920 Curb Inlets Fonema 10/82020 33 49 20 Cmb Inlets Fonema 10/8/2020 33 49 20 Cmb Inlets Fonema 10/8/2020 33 39 20 Manhole Fonema 10/8/2020 33 39 20 Manhole Fonema 10/8/2020 333920 Manhole Fonema 10/8/2020 333920 Manhole I'm 10/8/2020 333920 Manhole I'm 10/8/2020 333920 Mmhole Fodema 3/192021 349 20 Curb Inlets Thompson Pipe Group 3/19/2121 333492 0 Curb Inlets Thompson Pipe Group 3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group 3/19/2021 333920 Manhole Thompson Pipe Gpap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Manhole Thompson Pipe Oroap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Manhole Thompson Pipe Gcap 3/19/2021 333920 Menhole Thompson Pipe(Jroup 3/19/2021 333920 Manhole Thompson Pipe Gonp 3/19/2021 333920 Manhole Thompson Pipe(1rouP 3/19/2021 333920 Manhole Thompson Pipe Goup 3/19/2021 333920 Manhole Thompson Pipe Goup 3/192021 33 39 20 Manhole Thompson Pipe Goup 3/19/2021 33 39 20 Manhole Thompson Pipe Goup 3/19/2021 33 39 20 Manhole Thompson Pipe Goup 3/19/2021 33 39 20 Manhole Thompson Pipe Goup 13/19/202: 33 49 20 Drop Inlet Thompson Pipe Goup 13/19/20233 49 20 Drop lnlg Thompson Pipe Goup 13/19/2021 33 49 20 Drop Inlet Thompson Pipe Goup 18/28/2023 33 49 10 Manhole Oldcasde 8/28/2023 33 49 10 Manhole OldcaetIe 8282023 33 49 10 Manhole OldcastIe 8/282023 33 49 10 Manhole Oldcasde 8/28/2023 33 49 10 Manhole Oldcagle 8/28/2023 33 49 10 Manhole 01& le 8/28/2023 334910 Manhole Oldcaetle 8/28/2023 334910 Manhole Rieke, Materials 8/28/2023 333920 Curb Inlet ] 0 k 3' Rises Thompson Pipe Gcap 8/28/2023 333920 Cnrb Inlet 15 k3' Rises Thompson Pipe Gonp 8/28/2023 333920 Cutb Inlet 20'x 3' Rises Thompson Pipe Gonp 1/12/2024 334920 Drop Inlet AmeriTex Pipe&Products 1/12/2024 334920 Drop Inlet Ame U. Pipe&Products 1/19/2024 334920 Manhole AmetiTex Pipe&Products 1/19/2024 334920 Manfiole AmeriTex Pipe&Products 1/192024 334920 Manhole AmeriTex Pipe&Prodacts 1/19/2024 33 49 20 Manhole AmeffT Pipe &Products 1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 1/19/2024 334920 Manhole Amer.T- Pipe &Products 1/19/2024 334920 Manhole Amer- Pipe&Products 1/19/2024 334920 Medwle A —Tex Pipe&Products 7/16/2024 33 49 20 Catb Wets =,Tex Pipe &Prodmre 7/16/2024 33 49 20 Cmb Ides A —Tex Pipe &Prodmre •*Note: Pre -cast inkms are appored/rMe s gelponion /Meu—e fast,/my. SraBe llpomn x-005-PRECASTSim 10' X 31 x-0PRECAST::-PRECAST'" (Size-0'X 31 x4.5-0PRECAST'-PRECAST''X 51 x4-020'" (Siu-10. -PRECAST Siu 0'X4 14 4ApegE_ :R-ECA�(Siu-TX� 41 34 ]0-PRECAST-TOP (Size - 5' X 51 :54 -PRECAST-BASE (Size - 5' X 51 :6411-PRECAST-TOP (Si. - 6' X 6) :6411-PRECAST-BASE (Si. - 6' X 6) IX3-005-PRECAST INLET"" (Size - l0' X 31 IX3-405-PRECAST INLET"^ (Size - l5' X 31 X3-005-PRECAST INLET" (Size - 20' X 7) C4409-PRECAST TOP (Size - 4' X 41 C4409-PRECAST BASE (S¢e - TX 41 C4-012-PRECAST 4-17 RISER (Si. -4' X 41 C5-0l0-PRECAST TOP (Si. - 5' X 51 C5-0l0-PRECAST BASE (Sim - 5' X 51 C5412-PRECAST 5-17 RISER (Si. - 5' X 51 C64 I 1-PRECAST TOP (Sim - 6' X 61 C64 -PRECAST BASE (Sim-6'X61 C6412-PRECAST 6-17 RISER (Size - 6' X 61 C7411-PRECAST TOP (Si, - TX 71 C7411-PRECAST BASE (Size -7' X 71 C7412-PRECAST 4-17 RISER (S¢e -7' X 71 C841 I -PRECAST TOP (Size -8' X 81 C841l_PRECAST BASE (Size -8' X 81 C8412-PRECAST 5-17 RISER (S¢e -8' X 81 C4408-PRECAST INLET (Si a-4'X 41 C5408-PRECAST INLET (Si a-5'X 51 C6408-PRECAST INLET (Size - 6' X 61 4' x T Snicked Mmhole (Size -T X 4) 5x8Stom Jmton Box (Siz-5X 8) 4'x4' Stomtou xSiz-4'X41 5' x 5' Storm Jmctiou Box (Size- 5' X 51 6' x 6' Storm Juuctiou Box (Size -6' X 61 8' x 8' Storm Juuctiou Box Base (Size - 8' X 81 5' x 8' Storm Junction Box Base (Size - 5' X 81 -4'X 41 Inlet Rieer (Size - 3 F11 hilet Riser (Size - 3 F11 Inlet Risen (Si. - 3 FF) Drop Inlet (4' X 41 Drop Inlet (5' X 51 Precast 4'x4' Storm Junction Box Precast 5k5' Stomt Junction Box T Precast T—nion MIT (T MH on the top of 5' 1B) Precast 0,6' Storm Junction Box 6' Precast Tanslnon MIT (T MH on the top of 6' 1B) Pmem 8M' Storm Junction Box 8' Precast Taasinon MIT (4' MIT on the top of 8' 1B) Tvm C Smmt Drain Manhole on Box (4' MIT on the top of RCB) 100 P.e." (Size 10'. 3) 150 Precast'" (Size 15' x 3) are requ/red m be rear /n-Plarc No exopd—w 1hh regairemenrsbal/be a/lowed. FASTM D5893 TM D5893 TM D5893 TM D5893 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM C33 ASTM A48 AASHTO M3N ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM A536 AASHTO M306 ASTM A48 AASHTO M306 ASTM A48 AASHTO M306 ASTM C913 ASTM C913 AS C913 AS C913 AS C913 AS C913 AS C913 ASTM C913 ASTM C913 ASTM C913 ASTM 615 ASTM 615 AS 615 AS 615 AS M 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 AS 615 ASTM 615 ASTM 615 AS 615 AS 615 AS 615 AS 615 ASTM 615 ASTM 615 ASTM C478 ASTM C478 ASTM C478 AS C478 AS C478 AS M C478 AS M C478 AS M C433 AS 1M C913-16 AS C913-16 AS C913-16 AS C913 AS C913 AS C913 ASTM C913 ASTM C913 AS C913 AS C913 AS C913 ASTM C913 AS M C913 AS M C913 ASTM C913 CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT STANDARD PRODUCTS LIST AS OF 09/23/2024 Storm Sewer -Pl— & Boxes 33-05-13 3341 13 Storm Dram Prpee Ad—ed D..ge Systems, Inc (ADS) ADS HP Storm Polwmvvleue (PP) Pipe (Sim -12" - 601 ASTM F2881 & A SHTO M330 334110 Sturm Dram Pipes Rinker Materials Reinforced Concrete Pipe Top end Goove Joint Pip, (Sim -21"or 1—) ASTM C76, C655 334110 C.1—Box Rinker Mmerlals Reinforced Concrete Box Culvert(Sze- Verions) ASTM C789, C850 3341 10 Storm Drain Pipes Ame ffe Pipe &Pmdacts Reinforced Concrete Pipe Tongue end Goove Joint Pipe' (Size -15" .1Imer) ASTM C76, C506 344110 C.N. Box AmeriT-P��'PPe&Pmdacts Reinforced Concrete Box C.1 er (size -Various)) ASTM C1433,C1577 3541 10 Storm Drain Pipes The T— Co. Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size -15" or huger) ASTM C76, C506 3341 10 Culvert Box The Tumer Co. Reinforced Concrete Box Culvert (size - Various) ASTM C1433,C1577 3341 10 Storm Dmin Pipes Thomlt�(��on Pipe Goup Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size Various) ASTM C76, C506 334110 CM" Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577 33 41 10 Stmm Dmm Ppee Old —de Reinforced Concrete Pipe Tongue and Goove Joint Pipe' (Size Various) ASTM C76, C506 CFW Lighting Approved Products List CFW Product Name Manufacturer I Manufacturer Product Name & Description Residential -Standard MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT2470AB-Type 11, 36" or 60" Rise 2/Bolt 8' Arm, Type 11 Pole Makers Sales and Marketing, LLC Black DB01373(page 1 of 6)-Shoe Base Pole Type 11, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33B, 36" Rise Simplex 8' Arm, Black Type 33B Arm Valmont Industries, Inc D1301373(page 4 of 6)-Single Arm Type 33B, Galvanized American Electric Lighting, ATBO-P101-Mvolt-R2-3K- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325607 American Electric Lighting, ATBO-P101-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325606 Residential Luminaire American Electric Lighting, ATBO-P101-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. MP-NL-P7-AO-RFD325609 American Electric Lighting, ATB0-P101-Mvolt-R4-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD325608 McFarland Cascade CREOSOTE 30/35 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 36" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 6 of 6)-Wood Pole Arm, Galvanized Arterial -Standard MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Makers Sales and Marketing, LLC Galvanized MRT33.585AB-Type 18, 36" or 60" Rise 2/Bolt 8' Arm, Type 18 Pole Makers Sales and Marketing, LLC Black DB01373(page 2 of 6)-Shoe Base Pole Type 18, Valmont Industries, Inc Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Galvanized Makers Sales and Marketing, LLC Type 33A, 60" Rise Simplex 8' Arm, Black Type 33A Arm Valmont Industries, Inc D1301373(page 3 of 6)-Single Arm Type 33A, Galvanized American Electric Lighting, ATBO-P303-Mvolt-R2-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322792 American Electric Lighting, ATBO-P303-Mvolt-R4-3K- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322794 Arterial Luminaire American Electric Lighting, ATBO-P303-Mvolt-R2-3K-BK- Acuity Brands Lighting, Inc. M P-N L-P7-AO-RFD322793 Acuity Brands Lighting, Inc. American Electric Lighting, ATBO-P303-Mvolt-R4-3K-BK- M P-N L-P7-AO-RFD322795 McFarland Cascade CREOSOTE 35/40 FOOT TIMBER POLE Timber Pole Bayou Forest Products 30-35' .80 CCA Green Timber Pole Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Galvanized Wood Pole Arm Makers Sales and Marketing, LLC Wood Pole Arm, 60" Rise Simplex 8' Arm, Black Valmont Industries, Inc DB01373(page 5 of 6)-Wood Pole Arm, Galvanized Decorative -Pedestrian Holophane, CLA 10.6(OAL)FT J20P07BK-MOD, AB-31-4 Washington 10' Pole Acuity Brands Lighting, Inc. RFD110736 Holophane, CLA14FT J20DMODC03BK RFD325026, AB- Washington 14' Pole Acuity Brands Lighting, Inc. 16-4 SPEC RFD325026 Holophane, WFCL3 P40 30K MVOLT FC3 NF BK AO PR7 Washington Luminaire Acuity Brands Lighting, Inc. FRGL RFD338699 Washington Globe Holophane, AWDE3 P40 30K MVOLT MS AL3 BK PR7 Luminaire Acuity Brands Lighting, Inc. AO RFD-315548 Oleander Type A Pole Acuity Brands Lighting, Inc. Holophane, PDA 12S5L20POBBK-MOD Oleander Type B Pole Acuity Brands Lighting, Inc. Holophane, PDA20S5L20P08BK-MOD Oleander Type B Arm Acuity Brands Lighting, Inc. Holophane, OHC 151N 2A TN BK Holophane, AUCL2 P40 30K AS BK L3 N P7 AO Oleander Luminaire Acuity Brands Lighting, Inc. RFD338741 Berry 12' Pole Acuity Brands Lighting, Inc. Holophane, RSA 12 50 G12 SC BK AB-26-4 RFD326400 Berry 20' Pole Acuity Brands Lighting, Inc. Holophane, PD20S5J20P11BK RFD338816 Berry Arm Acuity Brands Lighting, Inc. Holophane, VLC 271N 1A TN QSM BK Holophane, GPLF3 P40 30K MVOLT ASY QSM BK PR7 Berry Luminaire Acuity Brands Lighting, Inc. AO SH Banner Arms Acuity Brands Lighting, Inc. Holophane, BA-241N-2A-CO-S4J-BL-075P-BK System Rigid Nonmetallic Schedule 80 Conduit, Meets UL 651 Cantex Inc. specifi cations and NEMA TC2, Rated for 90°C Cable, Sunlight Resistant, 10' Lengths and 20' lengths Rigid Nonmetallic Schedule 80 Electric Conduit, Meets UL 651 specifications, RUS listed, NEMA TC-2 and Heritage Plastics NEMA TC-3, Rated for 90°C Cable, Sunlight & Weather Conduit Resistant PVC Rigid Schedule 80 Conduit, Conforms to UL 651 Atkore-Heritage Plastics and NEMA TC 2, Sunlight Resistant, Listed for 90°C conductors or cable Schedule 80 PVC Rigid Nonmetallic Conduit, Extra Prime Conduit, Inc Heavy Wall EPC-80, Sunlight resistant, Rated for use with 90°C conductors, Meets UL651 Splice Kit With Connector NSi Industries, LLC Gel Stub Splice Kit with Connector, Easy -Splice, ESSLK Series Copper Wire/Conductor Southwire Encore Wire Encore Wire Service Wire Co Advanced Digital Cable Inc Aluminum Wire -Triplex Priority Wire & Cable, Inc Fuse & Fuse Holder Edison Edison Cooper EATON EATON Connector Thomas & Betts Metered Pedestal 120-240V Electrol Systems, Inc WE Manufacturing & Controls Metered Pedestal 240- Electrol Systems, Inc 480V WE Manufacturing & Controls Ground Box Kearneys Photocell Shorting Caps MacLean Highline Oldcastle Type XHHW-2 copper conductor, 600V TYPE XHHW-2 / RW90, copper conductor, Superslick Elite, 600V/1000V THHN / MTW / THWN-2 Copper conductor, 600V Servicepro-X XHHW-2, 600/1,000 Volt Copper, CT Rated XHHW-2 Low Smoke Halogen Free, Cross -linked Polyethylene Insulated 14 AWG-750 MCM, 600 Volts, 90°C Dry and wet Triplex Overhead Aluminum Conductor General Purpose, Midget Class MEN Fuses, Voltage Rating: MEN - 250 VAC, Ampere Rating: 0.5 - 30 Amps, Interrupting Rating: 10,000 RMS Amps @ 125V Modular Ferrule Fuse Blocks for Midget Class and CC Fuses In -line fuse holders for Single -Pole 13/32" x 1 1/2" Fuses HEB-AA Bussmann Series, HEB breakaway and non -breakaway in -line fuse holders for UL 13/32" x 1- 1/2"supplemental fuses Bussmann Series, FNM 13/32" x 1-1/2- 250Vac time - delay supplemental fuses Wire Joints for Copper Conductor, Cat No: 54615, 54620, 54625-TB, 54635, 54640, 54630 TY A (120/240) 100(NS)AL(E)PS(U) TY A 120/240 100(NS)AL(E)PS(U) TY A (240/480) 100(NS)AL(E)PS(U) TY A 240/480 100(NS)AL(E)PS(U) Polymer Concrete, PHA132412X0002: TIER 22 (X) 22, 500lbs Polymer Concrete, H-SERIES UNIT, H1730-24 TIER-22 - TXDOT 2x 1/2" CAPTIVE BOLT - 2x BRASS FLOATING NUT Polymer Concrete, H-SERIES UNIT, H1324-24 TIER-15 - Oldcastle TXDOT 2x 1/2" CAPTIVE BOLT- 2x BRASS FLOATING NUT NSi Industries, LLC Split Bolt Connectors, Copper Split Bolts 2 Wire, N Series Dark To Light, DLL Elite, Electronic Locking, Type Acuity Brands Lighting, Inc. Photocontrol, DLL-127 or DLL-480 Acuity Brands Lighting, Inc. Dark To Light, Part # DSHORT SBK U Interim Products Residential Luminaire I TRASTARINC. IDURA-STR25-3K-120-3-GR-SCL DURA-STR10A-3K-120-3-GR-SCL Arterial Luminaire TRASTAR INC.