Loading...
HomeMy WebLinkAboutContract 63232CSC No. 63232 ORT WORTH CONTRACT FOR THE CONSTRUCTION OF WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN City Project No. 102688 - 2 Mattie Parker Mayor Chris Harder, P.E. Director, Water Department Walter Norwood, P.E. Project Manager Prepared for The City of Fort Worth Water Department November 2024 Jesus "Jay" Chapa City Manager Kirnley))) Horn Texas Registered Engineering Firm F-928 KHANo. 061018380 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 4 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 08/13/2021 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 03/08/2024 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 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 3120 Project Meetings 07/01/2011 01 3216 Construction Schedule 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 11/18/2024 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 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 32 - Exterior Improvements 32 1500 Decomposed Granite — NON-STANDARD 10/18/2024 3291 19 Topsoil Placement and Finishing of Parkways - MODIFIED 10/18/2024 32 92 15 Native Grass and Wildflower Seeding - MODIFIED 10/18/2024 Division 33 - Utilities 33 01 33 Closed Circuit Television (CCTV) Inspection Of Water 10/18/2024 Transmission Mains 33 04 10 Joint Bonding and Electrical Isolation - MODIFIED 10/18/2024 33 04 11 Corrosion Control Test Stations - MODIFIED 10/18/2024 33 04 12 Magnesium Anode Cathodic Protection System - MODIFIED 10/18/2024 33 04 40 Cleaning and Acceptance Testing of Water Mains - MODIFIED 10/18/2024 33 05 21 Tunnel Liner Plate - MODIFIED 10/18/2024 33 05 22 Steel Casing Pipe - MODIFIED 10/18/2024 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate - 10/18/2024 MODIFIED 33 05 27 Open -Face Pipejacking — NON-STANDARD 10/18/2024 33 05 28 Open -Face Tunneling — NON-STANDARD 10/18/2024 33 05 41 Shaft Excavation and Support — NON-STANDARD 10/18/2024 33 05 42 Water Control for Shaft and Tunnel Construction — NON- 10/18/2024 STANDARD 33 05 44 Settlement Monitoring — NON-STANDARD 10/18/2024 33 05 45 Contact Grouting — NON-STANDARD 10/18/2024 33 11 10 Ductile Iron Pipe - MODIFIED 10/18/2024 33 11 11 Ductile Iron Fittings - MODIFIED 10/18/2024 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type - 10/18/2024 MODIFIED 33 11 14 Buried Steel Pipe and Fittings - MODIFIED 10/18/2024 33 1230 Combination Air Valve Assemblies for Potable Water Systems - 10/18/2024 MODIFIED Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: http://fortworthtexas.gov/tpw/con tractors/ or httDs:Happs.fortworthtexas.uov/Proi ectResources/ Division 02 - Existing Conditions Last Revised 0241 13 1 Selective Site Demolition 03/11/2022 Division 03 - Concrete 03 30 00 1 Cast -In -Place Concrete 03/11/2022 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 03/11/2022 2605 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised June 7, 2024 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi -Duct Conduit 02/26/2016 Division 31 - Earthwork 31 00 00 Site Clearing 03/22/2021 31 25 00 Erosion and Sediment Control 04/29/2021 Division 32 - Exterior Improvements 32 01 29 Concrete Paving Repair 12/20/2012 32 1123 Flexible Base Courses 12/20/2012 32 13 13 Concrete Paving 6/10/2022 32 1373 Concrete Paving Joint Sealants 12/20/2012 3231 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 92 13 Sodding 05/13/2021 32 92 14 Non -Native Seeding 05/13/2021 Division 33 - Utilities 3305 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 3305 13 Frame, Cover and Grade Rings 09/09/2022 3305 16 Concrete Water Vaults 12/20/2012 3305 17 Concrete Collars 03/11/2022 33 05 23 Hand Tunneling 12/20/2012 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 1105 Bolts, Nuts, and Gaskets 12/20/2012 33 1221 AWWA Rubber -Seated Butterfly Valves 04/23/2019 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 3339 10 Cast -in -Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 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 CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised June 7, 2024 WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO.: 102688-2 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 /15/2024 �r � SH�I..$Y WARC3-f�$1�C ° 140963 # WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO.: 102688-2 November 2024 11 /15/2024 Craig B. Meier, P.E. / # ......... RAIG B. C. MEtER / r..............................� 122603 Y 11 /15/2024 TBPE FIRM #20656 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, April 8, 2025 REFERENCE NO.: **M&C 25-0289 LOG NAME: 60WESTSIDE III WATERMAINP2-MOUNTAINC SUBJECT: (CD 3 and CD 7) Authorize Execution of a Contract with Mountain Cascade of Texas, LLC in the Amount of $7,086,991.00 for Westside Treatment Plant III 30" Water Transmission Main Project Phase 2, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Mountain Cascade of Texas, LLC in the amount of $7,086,991.00 for the Westside Treatment Plant III 30" Water Transmission Main project (City Project No. 102688) Phase 2; 2. Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt for the Westside Treatment Plant 111 30" Water Transmission Main project; and 3. Adopt the attached appropriation ordinance adjusting appropriations in the W&S Commercial Paper Fund by decreasing appropriations in the W&S Commercial Paper project (City Project No. UCMLPR) in the amount of $7,787,217.00 and increasing appropriations in the Westside Treatment Plant Ill 30" Water Transmission Main project (City Project No. 102688) by the same amount to effect a portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a contract with Mountain Cascade of Texas, LLC in the amount of $7,086,991.00 for the Westside Treatment Plant III 30" Water Transmission Main Phase 2. The project was advertised for bid on November 20 and 27, 2024, in the Fort Worth Star -Telegram. On January 9, 2025, the following bids were received: Bidders Mountain Cascade of Texas, LLC IS. J. Louis Construction of Texas, Ltd IThalle Construction Company, Inc. William J Schultz Inc. dba Circle C Construction Company Total Bid Contract Time ��$7,086,9911.00Days 430 Calendar 11$7,741,213.0011 11$8,194,942.0011 $8,229,118.00 In addition to the contract cost, $416,746.00 is required for project management and inspection and $283,480.00 is provided for project contingency. This project will have no impact on the Water Department's operating budget when complete. This project is anticipated to be included in a future revenue bond issue for the Water & Sewer Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until the debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached reimbursement resolution. Under federal law, the debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will amend the City of Fort Worth's Fiscal Year 2025- 2029 Capital Improvement Program as follows: 60WESTSIDE III WATERMAINP2- MOUNTAINC Capital Project FY2025 CIP Budget Change Revised Fund Name Appropriations Authority (Increase/Decrease) FY2025 Name Budget 56023- 102688 — W&S WS Commercial Treatment $0.00 This M&C $7,787,217.00 $7,787,217.00 Paper Plant III 30 WTM Funding for the WS Treatment Plant III 30" WTM project is depicted below: Fund Existing Additional Project Total* Appropriations Appropriations W&S Commercial $0.00 $7,787,217.00 $7,787,217.00 Paper -Fund 56023 W&S Rev Bonds Series 2023 - $21,125,743.00 $0.00 $21,125,743.00 Fund 56021 W&S Rev Bonds Series 2021 - $2,845,105.00 $0.00 $2,845,105.00 Fund 56019 Project Total 11 $23,970,848.001 $7,787,217.00 $31,758,065.00 *Numbers rounded for presentation purposes. Funding is budgeted in the W&S Commercial Paper project within the W&S Commercial Paper Fund for the purpose of funding the Westside Treatment Plant III 30" Water Transmission Main project. Business Equity: Business Equity placed a 17.46 percent business equity goal on this project. Mountain Cascade of Texas, LLC, is committing to 8.04 percent MWBE participation, and Good Faith Effort (GFE) with supporting documentation was submitted, which is in accordance with 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 3 and 7. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the W&S Commercial Paper project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the WS Treatment Plant III 30 WTM project to support the approval of the above recommendations and execution of the construction contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs),: TO Fund Department Account Project ProgramActivity Budget Reference # Amount ID ID Year (Chartfield 2) FROM Fund Department Accounts Project ProgramActivity Budget Reference # Amount ID ID i Year (Chartfield 2) CERTIFICATIONS: Submitted for Citv Manaaer's Office bv: Jesica McEachern (5804) Originating Department Head: Additional Information Contact: Chris Harder (5020) Walter P Norwood (5026) ATTACHMENTS 1. 25-0045(102688-2) Compliance Memo-NS.Pdf (CFW Internal) 2. 60WESTSIDE III WATERMAINP2-MOUNTAINC FID Table (WCF 02.07.25).xlsx (CFW Internal) 3. 60WESTSIDE III WATERMAINP2-MOUNTAINC funds avail.docx (CFW Internal) 4.60WSI11361NWATERMPHASE2-MOUNTAINC.Pdf (Public) 5. Commercial Paper as of 02.07.25.xlsx (CFW Internal) 6. Form 1295 Certificate 102688-2 - Executed.pdf (CFW Internal) 7. ORD.APP 60WESTSIDE III WATERMAINP2-MOUNTAINC 56023 Ao25(r3).docx (Public) 8. PBS CPN 102688.pdf (CFW Internal) 9. Res.60WESTSIDE III WATERMAINP2-MOUNTAINC V2.docx (Public) 10. SAM.gov search Mountain Cascade. pdf (CFW Internal) 60WESTSIDE III WATERMAINP2- MOUNTAINC FID Table 2&3 56023 0600430 102688 001480 2025 $7,787,217.00 2&3 56023 0600430 5110101 102688 001480 9999 $ 58,964.00 Staff Costs - Construction 2&3 56023 0600430 5110101 102688 001485 9999 $ 257,966.00 Staff Costs - Inspection 2&3 56023 0600430 5550102 102688 001480 9999 $ 4,000,00 Public Outreach (Sally) 2&3 56023 0600430 5740010 102688 001480 9999 $ 283,480.00 Project contingencies 1 56023 0600430 5740010 102688 001480 9999 $ 7,086,991.00 To pay contractor 2&3 56023 0600430 5310350 102688 001484 9999 $ 22,111.00 Soil Lab - TPW Staff Costs 2&3 56023 0600430 5330500 102688 001484 9999 $ 73,705.00 Soil Lab - Consultant 56023 2060000 102688 RETAIN Combo Code 0005 10-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&C for the award of the project. M&C insert shall be on blue paper.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN City Project No. 102688-2 Addendum No. 1. Issue Date: November 25, 2024 Bid Opening Date: January 9, 2025 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 as a separate document with the Addendum No. 1 package. 2. An updated bid workbook excel file with editable cells will be available in the Project's Bonfire Folder. SPECIFICATIONS 1. Specification 00 42 43 — Proposal Form is replaced in its entirety by the attached. o Remised Item 3 to specify "Deep Trench Bacl�ll " its liett of "CSS Backfill ". CONTRACTOR QUESTIONS Is an estimate available? • The Engit?eer's Opinion of Probable Co)4stl•2lctiol9 Cost is $8.0 A,Iilliorr. 2. Is there any AIS (American Iron and Steel) requirements on this project? • There ore no AIS requirements on this project. All other terms1 and c nditions remain unchanged. �b4U S o)v TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ it ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: Mountain Cascade of Texas, /�LAC. SIGNATURE: NOTE: Company names nd 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 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN City Project No. 102688-2 Addendum No. 2 Issue Date: December 18, 2024 Addendum No. 1. Issue Date: November 25, 2024 Bid Opening Date: January 9, 2025 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 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 Citv Hall (NCH); Room MZI0 12. CONTRACTOR QUESTIONS 1. Are there any available pictures or specifications for the Sports Court and Synthetic Turf? • The existing sports court is concrete and Specification 03 30 00 — Cast -in -Place Concrete shall be used. The intent for repair of the synthetic turf was to roll the existing turf back prior to beginning construction, then resecure the tuff to the base once construction is completed. Specification 32 15 00 was included in the original bid plans for the Decomposed Granite Base to be used under the synthetic turf All relevant details for the sports court replacement and turf repair were included on Sheet 23 of the bid plans. Pictures are included below for reference: ADDENDUM NO. 2 Is there already electric run to the locations of the proposed Pole Lights? If not, who is responsible for the electrical? • There are existing electric lines that run to adjacent trees that are to be removed. The proposed light poles are intended to replace the existing tree lighting on site. The Contractor is responsible for reconnecting electric to the proposed light poles from the tree lighting. All work associated with this item is covered under bid item 21 — 999.0002 Pole Mounted Light in Specification 00 42 43. Pictures are included below for reference. 3. May we respectfully request for Vent -Tech to be added to the list of acceptable manufacturers. • Vent -Tech can be considered as substitute tender Specification Section 0125 00, during construction. We cannot guarantee Vent -Tech will be accepted. Acceptable manufacturers shall remain as listed in Specification 33 12 30 — Combination Air Valve Assemblies for Potable Water Systems. ADDENDUM NO. 2 ADDENDUM NO. 2 All other terms and conditions remain unchanged. T6'Atq_ O TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ................................................................................... . By the signature affixed below, Addendum No. 2 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: Mountain Cascade of Texas, LLC. SIGNATURE: NOTE: Company name nd 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 CITY OF FORT WORTH WATER DEPARTMENT WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN City Project No. 102688-2 Addendum No. 3 Issue Date: January 6, 2025 Addendum No. 2 Issue Date: December 18, 2024 Addendum No. 1. Issue Date: November 25, 2024 Bid Opening Date: January 9, 2025 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. A copy of the Stephen Murrin Temporary Access Easement has been included in the addendum in response to Contractor Question Number 1. 2. An updated Bid Workbook excel file has been included with the addendum and reflects quantity changes described in Contractor Question Number 2. 3. Manufacturer cut sheets for the proposed DB-SSP-4 Light Poles and MSL Series Area Lights have been included in the addendum in response to Contractor Question Number 4. CONSTRUCTION PLANS 1. Sheet 11— DELETE Sheet 11 and REPLACE with Sheet 11A as attached 2. Sheet 12 —Add the following sentence to Sheet Note 10, "Proposed DB-SSP-4 Poles shall be 24'." 3. Sheet 13 — Add the following sentence to Sheet Note 14, "Proposed DB-SSP-4 Poles shall be 24'." SPECIFICATIONS 1. Specification 00 42 43 — Proposal Form • This specification is hereby replaced with the proposal form attached to this document CONTRACTOR OUESTIONS What is the intent for gaining access to the downstream end of the project at station 0+00 to 14+30? • Access will be from the existing temporary access easement along the Stephen Mairrin propertyfrom 1-20 and Markum Ranch Road and along the existing permanent water easement along Walsh Ranch property, unless the contractor is able to negotiate an alternative means of access. The Stephen Murrin Temporary Access Easement document has been provided as part of this Addendum. 2. The project begins at Station 0+00. The restraint limits call out welded joints between Stations 0+40 to 1+70. Should the restraint limits begin at Station 0+00, since we are required to test the pipeline beginning at the tie-in? If this is the case, then the quantity of bid iteml should decrease by 40 feet and the quantity of bid item 2 should increase by 40 feet • Please see sheet I1A, and revised Proposal Form attached. Pipe restraint shall extend from Station 0+00 to Station 1+70 ADDENDUM NO. 3 ADDENDUM NO.3 The cathodic protection requirements do not align with industry standards. Polyurethane coated steel pipe should have the least amount of CP anodes to protect the pipeline because of the bonded and cathodically isolated performance of the coating. Contrary to outdated beliefs on bar -wrapped concrete cylinder pipe, the amount of CP anodes is generally 2.5x greater than steel, because the porous cement mortar coating is not a cathodic shield. The outdated "concrete pipe doesn't need CP because of the cement" is incorrect. Bar -wrap pipe has the same steel cylinder as AWWA C200 steel pipe. Please revise the cathodic protection requirements. Steel pipes with polyurethane coating will have the least anodes compared to bar -wrap with mortar coating and ductile iron pipe with an unbonded plastic baggie. This will ensure the Owner receives a quality CP system for each pipe material option, to mitigate long term corrosion issues. • The statement is acknowledged; however, due to the specific corrosivity of the soils along the alignment, the cathodic protection design will remain unchanged for this project. Because of the specific soil pH, low chloride ionn concentrations, no impacts from the water table, limestone in the area, and low risk of stray current interference, there is a non- corrosive environment for the C303 bar -wrapped concrete cylinder pipe. However, the soil resistivity and moisture content of'the soil in the project area are considered corrosive to C200 steel pipe and ductile iron pipe. 4. Can a detail be provided for the Proposed Pole Lights? Will a foundation be required? • Please the attached cut sheets for the proposed poles and area lights. Poles are designed to be direct buried as shown in the manufacturer's cut sheet. Proposed pole lights shall be direct buried and backfilled with 3, 000 psi concrete per City of Fort Worth Standards 5. What Height will be required for the proposed pole Lights? • Proposed DB-SSP-4 Light Poles shall be 24'. See Construction Plans revisions to Sheets 12 and 13 in this Addendum. 6. The cathodic test station schedule does not reconcile with the prints in quantity and location. Prints seem to indicate fewer test stations. Please clarify. • All cathodic protection test stations listed in the Test Station table on Sheet 28 are included in the plans. Test stations have been called out with a leader and a block indicating their intended location. Please the example listed below: 25*00 N o 26+00 \ • • • • ANODES (9 FOR STEEL PIPE ANODE BED TEST STATION 3 RE: TEST STATION TABLE (SHEET 27) ADDENDUM NO. 3 ADDENDUM NO. 3 All other terms and conditions remain unchanged. TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ........................ 0 N N N N R .... 0 K N R 0 N ...... a K■ .......... \ .......... \ ...... \■. By the signature affixed below, Addendum No. 3 is hereby incorporated into and made part of the above referenced Invitation to Bid. COMPANY NAME: Mountain Cascade of Texas, LLC SIGNATURE: NOTE: Company name a d 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 05 15 2 ADDENDA 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with any addenda 7 issued during bidding.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 0011 13 INVITATION TO BIDDERS Paget of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Westside III — Phase II — 42-Inch Water Transmission Main, CPN 102688-2 ("Project") will be received by the City of Fort Worth via the Procurement Portal httDs:Hfortworthtexas.bonfirehub.com/portal/?tab=oi)enOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, January 9, 2025 Bids will then be opened publicly and read aloud beginning at 2:00 PM at New City Hall, 7th floor room 745, 100 Fort Worth Trail, Fort Worth, TX 76102. 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: httns://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. 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-2 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 2 of 3 SUPPORT For technical questions, visit Bonfire's help forum at httDs://vendorsuDDort.�zobonfire.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 fVIDEO1— Bonfire Vendor Support 64obonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: • —4,285 LF 42" Water Line by Open Cut • —881 LF 66" Steel Casing Pipe or Tunnel Liner Plate with 42" Carrier Pipe by other than Open Cut PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal httDs://fortworthtexas.bonfirehub.com/portal/?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/_Dortal/?tab=o_DenOD_Dortunities, under the respective Project. 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: DATE: December 17th, 2024 TIME: 2:00 P.M. Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-2 Revised 2/08/24 0011 13 INVITATION TO BIDDERS Page 3 of 3 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. ADVERTISEMENT DATES November 20, 2024 November 27, 2024 END OF SECTION CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-2 Revised 2/08/24 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://apps.fortworthtexas. og v/ProiectResources/ CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-2 Revised/Updated 1/17/24 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.1. Paving — Requirements document located at: httDs://aDDs. fortworthtexas.2ov/Proi ectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2OPavina %20Contractor%2OPreQualification%2OPro2ram/PREOUALIFICATION%20REO UIREMENTS%20FOR%20PAVING%2000NTRACTORS.t)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%2OPro2_ ram/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%2OPro2Tam/W S S%20_Dre 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-2 Revised/Updated 1/17/24 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-2 Revised/Updated 1/17/24 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-2 Revised/Updated 1/17/24 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/portal/?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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-2 Revised/Updated 1/17/24 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-2 Revised/Updated 1/17/24 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-2 Revised/Updated 1/17/24 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-2 Revised/Updated 1/17/24 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 102688-2 Revised/Updated 1/17/24 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 :I• 003513-1 CONFLICT OF INTEREST STATEMENT Page I of I SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror, or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who 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. littDs://www.ethics.state.tx.us/data/fornis/conflict/CIO,ndf littDs://www.etliies.state.tx.us/data/foti-ns/conflict/ClS.,odf 0 CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary 0 CIS Form does not apply C] CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary BIDDER: Mountain Cascades of Texas, LLC. By: Andrew L. McCulloch Company (Please Pr t) 5340 East Highway 67 Signature: Address O Alvarado, Texas 76009 Title: Vice President City/State/Zip (Please Print) END OF SECTION CITY OF FORT WORTH WESTSIDE III —PHASE II-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised February 24, 2020 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. J Name of vendor who has a business relationship with local governmental entity. Mountain Cascade of Texas, LLC. J ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. N/A Name of Officer J Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes FX I No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes XI No J Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. N/A 61 ❑ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). J 1 /9/2025 Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN City Project No.: 102688-2 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised 09/30/2021 00 41 00 Bid Proposal Workbook.xlsx 0041 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Transmission, Development, 42-inches and smaller b. Tunneling — 66" and greater, 350 LF and greater 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 430 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 In. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid 7. Bid Submittal This Bid is submitted on $7,086,991.00 Month Day, Yea; January 9, 2025 by the entity named below. CITY OF FORT WORTH WESTSIDE III - PHASE It - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised 09/30/2021 00 41 00 Bid Proposal Workbook.xlsx Respectfully submitted, By: (Signature) _Printed Name Here. Andrew L. McCulloch (Printed Name) Title: Title Here Vice President Company: Company Name Here Mountain Cascade of Texas, LLC Address: Address Here 5340 E US Hwy 67 Address Here or Space City, State Zip Code Here Alvarado, TX 76009 State of Incorporation: State I i--rr; Texas Email: Your Email Address Here amcculloch@mountaincascade.com Phone: Your Phone Number Here 817-783-3094 END OF SECTION 0041 00 BID FORM Page 3 of 3 Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised 09/30/2021 00 41 00 Bid Proposal Workbook.xlsx 00 42 43 BID PROPOSAL Page 1 of 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value (n� M9a.5�ire la1ty A* 3311.0951 42" DIP Water 3311 10 LF ,&50 1 B* 3311.0961 42" Steel AWWA C200 Water Pipe 3311 14 LF 2,650 IC* 3311.0971 42" Concrete AWWA C303 Water Pipe 3311 13 LF 2,650 $550.00 $1,457,500.00 2A* 3311.0954 42" DIP Water (Restrained Joints) 3311 10 LF 1,501 2B* 3311.0964 42" Steel AWWA C200 Water Pipe (Restrained Joints) 3311 14 LF 1,501 2C* 3311.0974 42" Concrete AWWA C303 Water Pipe (Restrained Joints) 3311 13 LF 1,501 $575.00 $863,075.00 3A* 9999.0006 42" DIP Water, Deep Trench Backfill (Restrained Joints) 3311 10 LF 134 3B* 9999.0007 42" Steel AWWA C200 Water Pipe, Deep Trench Backfill 3311 14 LF 134 (Restrained Joints) 3C* 9999.0008 42" Concrete AWWA C303 Water Pipe, Deep Trench Backfill 3311 13 LF 134 $2,350.00 $314,900.00 (Restrained Joints) 4A* 3311.0001 Ductile Iron Water Fittings w/ Restraint 3311 11 TON 33 4B* 3311.0011 Steel Fittings 3311 14 LS 1 4C* 3311.0021 C303 Fittinqs 3311 13 LS 1 $139,168.00 $139,168.00 * Contractor to provide Unit Price / Bid Value for only one of the pipe material al ernatives for Items 1 through 4 DO NOT PROVIDE UNIT PRICE / BID `7ALUE FOR EACH ALTERNAT VE 5 3305.2010 42" Water Carrier Pipe 33 05 24 LF 881 $420.00 $370,020.00 6 3305.1111 66" Casinq/Tunnel Liner Plate By Other Than Open Cut 33 05 22 LF 881 $2,000.00 $1,762,000.00 7 3312.5001 42" AWWA Butternv Valve, w/ Vault 33 12 21 EA 3 $400,000.00 $1,200,000.00 8 3312.0111 Connection to Existinq 42" Water Main 33 12 25 EA 2 $25,000.00 $50,000.00 9 3312.1006 8" Combination Air Valve Assembly for Water and Protective 33 12 30 EA 3 $255,000.00 Frame $85,000.00 10 3110.0102 6"-12" Tree Removal 31 1000 EA 60 $300.00 $18,000.00 11 3110.0103 12"-18" Tree Removal 31 1000 EA 33 $400.00 $13,200.00 12 3110.0104 18"-24" Tree Removal 31 1000 EA 14 $500.00 $7,000.00 13 3110.0105 24" and Larqer Tree Removal 31 1000 EA 4 $700.00 $2,800.00 14 3305.0109 Trench Safetv 33 05 10 LF 4,285 $1.00 $4,285.00 15 9999.0001 12' Wire Fence 3471 13 LF 35 $150.00 $5,250.00 16 3231.0114 8' Chain Link, Steel 3231 13 LF 1,289 $65.00 $83,785.00 17 3231.0113 6' Chain Link, Steel 3231 13 LF 110 $60.00 $6,600.00 18 3231.0211 Barbed Wire Fence, Metal Posts 3231 26 LF 3,575 $9.00 $32,175.00 19 3231.0301 4' Gate, Steel 3231 26 EA 1 $2,000.00 $2,000.00 20 3231.0305 12' Gate, Steel 3231 26 EA 5 $4,000.00 $20,000.00 21 9999.0002 Pole Mounted Liqht 3471 13 EA 3 $15,000.00 $45,000.00 22 3292.0100 Block Sod Placement 32 92 13 SY 920 $5.00 $4,600.00 23 3292.0300 Seeding, Mech Drilling (Native) 32 92 13 SY 29,617 $1.00 $29,617.00 24 3292.0300 Seedinq, Mach Drillinq (Non -Native) 32 92 13 SY 6,950 $1.00 $6,950.00 25 3291.0100 Topsoil 3291 19 CY 6,095 $20.00 $121,900.00 26 3304.0002 Cathodic Protection 33 04 12 LS 1 $50,000.00 $50,000.00 27 3125.0101 SWPPP >_ 1 acre 31 2500 LS 1 $20,000.00 $20,000.00 28 0171.0101 Construction Stakinq 01 7000 LS 1 $30,000.00 $30,000.00 29 0171.0102 As -Built Survev 01 7000 LS 1 $1,500.00 $1,500.00 30 3305.0110 Utilitv Markers 33 05 26 LS 1 $2,000.00 $2,000.00 31 3301.0002 Post -CCTV Inspection 3301 31 LF 5,166 $1.00 $5,166.00 32 3213.0401 6" Concrete Driveway 32 13 20 SY 152 $150.00 $22,800.00 33 3216.0101 6" Cone Curb and Gutter 32 16 13 LF 97 $100.00 $9,700.00 34 9999.0003 Sport Court Replacement 3201 29, 32 13 13, 32 1373 LS 1 $25,000.00 $25,000.00 35 9999.0004 Decomposed Granite and Synthetic Turf Repair 32 15 00 SY 40 $150.00 $6,000.00 36 9999.0005 Construction Allowance 00 72 00 LS 1 $100,000.00 $100,000.00 Bid Summary, Total Bid $7 086,991.00 END OF SECTION WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN CrfY OF FORT WORTH CITY PROJECT NO. 102688-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 4100 Bid Proposal Workbook.xlsx Form Revised 20120120 ADDENDUM NO. 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 2 That we, Mountain Cascade of Texas, LLC , known as "Bidder" herein and Liberty Mutual Insurance Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas. Fort Worth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 17th day of December , 2024. PRINCIPAL: Mountain Cascade of Texas. LLC. BY: Sig re ATTEST/�,�j�� l i► I�(ti(,,,, Andrew L. McCulloch / Vice President Witness as to Principal U Name and Title CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Form Revised 20171109 00 41 00 Bid Proposal Workbook.xlsx Witness as to Surety Michelle Tan Attach Power of Attorney (Surety) for Attorney -in -Fact Address: 5340 E US Hwv 67 Alvarado. TX 76009 SURETY: Liberty Mutual Insurance Company Signature Victoria M. Campbell, Attorney -in -Fact Name and Title Address: 175 Berkeley St. Boston, MA 02116 Telephone Number: 628-220-6063 00 43 13 BID BOND Page 2 of 2 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Form Revised 20171109 00 41 00 Bid Proposal Workbook.xlsx 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: 8205201-971932 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, Kboi Tran, Victoria M. Campbell all of the city of Los Aneples state of CA each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and 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 Cmmnnnies nnri flmP rnrnnr.fn —1� s ff.o r _ �.._� _.._ ..._ __. c thereto this 5th day of April 2021 mAc a Liberty Mutual Insurance Company P� tNSU44 PyZV INS& INsu. The Ohio Casualty Insurance Company A:J G°aP°q'r �,c yJ G°µPD'p'aT yy GP oaPORgr y West American Insurance Company J 3 Fo to Zv G''r 3 Fo m 20 Fo m 1912 a y1919� 1991 �p (D dJ19SS4 c.uS��aD O NAMPS�,dL �s vNDIANP Ab By: N Slate of PENNSYLVANIA David M. Carey, Assistant Secretary 70 � County of MONTGOMERY ss V On this 5th day of April 2021 before me personally appeared David M. Care who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance m� Y P P Y PP Y, 9 m Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes _> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. c .r IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. MP FaS O L praw �F{ Commonwealth of Pennsylvania -Notary Seal p �QU�rw 4Ci Teresa Pastella, Notary. Puhlic I Montgomery County O OF I My commission expires March 28, 2026 1 By: Commission number 1126044 �Sr.�A�YG Member, Pennsylvania Association of Notaries Teresa Pastella, Notary Public This Power ofAttomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance 0 Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. - Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all > C: undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full o power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall Z v be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 17th day of December , 2024 . P� INSU,49 P'I'i INS& a INSU,p4 �J=ooaPon,yC� 5J GoaPo�r'Pyy \GPo°pPORgr yC � 1912 � o y 1919 1991 0 rd�9s`rACHus��dD AMP' a3 Y vNDIANr' a3 By a I dad Renee C. Llewellyn, Assistant Secretary LMS-12673 LMIC OCIC WAIC Multi Co 02/21 go? Figure: 28 TAC § 1.601(a)(2)(B) If you have a problem with a claim or your premium, call your insurance company or HMO first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company or HMO. If you don't, you may lose your right to appeal. Liberty Mutual Insurance Company To get information or file a complaint with your insurance company or HMO: Call: Liberty Mutual Surety Claims at 206-473-6210 Online: www.LibertyMutualSuretyClaims_com Email: HOSCL@libertymutual.com Mail: P.O. Box 34526 Seattle, WA 98124 The Texas Department of insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 File a complaint, www.tdi.teras.gov Email: ConsumerProtection@tdi.texas.gov Mail MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 jiene una queja ® necesita ayuda? Si tiene, un problema con una reclamation o con su prima de seguro, Ilame primero a su compania de seguros o HMO. Si no puede resolver ei problema, es posible que el Departamento de Seguros de Texas (Texas Department of Insurance, por su nombre en ingles) pueda ayudar. Aun si usted presenta una queja ante el Depararnento de Seguros de Texas, tambien debe presentar una queja a traves del proceso de quejas o de apelaciones de su compania de seguros o HMO. Si no to hate, podria perder su derecho para apelar. Liberty Mutual Insurance Company Para obtener information o para presentar una queja ante su compania de seguros o HMO: LMS-15292e 9120 Lladnie a: Liberty Mutual Surety Claims al 206-4-73-6210 En linea: www.LibertyMutualSuretyClaims.com Correo electronico: HOSCL@libertymutual.com Direccion postal: P.O. Box 34526 Seattle, WA 98124 El Departamen to de Segurros de Texas Para obtener ayuda con una pregunta relacionada con los seguros o para presentar una queja ante el estado: Llame con sus preguntas al: 1-800-252-3439 Presente una queja en: www.tdi.texas.gov Correo electronico: ConsumerProtection@tdi.texas.gov Direccion postal: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 LMS-15292e 9/20 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 are not required to underbid resident bidders. , our principal place of business, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. ❑x BIDDER: Company Name Here Mountain Cascade of Texas, LLC. Address Here Address Here or Space City, State Zip Code Here 5340 East US Highway 67 Alvarado, TX 76009 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 By: Printed Name Here �, 4��z (Signature) Title: Title Here Date: 01 /09/2025 WESTSIDE III - PHASE I - 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688 0041 00 Bid Proposal Workbook.xlsx 0045 11 -1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 4511 2 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/taxnennit/ and fill out the 34 application to apply for your Texas tax ID. 35 (2) The firm's e-mail address and fax number. 36 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 37 is used by the City for required reporting on Federal Aid projects. The DUNS 38 number may be obtained at www.dnb.com. 39 d. Resumes reflecting the construction experience of the principles of the firm for firms 40 submitting their initial prequalification. These resumes should include the size and 41 scope of the work performed. 42 e. Other information as requested by the City. 43 44 2. Prequalification Requirements 45 a. Financial Statements. Financial statement submission must be provided in 46 accordance with the following: 47 (1) The City requires that the original Financial Statement or a certified copy 48 be submitted for consideration. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised August 13, 2021 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 STSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised August 13, 2021 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised August 13, 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 0045 12 - 1 PREQUALIFICATION STATEMENT Page I of I 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 Contractor/Subcontractor Company Prequalification Name Expiration Date Water Transmission, Development, 42-inches and �� ��e9►'95, � ��31�1� smaller Tunneling — 66" and greater, 350 LF and greater /j �,[,4g9S �p,9�/�OG/!t�cj l e. The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Mountain Cascade of Texas, LLC Company 5340 East Highway 67 Address Alvarado/ TX/ 76009 City/State/Zip By: Andrew L. McCulloch (Please Print) Signature: Title: Vice President (Please Print) Date: 01 /09/25 END OF SECTION CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised September 30, 2021 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 STSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised August 13, 2021 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised August 13, 2021 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised August 13, 2021 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised August 13, 2021 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 STSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised August 13, 2021 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 STSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised August 13, 2021 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised August 13, 2021 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 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I 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. 102688-2. 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: Mountain Cascades of Texas. LLC Company 3540 East US Hia_ hwav_ 67 Address Alvarado, Texas 76009 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT § By: Andrew L. MCCulloch (Please Print) Signature: , _ •� 0 Title: Vice President (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Andrew L. McCulloch , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Mountain Cascades of Texas, LLC. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 9th day of January , 2025. Wrmdua Kcr,�� V Notary Public isl and for the State of Texas END OF SECTION ,°►V"yP&1, CHARMAIGNE TEPFER z �to_Notary Public, State of Texas *- Comm. Expires 10-20.2027 ''gyp°;,,���' Notary ID 134614069 CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 UNANIMOUS WRITTEN CONSENT OF THE BOARD OF MANAGERS AND THE MEMBERS OF MOUNTAIN CASCADE OF TEXAS, LLC (April 18, 2018) The undersigned, being the sole member of the of the Board of Managers (the ."Sole Manager") and the sole member ("Sole Member") of MOUNTAIN CASCADE OF TEXAS, LLC, a Texas limited liability company (the "Comuanv"), hereby waives any and all notices that may be required by law or by the Amended and Restated Limited Liability Company Agreement of the Company dated as of January 31, 2018 (the "A&R ComDanv Agreement"; capitalized terms used but not defined herein shall have the meanings assigned to such terms in the A&R Company Agreement) of the time, place and purposes of a special meeting of the Board of Managers and Members of the Company, and do hereby consent, to the taking of the following actions by unanimous written consent, which unanimous written consent shall be filed with the records of the Company and to be made a part of the corporate records as if a meeting had been duly called and held at the offices of the Company: WHEREAS, the officers of the Company are as follows: Name Michael Duke Fuller Andrew L. McCulloch Office Chief Executive Officer, President and Treasurer Vice President and Secretary NOW THEREFORE, BE IT RESOLVED, that, subject to the control of the Manager and the terms of the A&R Company Agreement, the Chief Executive Officer and/or President of the Company shall manage the day to day affairs of the business of the Company and see that all orders and resolutions of the Manager are carried into effect, and he shall have the general powers and duties of management usually vested in the office of Chief Executive Officers and Presidents of a corporation, and shall have such other powers and duties as may be prescribed by the Manager or the A&R Company Agreement; and further RESOLVED FURTHER, that, the Vice President, shall have the general powers and duties of management usually vested in the office of the Vice President of a corporation, and shall have such other powers and duties as may be prescribed by the Manager or the A&R Company Agreement; and further RESOLVED FURTHER, that, without limiting or enlarging the foregoing, Andrew L. McCulloch, in his capacity as the Vice President of the Company, shall have the authority to enter into and execute on behalf of the Company any and all quotes, bid documents and related contracts for projects of the Company, without the necessity of joinder of any other person, until 6146422 vt (76755.00007.000) such authority has been revoked by the Manager or the Chief Executive Officer of the Company; and further RESOLVED FURTHER, that any and all transactions with respect to the foregoing resolutions and all other matters contemplated by the foregoing resolutions taken by the Company or any of the managers, officers or other representatives of the Company, for and on behalf and in the name of the Company, prior to the adoption of the foregoing resolutions, be, and they hereby are, ratified, confirmed and approved in all respects for all purposes; and further RESOLVED FURTHER, that the appropriate officers of the Company be, and each of them hereby is, authorized and empowered for and on behalf and in the name of the Company, to execute, deliver and file documents to authorize and effect the transactions contemplated in the foregoing resolutions and take such additional action as they may deem necessary or appropriate to effect the intent and accomplish the purposes of the foregoing resolutions; and further RESOLVED FURTHER, that this consent may be executed in multiple counterparts, each of which shall be deemed an original for all purposes, and all of which together shall constitute one and the same instrument; and further RESOLVED FURTHER, that each such multiple counterpart of this consent may be transmitted via facsimile or other similar electronic means and executed by one or more of the undersigned, and a facsimile of the signature of one or more of the undersigned shall be deemed an original signature for all purposes and have the same force and effect as a manually -signed original. IN WITNESS WHEREOF, the undersigned have executed this consent to be effective as of the date and year first above written. SOLE MANAGER: ifs Michael Du Puller SOLE MEMBER: MOUNTAIN CASCADE, INC., a California cobra r n By: Mre�iael D uller, President and CEO 2 6146422 v 1 (76755.00007.000) 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 17.46% of the total bid value of the contract (Base bid 18 applies to Parks and Community Services). 19 20 METHODS TO COMPLY WITH THE GOAL 21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 23 ordinance through one of the following methods: 1. Commercially useful services performed by a 24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 26 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. 27 Prime contractor Waiver documentation. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION 30 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall 31 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or 32 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City 33 business day after the bid opening date, exclusive of the bid opening date. 34 35 The Offeror must submit one or more of the following documents: 36 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 37 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 38 participation is less than stated goal, or no Business Equity participation is accomplished; 39 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 40 all subcontracting/supplier opportunities; or 41 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 42 Protege participation. 43 44 These forms can be found at: 45 Business Equity Utilization Form and Letter of Intent 46 httDs://aDDS.fortworthtexas.gov/ProjectResources/ResourcesP/60%20- 47 %20MW E/NEW OBusiness%2OEauity%200rdinance/Business%20Eauity%2OUtilization%2OForm. 48 pddf CITY OF FORT WORTH W STSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 27, 2021 004540-2 Business Equity Goal Page 2 of 2 2 Letter of Intent 3 httDs://aDDs.fortworthtexas.,aov/ProiectResources/ResourcesP/60 - MWBE/NEW Business Ea_uity 4 Ordinance/Letter of Intent-2021.vdf 5 6 Business Equity Good Faith Effort Form 7 httDs://aDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60%20- 8 %20MWBE/NEW%20Business%20Equity%200rdinance/Business%20Ecluity%20Good%20Faith%20Ef 9 f6rt%20Form.Ddf 10 11 Business Equity Prime Contractor Waiver Form 12 httDs://aDDs.fortworthtexas.2ov/ProiectResources/ResourcesP/60%20- 13 %20MWBE/NEW%20Business%20Equity%200rdinance/Business%20Equity%20Prime%20Contractor 14 %20Waiver.Ddf 15 16 Business Equity Joint Venture Form 17 httDs://arms.fortworthtexas.2ov/ProiectResources/ResourcesP/60%20- 18 %20MWBE/NEW%20Business%20Eauity%200rdinance/Business%20Equity%20Joint%20Venture.i)df 19 20 21 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 22 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID 23 REJECTED. 24 25 26 FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUTY DOCUMENTATION OR OTHERWISE 27 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- 28 RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS 29 AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. 30 31 For Questions, Please Contact The Business Equity Division of the Department of Diversity and 32 Inclusion at (817) 392-2674. 33 END OF SECTION 34 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 27, 2021 STSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 00 52 43 - 1 Agreement Page I of6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on April 8th, 2025, is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City" ), I and Mountain Cascade of Texas, LLC authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: WESTSIDE III —PHASE II— 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 Seven Million Eighty -Six Thousand Nine Hundred Ninety -One Dollars ($7,086,991.00). Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 430 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 tune 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. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 8, 2024 005243-2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance 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. I:�la Will Q171101 10111 [SKI 1 [130 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 overate 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 8, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 8, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 8, 2024 005243-5 Agreement Page 5 of 6 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 8, 2024 00 52 43 - 6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: Mountain Cascade of Texas, LLC By: Signatt Andrew L. McCulloch (Printed Name) Vice President Title 5340 US HWY 67 Address City of Fort Worth IN Jesica McEachern Assistant City Manager 04/30/2025 Date Attest: A Jannette Goodall, City Secretary Alvarado, TX 76009 City/State/Zip (Seal) M&C: 25-0289 Date Date: April 8, 2025 Form 1295: 2025-1266166 opvoun 4 b� dv8 g=0 Ca�� n� 4Saga Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. U)aA14, /l 461,LW&&d Walter Norwood, P.E. Sr. Project Manager Approved as to Form and Legality: I9� Douglas Black (Apr 23, 202513:56 CDT) Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: C&t� HApe&r Christopher Harder (Apr23, 202510:55 CDT) Christopher Harder, P.E., Director, Water Department CITY OF FORT WORTH WESTSIDE III— PHASE II-42-INCH WATEI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CIT' OFFICIAL RECORD>_ Revised March 8, 2024 CITY SECRETARY FT. WORTH, TX Bond No. 070224185 0061 13 - 1 PERFORMANCE BOND Pige I of2 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Mountain Cascade of Texas, LLC known 8 as "Principal' herein and Liberty Mutual Insurance Company a 9 corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, 10 known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort 11 Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in 12 the penal sum of, Seven Million Eighty -Six Thousand Nine Flundred Ninety -One 13 Dollars ($7,086,991.00), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas for the payment of which sum well and truly to be made, we 15 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 16 severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the 18 City awarded the 81.. day of April, 2025, which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 20 other accessories defined by law, in the prosecution of the Work, including any Change Orders, 21 as provided for in said Contract designated as WESTSIDE III — PHASE II — 42-INCH 22 WATER TRANSMISSION MAIN, City Project No. 102688-2. 23 NOW, THEREFORE, the condition of this obligation is such that if the said 24 Principal shall faithfully perform it obligations under the Contract and shall in all respects 25 duly and faithfully perform the Work, including Change Orders, under the Contract, according to 26 the plans, specifications, and contract documents therein referred to, and as well during any 27 period of extension of the Contract that may be granted on the part of the City, then this 28 obligation shall be and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH WESTSIDE III — PHASE 11-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 8, 2023 2 3 4 5 6 7 s 9 10 II 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 0061 13 - 2 PERFORMANCE BOND Page 2 of2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 10th day of April , 20 25 . ATTEST: (i rinclpal) Secretary Witnessel—sto Principal PRINCIPAL: Mountain Cascade of Texas, LLC Andrew L. McCulloch, Vice President Name and Title Address: 5340 US HWY 67 Alvarado, TX 76009 SURETY: Liberty Mutual Insurance Company BY: Signature _Michelle Anne McMahon. Attornev-In-Fact Name and Title Address: 175 Berkeley Street Boston, MA 02116 Witness as to Surety Telephone Number: (617) 357-9500 Kaden Tate, Witness Email Address: Danielle.lacombe@libertymutual.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. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 8, 2023 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: 8210646 - 985949 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, Connor Wolpert, Doritza Mctiica, Gentry Stewart, Jennifer Godere, Jonathan Gleason, Joshua Sanford, Kathryn Pryor, Kyle Williams, Michelle Anne McMahon, Nicholas Miller, Richard I lackner, Robyn Salley, Sarah Murtha all of the city of I lartl-ord state of CT 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 22nd day of August 2023 Liberty Mutual Insurance Company P� INSU,0 P�1-4 INS&q INS UR9 The Ohio Casualty Insurance Company ooaPO�rFyC+ y`� �oaPO�r 9y GP�oaPORgr t� West American Insurance Company J3 o1a Q3 on �? Fota 1912 0 1919 2 1991 - >s y0 2 v0 Q O Yd�119ssACMUS�.aa SO HANIP`��,da� �S rNofANP ,da3 0i2 * tiP �'y1 * *� �M • *� By: m David M. Carey, Assistant Secretary State of PENNSYLVANIA ss a) 01 County of MONTGOMERY 8 On this 22nd day of August , 2023 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o (6 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 a) therein contained by signing on behalf of the corporations by himself as a duly authorized officer. m 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. c — - ca eP PAS O �— t,�p11 WF F� Commonwealth of Pennsylvania - Notary Seal Q 60 tie p� 9Cs v Teresa Pastella, Notary Public QQQO...... Montgomery County O (1) OF My commission expires March 28, 2025 By: Cco�v Commission number 1126044 E y� LA \O Memer, b, Pennsylvana Association of Notaries Teresa Pastella, Notary Public O f00 _,RYPg O This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance o ECompany, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV - OFFICERS: Section 12. Power of Attorney. -- Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President b . c may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all co � 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 o power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall Z 0 be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this $ �' article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - 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 surely 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 set my hand and affixed the seals of said Companies this 10th day of Aoril . 2025 INSuq J .�`o 01Z4 Oy�ta F 1912 r d� SACNuS`` -�a 9z2 * l,0 LMS-12873 LMIC OCIC WAIC Multi Co 02/21 `11 !Npel 0 INSUR P4naP0q,4��� `�P 4oaaoq�r'9y� e� Foe, �,r Foca 0 1919 r,� 1991 SO MA MPsl�,da�l Y\4'MAW' .da By: 54—t/,C-6� Renee C. Llewellyn, Assistant Secretary Bond No. 070224185 0061 14 - 1 PAYMENT BOND Page I of2 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Mountain Cascade of Texas, LLC known as 8 "Principal" herein, and Liberty Mutual Insurance Comoanv , a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 1 I municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 12 in the penal sum of Seven Million Eighty -Six Thousand Nine Hundred Ninety -One 13 Dollars ($7,086,991.00), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the is Vi day of April , 2025,which Contract is hereby referred to and made 19 a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor 20 and other accessories as defined by law, in the prosecution of the Work as provided for in said 21 Contract and designated as WESTSIDE III — PHASE II — 42-INCH WATER 22 TRANSMISSION MAIN, City Project No. 102688-2. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that 24 if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined 25 in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work 26 under the Contract, then this obligation shall be and become null and void; otherwise to remain 27 in full force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of 29 the Texas Government Code, as amended, and all liabilities on this bond shall be 30 determined in accordance with the provisions of said statute. 31 CITY OF FORT WORTH WESTSIDE III — PHASE 11— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 8, 2023 0061 14-2 PAYMENT BOND Page 2 or2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 10th day of 3 April , 20 25 . 4 5 6 7 8 9 10 12 ATTEST: (Principal) Secretary G�✓`Z Witness Ito Principal ATTEST: (Surety) Katie Gingras, Witness Witness as to Surety Kaden Tate, Witness PRINCIPAL: Mountain Cascade of Texas, LLC BY: Signatur Andrew L. McCulloch. Vice President Name and Title Address: 5340 US HWY 67 Alvarado. TX 76009 SURETY: Liberty Mutual Insurance Company BY: Signature Michelle Anne McMahon, Attorney -In -Fact Name and Title Address: 175 Berkeley Street Boston, MA 02116 Telephone Number: (617) 357-9500 Email Address: Danielle.lacombe@libertymutual.com Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH WESTSIDE 111 — PHASE 11— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 8, 2023 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: 8210646 - 985949 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, Connor Wolpert, Doritza Mojica, Gentry Stewart, Jennifer Godere, Jonathan Gleason, Joshua Sanford, Kathryn Pryor, Kyle Williams, Michelle Anne McMahon, Nicholas Miller, Richard Itackner, Robyn Salley, Sarah Murtha all of the city of I Iartford state of CT 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 22nd day of August 1 2023 Liberty Mutual Insurance Company 1NStho of INSU a 1NSU,q The Ohio Casualty Insurance Company `oprogr� y� yJQ'`opvortq �'Qqy \VP `oapo29rgyn West American Insurance Company J3 oc� �Q3 o m �3 Foci 1912 o ym 1919 1. o a 1991 0 �// ~d�9s`�4CHUs�-C`•Aa1' y0 ryHA MP`�ap D� `( "90101" c 0/7 * �� �y1 lda s''M r *�A By. m David M. Carey, Assistant Secretary M State of PENNSYLVANIA a) a3 County of MONTGOMERY 2 01 On this 22rrd day of ALI W't 2023 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance c � Fu Company, The Ohio Casualty ompany, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes C 0) � therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ;0 IN WITNESS WHEREOF, I have hereunto subscribed m name and affixed m notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. � o Y Y Y 9, Y Y Y— C•F o9P PAS.,` Qv4 Mptiw" F� Commonwealth of Pennsylvania - Notary Seal Q [� 0�' q<1. � Teresa Pastella, Notary Public Q 0 ~ ° = Y Montgomery County Ll. 0 a)OF My commission expires March 28, 2026 B � @ sw Commission number 1126044 y• �• Ull �G Member, Pennsylvania Association of Nolanes Teresa Pastella, Notary Public M a qRy PVO� C -W This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance o ECompany, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. 02 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 b omay prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all W C 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 — o power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall Z C) be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. o. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of 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 set my hand ,arid affixed the seals of said Companies this 10th day of Aoril 2025 - iN$U'Q� a 1NSUgq oµrortgr•9"j.j yJP4oaroR,yr 'Z vP onaorr4r y r o Q 3 Fo ca rY r° mo n� i%� V 1912 � � 0 1919�, :•' 1991 0 a�ej) c*ue a�D� yo�,yl By nMPs*ada�1 s 0N *apa� Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21 Bond No.070224185 00 61 19 - 1 MAINTENANCE BOND Page I oT3 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Mountain Cascade of Texas. LLC known as 8 "Principal" herein and Liberty Mutual Insurance Company , a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 1 I municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 12 in the sum of Seven Million Eighty -Six Thousand Nine Hundred Ninety -One 13 Dollars ($7,086,991.00), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and 15 its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 16 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 8°'_ day of April . 2025. which Contract is hereby referred to and a 20 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, 22 including any Work resulting from a duly authorized Change Order (collectively herein, the 23 "Work") as provided for in said contract and designated as WESTSIDE III — PHASE II — 24 42-INCH WATER TRANSMISSION MAIN, City Project No. 102688-2.; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and 28 will remain free from defects in materials or workmanship for and during the period of two (2) 29 years after the date of Final Acceptalice of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in 32 part upon receiving notice from the City of the need therefor at any time within the 33 Maintenance Period. 34 CITY OF FORT WORTH WESTSIDE III — PHASE If — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 8, 2023 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and 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 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 I 1 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 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH WESTSIDE III — PHASE 11— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 8, 2023 2 3 4 5 6 7 8 9 1(1 II 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 0061 19-3 MAINTENANCE BOND Page 3 or3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 10th day of April , 20 25 . ATTEST: J i (Principal) Secretary <'c� Itness to Principal ATTEST: (Sure y) Katie Gingras, Witness Witness as to Surety Kaden Tate, Witness PRINCIPAL: Mountain Cascade of Texas. LLC BY: Signa e Andrew L. McCulloch, Vice President Name and Title Address: 5340 US HWY 67 Alvarado, TX 76009 SURETY: Liberty Mutual Insurance Company BY: (. Signature Michelle Anne McMahon, Attorney -In -Fact Name and Title Address: 175 Berkeley Street Boston, MA 02116 Telephone Number: (617) 357-9500 Email Address: Danielle.lacombe(alibertvmutual.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. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shal I not be prior to the date the Contract is awarded. CITY OF FORT WORTH WESTSIDE 111 — PHASE it — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688.2 Revised December 8, 2023 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: 8210646 - 985949 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, Connor Wolpert, Dorilza Nlojica, Gentry Stewart, Jeulifet-Godere, Jonathan Gleason, Joshua Santlord, Kathryn Pryor, Kyle Williams, Michelle Anne McMahon, Nicholas Miller, Richard I lackner, Robyn Salley, Sarah Murtha all of the city of I lartl'ord state of CT 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 22nd day of A1.191a5l , 2023 . Liberty Mutual Insurance Company P� 1Nsu,o Pit`( INS&,p� a 1Nsu,gq The Ohio Casualty Insurance Company AJ GOpP0 14,, _ ao"PD,7Fg2 `uP�DaPDDq��2n West American Insurance Company J 3 0 Q 3 o c+ U 3 o cs+ ;1912y0 0 1919 0 2 1991 0 C±� S9A CHUSF' da OHAMPS�.da fs 'WDIAHP aa3 David M. Carey, Assistant Secretary State of PENNSYLVANIA ss 1 County of MONTGOMERY 8 On this 22nd day of August , 2023 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance '5 _M* Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 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. •— 0P PAST > Q� ^usON WF F( Commonwealth of Pennsylvania - No Pulary seal Teresa Pastella. Nblic Montgomery County County OF My commission expires March 28, 2025 By: P Commission number 1126044 L `�hsv01 Member, Pennsylvania Assoccation of Notaries Teresa Pastella, Notary Public �'1 EO 0 RY rev -- 9 O This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance o Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: c? ARTICLE IV — OFFICERS: Section 12. Power of Attorney. 20 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 b 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 surely any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall — be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ) ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surely any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such altomeys-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 Casually 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 set my hand and affixed the &gals of said Companies this 10th day of Aoril . 2025 V 1NSU4 x( INS& INSUR jopeOq foca `0�°00OAr '4`N�gw� G't�oaPo�r'4yC+ 3 � 'S TF 1t ? Fo M1s �'1912�y ,yy1919a` 1991 0 d.� sSA calU9� le 'NDIAW, 8h , 1,� �N1 • ti� dt1 * 1.d LMS-12873 LMIC OCIC WAIC Multi Co 02/21 BY Renee C. Llewellyn, Assistant Secretary 10� Liberty Mutual, SURETY TEXAS IMPORTANT NOTICE To obtain information or make a complaint: You may call toll -free for information or to make a complaint at 1-877-751-2640 You may also write to: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (I I I -1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490-1007 Web: httn://www.tdi.texas.izov E-mail: ConsumerProtectionatdi.texas. Qov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-800-843-6446. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. NP 70 68 09 01 LMS-15292 10/15 TEXAS AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis para informacion o para someter una queja al 1-877-751-2640 Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (I I I -1 A) P. O. Box 149091 Austin, TX 78714-9091 FAX # (512) 490-1007 Web: htty://www.tdi.texas.2ov E-mail: ConsumerProtection i4tdi.texas.aov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI) UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. BITCO GENERAL INSURANCE CORP. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name Of Additional Insured Person(s) Or Organ ization(s): Location(s) Of Covered Operations As Required by Written Contract As Required by Written Contract A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG EN GN 0102 10 13 Page 1 of 2 Named Insured Policy Number Policy Period Producer's Name: Producer Number: Mountain Cascade of Texas, LLC CLP3748891 10/01 /2024 to 10101 /2025 Alliant Insurance Services, Inc. rauunl Exc cuuv�- AUTHORIZED REPRESENTATIVE Endorsement No Endorsement Effective Date: 10/01 /2024 DATE M 10/01 /2024 CG EN GN 0102 10 13 Page 2 of 2 BITCO GENERAL INSURANCE CORP. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): As Required by Written Contract Location(s) Of Covered Operations As Required by Written Contract Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". Named Insured Policy Number Policy Period Producer's Name: Producer Number: Mountain Cascade of Texas, LLC CLP3748891 10/01 /2024 to 10/01 /2025 Alliant Insurance Services, Inc. AUTHORIZED REPRESENTATIVE Endorsement No. 000 Endorsement Effective Date: 10/01/2024 10/01 /2024 DATE CG EN GN 0103 10 13 Page 1 of 1 BITCO GENERAL INSURANCE CORP. CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Name of Additional Insured Person(s) Or Organization(s): As Required by Written Contract Subject to policy terms and conditions Location(s) of Covered Operations As Required by Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance of a like kind available to the person or organization shown in the schedule above unless the other insurance is provided by a contractor other than the person or organization shown in the schedule above for the same operation and job location. If so, we will share with that other insurance by the method described in paragraph 4.c. of Section IV — Commercial General Liability Conditions. All other terms and conditions remain unchanged. Named Insured Policy Number Policy Period Producer's Name: Producer Number: Mountain Cascade of Texas, LLC CLP3748891 10/01 /2024 to 10/01 /2025 Alliant Insurance Services, Inc. -- ��011 P, t lI 1P�015 u u�� E�c�cuu vo AUTHORIZED REPRESENTATIVE Endorsement No. 000 Endorsement Effective Date: 10/01/2024 10/01 /2024 DATE CG EN GN 0029 09 06 POLICY NUMBER: CLP3748891 Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; or (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. `" M. CONSTRUCTION PROJECT GENERAL AGGREGATE LIMITS This modifies SECTION III - LIMITS OF INSURANCE. A. For all sums which can be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under SECTION I - COVERAGE C: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard," and for medical expenses under COVERAGE C regardless of the number of: Insureds; b. Claims made or "suits" brought; or Persons or organizations making claims or bringing "suits." 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. GL-3085 (10/19) -6- POLICY NUMBER: CLP3748891 B. For all sums which cannot be attributed only to ongoing operations at a single construction project for which the insured becomes legally obligated to pay as damages caused by an "occurrence" under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under SECTION I - COVERAGE C: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. Payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If a construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of SECTION III - LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to be applicable. N. FELLOW EMPLOYEE COVERAGE Exclusion 2.e. Employers Liability of SECTION I, COVERAGE A, is deleted and replaced with the following: 2.e. "Bodily injury" to (1) An "employee" of the insured arising out of and in the course of: (a) Employment by the insured; or (b) Performing duties related to the conduct of the insured's business; or (2) The spouse, child, parent, brother or sister of that "employee" as a consequence of paragraph (1) above. This exclusion applies: (1) Whether the insured may be liable as an employer or in any other capacity; and (2) To any obligation to share damages with or repay someone else who must pay damages because of the injury. This exclusion does not apply to: (1) Liability assumed by the insured under an "insured contract"; or (2) Liability arising from any action or omission of a co -"employee" while that co -"employee" is either in the course of his or her employment or performing duties related to the conduct of your business. Item 2.a. (1)(a) of SECTION II - WHO IS AN INSURED, is deleted and replaced with the following: GL-3085 (10/19) -7- POLICY NUMBER: CLP3748891 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV —Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 ❑ BITCO GENERAL INSURANCE CORP. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. SCHEDULE Name of Person(s) or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. If the person or organization shown in the schedule qualifies as an 'insured' for Liability Coverage, and they have coverage as a first named insured under another policy, this policy is primary to and non-contributory with that other insurance. All other terms, conditions, and exclusions apply. Named Insured Policy Number Policy Period Producer's Name: Producer Number: Mountain Cascade of Texas, LLC CAP3748893 10/01 /2024 to 10/01 /2025 Alliant Insurance Services, Inc. of EMu clIIlYi AUTHORIZED REPRESENTATIVE Endorsement No. Endorsement Effective Date: 10/01/2024 10/01 /2024 DATE CA EN GN 0044 02 12 Page 1 of 1 POLICY NUMBER: CAP3748893 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Mountain Cascade of Texas, LLC Endorsement Effective Date: 10/01/2024 SCHEDULE Name(s) Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the 'loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 BITCO GENERAL INSURANCE CORP. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHEN REQUIRED BY WRITTEN CONTRACT. Named Insured Mountain Cascade of Texas, LLC Policy Number WC3748890 Endorsement No. 000 Policy Period 10/01/24 to 10/01/25 Endorsement Effective Date: 10/01/24 Producer's Name: Alliant Insurance Services, Inc. Producer Number: 10/01/24 AUTHORIZED REPRESENTATIVE DATE WC 99 03 15 (09/06) 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 WESTSIDE III - PHASE II -42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 Releas 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS SPECIFICATION DOCUMENTS Revision: 3/08/2024 .......................................................... 52 .......................................................... 52 .......................................................... 52 .......................................................... 54 .......................................................... 55 .......................................................... 55 .......................................................... 55 .......................................................... 56 e........................................................ 56 .......................................................... 57 ....................................................................... 57 ....................................................................... 57 ....................................................................... 58 ....................................................................... 60 ....................................................................... 61 ....................................................................... 61 WESTSIDE III - PHASE II-42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/08/2024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 Blom, 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. 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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/permit/ 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 72 00 - I 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 WESTSIDE III — PHASE II —42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 SPECIFICATION DOCUMENTS Revision: 3/082024 00 73 00 SUPPLEMENTARY CONDITIONS SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions Page 1 of 7 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 18, 2024: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated CITY OF FORT WORTH WESTSIDEIII—PHASE II-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 7 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of October 18, 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, Report No. 103-21-389, dated December 21, 2021, prepared by CMJ Engineering a sub -consultant of Kimley-Horn, a consultant of the City, providing additional information on geotechnical conditions. An Aquatic Resources Delineation Report and Nationwide Permit 58 Memo, dated September 30, 2021, prepared by Kimley-Horn, a consultant of the City, providing additional information on wetlands, special aquatic sites, and other waters within the project area. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Kimley-Horn and Associates, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee CITY OF FORT WORTH WESTSIDEIII— PHASE II-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 7 $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 o£ $2,000,000 each occurrence $5,000,000 aggregate/umbrella limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The easement Grantors listed below shall be listed as an additional insured varty on each volicv. Contractor shall read the recorded easement document to verify all insurance requirements are achieved. • Walsh Ranches Limited Partnership • Michael Nazarian, Rachel Nazarian, and Rebekah Nazarian The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks None 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. CITY OF FORT WORTH WESTSIDEIII— PHASE II-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 7 The Contractual Liability coverage required by Paragraph 5.041) of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: $4,000,000 (2) Each Occurrence: $2,000,000 Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be Tier 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: htti)s: //apps.fortworthtexas.2ov/Proi ectResources/ CITY OF FORT WORTH WESTSIDEIII— PHASE II-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 7 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: BKV/ Barnett Gathering, LLC Contractor Agreement 2 weeks prior to mobilization (See Appendix) SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: OWNER PERMIT OR LICENSE AND LOCATION DATE OF POSSESSION Taurus Letter of No Objection at Gas Crossings 8/11/2023 BKV Corporation Letter of No Objection at Gas Crossings 08/17/2022 Atmos Letter of No Objection at Gas Crossings 10/20/2022 Tarrant County Floodplain Development Permit — FM 22-21 06/24/2022 Fort Worth T/PW Floodplain Development Permit 22-00232 06/02/2022 TxDOT 42-Inch WS III Utility Installation — I30 11/10/2023 SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of October 18, 2024: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION Texas Historical Commission Antiquities Permit April 2024 nendisanirri^ck�. �r. FapfegfamsDepaftment, SOT") Title , 2. Nondiser-imination! The Centfaetef, with regard to the work pei=f4med by it dufing the eewr-aet, shall dica6fima' g gmkV& 2;. selieita4iensiYthzx—by sempefifive bidding or negetiation made by the eentmeter- for- wor-k to be CITY OF FORT WORTH WESTSIDEIII—PHASE II-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 8, 2024 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 7 1 root, ins orUG or loin v .ql ti-s notified by ths-Gontpack-o\-of ciiatiwn on tk , Contrrtior ol,.\k1 p= ., � tiivM and o ars c1:a1.1 pormtaoe s to its 1., eks ..a, Depaftfnet+t orTrw-v asAcin 7 is in th„ eno 4.bilo or rof%ses o fumioh , er- the Texas Department of Transportation,-az %rprapriate, d ahall-ja f ,-tl, what efforts it has made akt M tho information.. 1 5. ui:eti6-ns-z.r .vi:e6mpliui:ee. in the event of the Centraeter's "-cl`^L^ :Iw"�"1.7'rwith the noi3&A"'3miAat, fthis Contract ! :ty �9hatl irrTase Sr6 oA.,it►ra`1 janztions , 4 � Texas Department of T.-.,..sport..tio may determine o l'/J app*3f4+iatc, inol,,din but not limited t a. wi"elding of paymerAs to the Contraetor under the Contr 4agtir t Centmeter- e3mr,123, aftNor b oanazlatio mopension of the Cont.-ae , in wxllw�j or �r. p/wt. ar ahall irizu fU/-n mboa.,t,. et including ,...,,eufew,ents f twizalo -yid leases of equipment , .,,00���1Yt by A3 Ragulatiano, aF direetives issued p nt thereto. The Ce t,.ae ar Aall Lk-j 3u--\1 c respect, t3 a.ly ` be ..t. act , pfeetifo e t as City of the Texas De aft.. e t Tr-anspefwien may ..t: dirza`, aZ a means of enfe —. r1gxjach p•9r`l ,-isions ; ,.1,,, ing s notions fe goy. ozwTha� ee• Pi ,, Bowe`»-, that, in tlsz jvcxit a oontraztef l.o,.,.. es involved :. of is threatened . , tl l;tig ion „with subaz.t2a-.t-\ -\- mWf'ef as a Fesult of stieh difeetion, , in zat the United EteaW the :t. . Addil�al Title V!fe,.uirements , be fi)und i the Appendix-. SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority Westside III - Phase I - 42-Inch 42-Inch Water Main Construction City/ Thalle Construction Water Main Contractor (CPN 102688-1) SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Walter Norwood, P.E., or his/her successor pursuant to written notification from the Director of the Water Department. CITY OF FORT WORTH WESTSIDEIII- PHASE II-42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 8, 2024 SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION Revision Log 00 73 00 SUPPLEMENTARY CONDITIONS Page 7 of 7 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 WESTSIDE III — PHASE 11— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 8, 2024 SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 011100-1 SUMMARY OF WORK Pagel of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. asurement and Payment Me 1. rk associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. rk Covered by Contract Documents 1. rk 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 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. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 011100-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. rk within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 012500-1 SUBSTITUTION PROCEDURES SECTION 01 25 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Page 1 of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAM UMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 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 Recommended as noted Firm Not recommended Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date Recommended Received late CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 SECTION 013119 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013119-1 PRECONSTRUCTION MEETING Pagel of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised August 17, 2012 0131 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised August 17, 2012 0131 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised August 17, 2012 SECTION 013120 PROJECT MEETINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013120-1 PROJECT MEETINGS Pagel of 3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 6, 2023 013216-2 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. 9 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 6, 2023 013216-3 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 WBS structure in Section 1.4.1­1 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 6, 2023 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 013216-4 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 6, 2023 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. 9 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 1.4.1-1 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 6, 2023 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%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX,40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX,70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX,80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX. 80. 85 Inspection XXXXXX.80.86 Landscaping XXXXXX,90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 6, 2023 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 013216-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 Activitv ID Activitv 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 6, 2023 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 01 32 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 & WBS 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 6, 2023 013216-9 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 0132 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 01 32 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 6, 2023 1 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION 5 6 01 32 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 6, 2023 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO PART 3 - EXECUTION [NOT USED] Page 2 of 2 END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 SUBMITTALS Pagel of 8 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 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 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 Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 %2 inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions 2. The Project title and number CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 013300-3 SUBMITTALS Page 3 of 8 3. Contractor identification 4. The names of a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 013300-4 SUBMITTALS Page 4 of 8 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 8 a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 013300-6 SUBMITTALS Page 6 of 8 a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 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) Reuubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 013513-1 SPECIAL PROJECT PROCEDURES Pagel of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Use of Explosives, Drop Weight, Etc. 11 e. Water Department Notification 12 £ Public Notification Prior to Beginning Construction 13 g. Coordination with United States Army Corps of Engineers 14 h. Coordination within Railroad permits areas 15 i. Dust Control 16 j. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 — General Requirements 22 3. Section 33 12 25 — Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Coordination within Railroad permit areas 26 a. Measurement 27 1) Measurement for this Item will be by lump sum. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the lump sum price bid for Railroad Coordination. 31 c. The price bid shall include: 32 1) Mobilization 33 2) Inspection 34 3) Safety training 35 4) Additional Insurance 36 5) Insurance Certificates 37 6) Other requirements associated with general coordination with Railroad, 38 including additional employees required to protect the right-of-way and 39 property of the Railroad from damage arising out of and/or from the 40 construction of the Project. 41 2. Railroad Flagmen 42 a. Measurement CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 11, 2022 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 11 a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 19 High Voltage Overhead Lines. 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination with the Texas Department of Transportation 22 1. When work in the right-of-way which is under the jurisdiction of the Texas 23 Department of Transportation (TxDOT): 24 a. Notify the Texas Department of Transportation prior to commencing any work 25 therein in accordance with the provisions of the permit 26 b. All work performed in the TxDOT right-of-way shall be performed in 27 compliance with and subject to approval from the Texas Department of 28 Transportation 29 B. Work near High Voltage Lines 30 1. Regulatory Requirements 31 a. All Work near High Voltage Lines (more than 600 volts measured between 32 conductors or between a conductor and the ground) shall be in accordance with 33 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 34 2. Warning sign 35 a. Provide sign of sufficient size meeting all OSHA requirements. 36 3. Equipment operating within 10 feet of high voltage lines will require the following 37 safety features 38 a. Insulating cage -type of guard about the boom or arm 39 b. Insulator links on the lift hook connections for back hoes or dippers 40 c. Equipment must meet the safety requirements as set forth by OSHA and the 41 safety requirements of the owner of the high voltage lines 42 4. Work within 6 feet of high voltage electric lines 43 a. Notification shall be given to: 44 1) The power company (example: ONCOR) CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 35 13-3 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 01 31 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 0135 13 - 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. I. Coordination within Railroad Permit Areas CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 11, 2022 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. At locations in the project where construction activities occur in areas where 2 railroad permits are required, meet all requirements set forth in each designated 3 railroad permit. This includes, but is not limited to, provisions for: 4 a. Flagmen 5 b. Inspectors 6 c. Safety training 7 d. Additional insurance 8 e. Insurance certificates 9 f. Other employees required to protect the right-of-way and property of the 10 Railroad Company from damage arising out of and/or from the construction of 11 the project. Proper utility clearance procedures shall be used in accordance 12 with the permit guidelines. 13 2. Obtain any supplemental information needed to comply with the railroad's 14 requirements. 15 3. Railroad Flagmen 16 a. Submit receipts to City for verification of working days that railroad flagmen 17 were present on Site. 18 J. Dust Control 19 1. Use acceptable measures to control dust at the Site. 20 a. If water is used to control dust, capture and properly dispose of waste water. 21 b. If wet saw cutting is performed, capture and properly dispose of slurry. 22 K. Employee Parking 23 1. Provide parking for employees at locations approved by the City. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS [NOT USED] 33 PART 3 - EXECUTION [NOT USED] 34 END OF SECTION 35 CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 11, 2022 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/11/2022 M Owen Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 11, 2022 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: 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.> M Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 11, 2022 1 0a 3 4 Date: EXHIBIT B FORT WORTH Doe NO. XX= Project Hama: 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 11, 2022 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 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. No 17 separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. The prove out should be demonstrated on a minimum of two joints of applicable pipe 21 material and size specified for the project. It shall be placed in the project limits and 22 observed during installation by the City. 23 B. Testing 24 1. The Contractor shall schedule the demonstration with the the City at least 14-days 25 in advance. 26 2. Perform demonstration in the presence of the City and testing company 27 representative. The Manufacturer's representation must be on site during the first 28 part of the Trench Test Procedure (3.4.A) review holiday testing, patching coatings, 29 and covalent sleeve installation. Failure for one of these individuals to participate 30 may result in the need to reschedule the prove -out or to re -demonstrate the 31 installation. 32 3. The City will notify the Contractor acceptance/rejection of the embedment and the 33 potential need for a new trench test. 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section 0133 00. 36 1. All submittals for pipe and backfill/embedment material shall be complete and 37 accepted in accordance with Section 0133 00 prior to performing the prove -out. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 013600-2 Pipe Laying Prove -Out Page 2 of 4 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS 3 A. Test and Evaluation Reports 4 1. All test reports generated during testing (pass and fail) 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Certifications 8 1. Prove -out Testing 9 a. Contractor is responsible for coordinating and payment of all Quality Control 10 testing required to be performed by the City, in accordance with the contract 11 documents. 12 b. Perform density tests in the embedment material as approved by the City. 13 delivery, storage, and handling [not used] 14 1.10 FIELD [SITE] CONDITIONS [NOT USED] 15 1.11 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [[NOT USED] 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3.2 EXAMINAITON [NOT USED] 3.3 PREPERATION [NOT USED] 3.4 INSTALLATION A. Trench Test Requirements 1. The demonstration shall be performed prior to any open -cut pipe installation. 2. The density at the spring line may have to be higher than the minimum specified density to achieve the minimum specified density in the haunch area. 3. The density at the spring line required to achieve the minimum specified density in the haunch area shall be the target density at the spring line but shall be no less than the minimum specified density. 4. Additional test sections shall be performed for all different embedment materials, or if the Contractor proposes to change methods of placement and compaction. 5. The means, methods, and techniques of placement and compaction shall be the sole responsibility of the Contractor, and the trench test will be considered only as a means to verify the Contractor's methods are capable of achieving the specified compaction throughout the embedment zone. CITY OF FORT WORTH STSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 013600-3 Pipe Laying Prove -Out Page 3 of 4 1 6. The actual quality of the embedment and backfill, as compacted, shall be the 2 responsibility of the Contractor and the satisfactory results from the trench test(s) 3 and field density tests shall not be considered as a guarantee of the quality to the 4 Contractor's embedment and backfill operations. 5 7. Changes in the embedment material after completion of the Prove -Out 6 Demonstration shall require a new Prove -Out Demonstration, unless specifically 7 waived by the City. Such changes after the Prove -Out Demonstration will require, 8 written approval from the City. 9 B. Trench Test Procedure 10 1. This process will establish a relationship between the density achieved at the spring 11 line and density achieved at the haunch area by the Contractor's proposed 12 placement and compaction method. The Contractor shall demonstrate the pipe 13 embedment placement and compaction approach in the following manner. 14 a. Employ all safety procedures that apply to the permanent work. 15 b. Utilize the same equipment and crews that will be used to perform permanent 16 work, to the extent practical 17 c. Excavate the trench to the width and minimum depth shown on the drawings. 18 d. Install and embed one complete section of pipe, extending compacted fill up to 19 the spring line of the pipe using the materials and density requirements 20 specified. Lifting straps shall be left in place. 21 e. Use bulkheads as needed to allow the specified compaction to extend to within 22 two feet of each end of the pipe section. 23 £ Testing lab shall perform density tests in the embedment material near the 24 spring line of the pipe at two locations to be designated by the City. 25 g. Carefully remove the pipe from the trench, preserving the embedment to the 26 extent possible 27 h. Check deflection within the pipe after the backfill is complete to ensure it is 28 within the manufacturer's acceptable range. (Pipe will sometimes float due to 29 over compaction of the sides) Upon request of the City, contractor may be 30 asked to recheck deflection on the prove -out pipe at 30-days to confirm the 31 original findings. 32 i. Testing lab shall perform a second set of in -place density tests on the 33 compacted embedment to verify the Contractor's method has achieved the 34 specified density and uniformity of embedment. Failure of the compacted 35 embedment to hold the shape or achieve the specified density will be a failure 36 of the pipe embedment demonstration. 37 j. In the event of a failure, Contractor shall clean the trench to subgrade, adjust 38 methods and retest, as needed, to demonstrate acceptable results. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. M asurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 9, 2020 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. M terial delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAM UMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 9, 2020 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. asurement and Payment Me 1. rk associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities Obtaining Temporary Service a. ke arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. ter a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 22, 2021 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) A traffic control "Typical" published by City of Fort Worth, the Texas 2 Manual unified Traffic Control Devices (TMUTCD) or Texas Department 3 of Transportation (TxDOT) can be used as an alternative to preparing a 4 project/site specific traffic control plan if the typical is applicable to the 5 specific project/site. 6 B. Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) Contractor's responsibility to coordinate review of Traffic Control plans for 12 Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 1) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices (MUTCD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. When construction is complete, to the extent that the permanent sign can be 31 reinstalled, contact the City Transportation and Public Works Department, Signs 32 and Markings Division, to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 22, 2021 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 A.A. Added language to emphasize minimizing of lane closures and impact to traffic. 1 A.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 AF. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 22, 2021 015713-1 STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 01 5713 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards l . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 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) TXR150000 General Permit d) SWPPP e) TCEQ requirements 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. 1.5 SUBMITTALS A. SWPPP 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 CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY 0158 13- 1 TEMPORARY PROJECT SIGNAGE Paget of 3 A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: httDs://aDD-us3.e-builder.net/Dublic/PublicFolderView.asDx?FolderID=f 6da45875- lael-4e76-a2fc-45acaOd6e95f} and following the directory path: 1. 02-Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 9, 2020 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City website. CITY OF FORT WORTH WESTSIDE III - PHASE 11- 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 9, 2020 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH W STSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH W STSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 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 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 WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-2 Revised November 22, 2016 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under "Measurement" will be paid for at the unit 40 price per each "Specified Remobilization" in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-2 Revised November 22, 2016 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price per each "Work Order Mobilization" in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under "Measurement" will be paid for at the unit 29 price per each "Work Order Emergency Mobilization" in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-2 Revised November 22, 2016 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 7 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688-2 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Pagel of 8 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 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 STSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised February 14, 2018 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survev - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survev —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survev "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01— Attachment A —Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH STSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH STSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised February 14, 2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) W ter Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH W STSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) W ter Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH W STSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised February 14, 2018 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH W STSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3' party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH STSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised February 14, 2018 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 STSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised February 14, 2018 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 01 74 23 - 1 CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 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. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 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 [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. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 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 WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 017719-1 CLOSEOUT REQUIREMENTS Pagel of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 7719 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 WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 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 £ Vault keys 38 g. Handwheels CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 22, 2021 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 C1 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 WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised March 22, 2021 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 % inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 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 Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 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 Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories 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. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 —title of section removed CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised December 20, 2012 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH STSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 15 00 DECOMPOSED GRANITE 321500-1 DECOMPOSED GRANITE Page 1 of 4 5 A. Section Includes: 6 1. Delivery and construction of the decomposed granite areas as herein specified and 7 in conformity with the typical sections as shown on the plans. 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 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item will be by the square yard of Decomposed Granite 18 for various: 19 1) Depths 20 2) Types 21 3) Gradations 22 2. Payment 23 a. The work performed and materials furnished in accordance with this Item and 24 measured as provided under "Measurement" will be paid for at the unit price 25 bid per square yard of Decomposed Granite. 26 3. The price bid shall include: 27 a. Preparation and correction of subgrade 28 b. Furnishing of material 29 c. Flexible Base 30 d. Excavation 31 e. Hauling 32 f. Blading 33 g. Sprinkling 34 h. Compacting 35 1.3 REFERENCES 36 A. Reference Standards 37 1. Reference standards cited in this specification refer to the current reference standard 38 published at the time of the latest revision date logged at the end of this 39 specification, unless a date is specifically cited. 40 2. ASTM International (ASTM): 41 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 42 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 321500-2 DECOMPOSED GRANITE Page 2 of 4 3. Texas Department of Transportation (TXDOT): a. Tex- 110-E, Particle Size Analysis of Soils 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. The material shall consist of Decomposed Granite with a color that matches the existing on site material. B. The gradation of the Decomposed Granite, as determined in accordance with Test Method Tex- 110-E, shall be as follows: 1. Retained on 5/8" Sieve 0% 2. Retained on 3/8" Sieve 15% to 25% 3. Retained on No. 4 Sieve 40% to 55% 4. Retained on No. 10 Sieve 65% to 80% C. Filter fabric shall be placed with a minimum 2 Mil. Thickness. 1. Geosynthetic fabric manufactured specifically for control of weeds under paving or in landscape areas. Mirafi 135N or equal. D. Furnish water free of industrial wastes and other objectionable matter. 2.3 ACCESSORIES [NOT USED] 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 34 A. General 35 1. Shape the subgrade or existing base to conform to the typical sections shown on the 36 Drawings or as directed. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 321500-3 DECOMPOSED GRANITE Page 3 of 4 1 2. The subgrade preparation shall include the following: 2 a. Prepare subgrade to 6 in. below finished grade of the decomposed granite. 3 b. Compact subgrade to 95% density. 4 c. Add 3 in. of loose crushed limestone base material, and compact to a depth of 2 5 in. 6 3. Installation of decomposed granite material cannot proceed until compacted 7 subgrade approved by the City. 8 3.4 INSTALLATION 9 A. General 10 1. Construct each layer uniformly, free of loose or segregated areas, and with the 11 required density and moisture content. 12 2. Provide a smooth surface that conforms to the typical sections, lines, and grades 13 shown on the Drawings or as directed. 14 3. Haul approved decomposed granite in clean, covered trucks. 15 B. Equipment 16 1. General 17 a. Provide machinery, tools, and equipment necessary for proper execution of the 18 work. 19 2. Rollers 20 a. The Contractor may use any type of roller to meet the production rates and 21 quality requirements of the Contract unless otherwise shown on the Drawings 22 or directed. 23 b. When specific types of equipment are required, use equipment that meets the 24 specified requirements. 25 c. Alternate Equipment. 26 1) Instead of the specified equipment, the Contractor may, as approved, 27 operate other compaction equipment that produces equivalent results. 28 2) Discontinue the use of the alternate equipment and furnish the specified 29 equipment if the desired results are not achieved. 30 d. City may require Contractor to substitute equipment if production rate and 31 quality requirements of the Contract are not met. 32 C. Placing 33 1. Lay filter fabric as approved by the Engineer flat over the compacted flexible base, 34 without wrinkles and carefully cut around necessary elements. 35 2. Backfll over the compacted subgrade and fabric with granite material and grade to 36 an even plane to existing grade, shown on the plans, to allow for compaction. 37 D. Compaction 38 1. General 39 a. Compact areas with a mechanical roller or plate vibrator sufficiently large to 40 achieve required compaction. 41 2. The Contractor shall ensure that all compacted aggregate areas shall drain per the 42 plans to eliminate the possibility of standing water. 43 E. Finishing 44 1. Remove loosened material and dispose of it at an approved location. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 321500-4 DECOMPOSED GRANITE Page 4 of 4 1 2. Shape and maintain the course and surface in conformity with the typical sections, 2 lines, and grades as shown on the Drawings or as directed. 3 3. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire 5 width of the cross-section. 6 4. Correct by loosening, adding, or removing material. 7 5. Reshape and recompact in accordance with 3A.C. 8 3.5 REPAIR/RESTORATION [NOT USED] 9 3.6 RE -INSTALLATION [NOT USED] 10 3.7 QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 20 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 3291 19 - 1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Pagel of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and place topsoil to a minimum of 6-inch depth, as specified, unless 7 otherwise shown on the Drawings within the Roadway Right -of ways (Roadway 8 ROW includes medians and parkways between the curb and property line. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. Modifv 1.1.A.1 11 2. Modifv 3.4.A.3 12 C. Related Specification Sections include but are not necessarily limited to 13 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 14 2. Division 1 - General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 19 2. Payment 20 a. The work performed and materials furnished in accordance with this Item and 21 measured as provided under "Measurement" will be paid for at the unit price 22 bid per cubic yard of in place/tamped Topsoil. 23 b. All excavation required by this Item in cut sections shall be measured in 24 accordance with provisions for the various excavation items involved with the 25 provision that excavation will be measured and paid for once, regardless of the 26 manipulations involved. 27 3. The price bid shall include: 28 a. Furnishing Topsoil 29 b. Loading 30 c. Hauling 31 d. Placing 32 1.3 REFERENCES [NOT USED] 33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 34 1.5 ACTION SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 329119-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 40 1.11 FIELD [SITE] CONDITIONS [NOT USED] 41 1.12 WARRANTY [NOT USED] 42 PART 2 - PRODUCTS 43 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 44 2.2 MATERIALS 45 A. Topsoil 46 1. Use easily cultivated, fertile topsoil that: 47 a. Is free from objectionable material including subsoil, weeds, clay lumps, non- 48 soil materials, roots, stumps or stones larger than 1.0 inches 49 b. Has a high resistance to erosion 50 c. Is able to support plant growth 51 2. Secure topsoil from approved sources. 52 3. Topsoil is subject to testing by the City. Contractor shall have soil delivery tickets 53 available upon request. 54 4. pH: 5.5 to 8.5. 55 5. Liquid Limit: 50 or less 56 6. Plasticity Index: 20 or less 57 7. Gradation: maximum of 10 percent passing No. 200 sieve 58 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 59 of vegetation 60 2.3 ACCESSORIES [NOT USED] 61 2.4 SOURCE QUALITY CONTROL [NOT USED] 62 PART 3 - EXECUTION 63 3.1 INSTALLERS [NOT USED] 64 3.2 EXAMINATION [NOT USED] 65 3.3 PREPARATION [NOT USED] 66 3.4 INSTALLATION 67 A. Finishing of Parkways 68 1. Smoothly shape parkways, shoulders, slopes, and ditches. 69 2. Cut right-of-ways to finish grade prior to the placing of any improvements in or 70 adjacent to the roadway. 71 3. In the event that unsuitable material for right-of-ways is encountered, extend the 72 depth of excavation in the right-of-ways 6 inches and backfill with minimum 6 73 inches of top soil. 74 4. Make standard parkway grade perpendicular to and draining to the curb line. 75 a. Minimum: 1/4 inch per foot 76 b. Maximum:4:1 77 c. City may approve variations from these requirements in special cases. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 329119-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 78 5. Whenever the adjacent property is lower than the design curb grade and runoff 79 drains away from the street, the right-of-ways grade must be set level with the top 80 of the curb. 81 6. The design grade from the parkway extends to the back of the walk line. 82 7. From that point (behind the walk), the grade may slope up or down at maximum 83 slope of 4:1. 84 B. Placing of Topsoil 85 1. Spread the topsoil to a uniform loose cover at the thickness specified. 86 2. Place and shape the topsoil as directed. 87 a. Hand tamp or roll topsoil surface (with hand tamper or landscaping roller or 88 other accepted method) and finish a minimum of 5 feet from all flatwork. 89 b. Ensure topsoil is free from objectionable material including subsoil, weeds, 90 clay lumps, non -soil materials, roots, stumps or stones larger than 1.0 inches 91 c. No additional topsoil should be added within the critical root zone of trees. 92 3. Tamp the topsoil with a light roller or other suitable equipment. 93 3.5 REPAIR/RESTORATION] [NOT USED] 94 3.6 RE -INSTALLATION [NOT USED] 95 3.7 FIELD QUALITY CONTROL [NOT USED] 96 3.8 SYSTEM STARTUP [NOT USED] 97 3.9 ADJUSTING [NOT USED] 98 3.10 CLEANING [NOT USED] 99 3.11 CLOSEOUT ACTIVITIES [NOT USED] 100 3.12 PROTECTION [NOT USED] 101 3.13 MAINTENANCE [NOT USED] 102 3.14 ATTACHMENTS [NOT USED] 103 END OF SECTION 104 105 Revision Log DATE NAME SUMMARY OF CHANGE 3/11/2022 M. Owen Revised title of specification and provided clarifications in Sections 1.1 Summary, 2.2 Materials, 3.4 Installation CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 3292 15- 1 NATIVE AND WILDFLOWER SEEDING Page 1 of 6 SECTION 32 92 15 NATIVE GRASS AND WILDFLOWER SEEDING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing native grass and wildflower seeding as shown on Drawings, or as directed. B.Deviations from this City of Fort Worth Standard Specification 1. None. C.Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 31 10 00 —Site Clearing 4. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 5. Section 32 84 23 - Irrigation Ordinance 18444-01-2009, Section 1, Article VII, Section 35-158 to 170 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment Seeding a. Measurement 1) Measurement for this Item shall be in accordance with units specified in bid tab, complete in place for uniform vegetative coverage as shown in drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for Wildflower Seed placed for various installation methods. c. The price bid shall include: 1) Washing and removing all seed from truck or dispersal tools prior to placing Wildflower Seeds 2) Furnishing and placing Wildflower Seed 3) Furnishing and applying water for seed 4) Slurry and hydraulic mulching 5) Soil Retention Blanket, if directed to use 6) Watering (until established) 7) Disposal of surplus materials 8) Weed Removal (until established) 2. Mowing — as shown in drawings or as directed by City Park & Recreation staff. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 329215-2 NATIVE AND WILDFLOWER SEEDING Page 2 of 6 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A.Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS) b. Name and type of seed(s) 2. All seed shall be tested in a laboratory with certified results presented to the City in writing, prior to planting. 3. All seed to be of the previous season's crop and the date on the container shall be within twelve (12) months of the seeding date. 4. Each seed shall be supplied in a separate, labeled container for acceptance by the City. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT USED] 1.9 QUALITY ASSURANCE A.The Developer/ Contractor who plants material is responsible for the supervision of his crews, the site, and the maintenance of the material until the project is accepted by the City. B.Wildflowers or native grasses are not to be planted within ten (10) feet of a road or parking lot or within three (3) feet of a walkway OR as shown on drawings OR as directed by City. C.Do not use mulch. D.Do not use fertilizer on wildflower plantings (encourages weeds). 1.10 DELIVERY, STORAGE, AND HANDLING A. Seed 1. Native grass or wildflower seed to be locally sourced if possible. Seed shall be harvested from within a 200 mile radius within the state. 2. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. B.Fertilizer, if required based on soils testing 1. Do not use fertilizer with wildflower seeding (encourages weeds) 2. Provide unopened bags labeled with the analysis. 3. Conform to Texas fertilizer law. 4. Provide to City certification rate for which fertilizer was applied. 5. Provide organic fertilizer. Use fertilizer at a rate of no more than 0.05 pounds Nitrogen per 1,000 square foot. 1.11 FIELD [SITE] CONDITIONS CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 329215-3 NATIVE AND WILDFLOWER SEEDING Page 3 of 6 A.Grading of site and installation of topsoil must be approved by City prior to application of seed 1.12 WARRANTY A. Seed to be replaced if coverage does not exceed 70 percent within forty-five (45) days from germination. PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS AND EQUIPMENT A.Materials 1. Seed a. Native Grass Seed (as noted on drawings) 1) Plant between February 1 and October 1. 2) Seed mix will be rejected if found to contain the following seeds: 1. Johnsongrass (Sorgastrum halapense) 2. Bermudagrass (Cynodon dactylon) 3. King Ranch bluestem 4. Sandbur (Cenchrus spinifex) 5. Invasive Spring Forbs b. Wildflower Seed (as noted on drawings) 1) Plant between March 5 through May 31 and September 1 through December 1 2) Seed mix will be rejected if found to contain the following seeds: 1. Johnsongrass (Sorgastrum halapense) 2. Bermudagrass (Cynodon dactylon) 3. King Ranch bluestem 4. Sandbur (Cenchrus spinifex) 5. Invasive Spring Forbs c. Temporary Erosion Control Seed 1) Consist of the sowing of Annual Rye Grass see 32 92 13_2 for seed rate 2. Topsoil: See Section 32 91 19. 3. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. B. Equipment 1. No -till Drill or Brillion seeder 2. Hand broadcast and raked in by hand or with a tractor -drawn harrow 3. Approved seeding machine adapted for native seed 2.3 ACCESSORIES 1. Soil Retention Blanket a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL or approved equal. b. As specified for sloped areas not for general use. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 329215-4 NATIVE AND WILDFLOWER SEEDING Page 4 of 6 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS A.All trucks or devices used to distribute wildflower or native grass seed to be free of any seed identified in section 2.2 A.1.a.2 3.2 EXAMINATION A.Examination of grading by City prior to installation of seed. 3.3 PREPARATION A.Surface Preparation: clear surface of all material including the following and dispose of off -site or as directed by City: 1. Stumps, stones, and other objects larger than 1-inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Scarify subgrade or till as needed 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil. For simple row repair only scarify with pedestrian powered equipment to 2-inches. 2. Compacted and heavily vegetated areas may be tilled 3-inches deep with City approval a. For tilled areas, use a heavy duty disc or a chisel -type breaking plow, chisels set not more than 10-inches apart. b. Initial tillage shall be done in a crossing pattern for double coverage, then followed by a disc harrow. Depth of tillage may be up to 3-inches. 3. c. Areas sloped greater than 3: 1: run a tractor parallel to slope to provide less seed/water run-offAreas near trees: Do not till within dripline of tree. Do not disturb root zone. C. Cleaning 1. Soil shall be further prepared by the removal of debris, building materials, rubbish, and rock 1-inch and greater, and weeds. D.Fine Grading: 1. After scarifying or tilling and cleaning, all areas to be planted shall be leveled, fine graded, and a weighted spike and harrow or float drag. The required shall be the elimination of ruts, depressions, humps, and objectionable soil clods. This shall be the final soil preparation step to be completed prior to inspection before seeding. 2. Areas near trees: Do not disturb root zone. 3.4 INSTALLATION A. Seeding 1. General a. Seed only those areas indicated on the Drawings. b. Mark each area to be seeded in the field prior to seeding for City approval. CITY OF FORT WORTH STSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 329215-5 NATIVE AND WILDFLOWER SEEDING Page 5 of 6 2. Broadcast Seeding a. Broadcast seed in 2 directions at right angles to each other at application rate provided by supplier or as directed. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) Scalp existing grasses to 1-inch 2) Remove grass clippings, so seed can make contact with the soil. 3. Mechanically Seeding (Drilling): a. Uniformly distribute seed over the areas shown on the Drawings or as directed. b. All varieties of seed and ilize may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. Or rake, harrow. f. Roll slope areas on the contour. 4. Fertilizing: uniformly apply fertilizer over seeded area, if directed to use. Provide organic fertilizer. Use fertilizer at a rate of no more than 0.05 pounds Nitrogen per 1,000 square foot. 5. Watering a. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand as defined in 3.13.B. b. Water soil to a minimum depth of 4-inches within 48 hours of seeding. c. Water 0.5-inches until germination. d. Following germination, water 0.5-inches 3 times a week until acceptance. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Seeding 1. Water until completion and final acceptance of the Project. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed b. Vegetation is free from bare areas 3. Grasses and Wildflowers will be accepted once fully established. a. Seeded area must have 70 percent growth to a minimum height of 3-inches. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 329215-6 NATIVE AND WILDFLOWER SEEDING Page 6 of 6 1) Do not mow new wildflower growth. 2) Do not mow native grasses shorter than 4-inches. b. Ground surface to be smooth and free of foreign material and rocks or clods I - inch diameter or greater. B. Rejection I. City may reject seeded area based on the following items, but not limited to: a. WEED POPULATIONS b. POOR 1NSTALLTION c. LACK OF COVERAGE d. INSUFFICIENT OR OVER WATERING e. SEEDS NOT PERMITTED (as identified in section 2.2 A. La.2) 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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. Updated 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 STSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 & snigot ioint assemblies 2. Thermite Weld Materials Charges and Molds- Thermite molds and charges shall be used. Charges and mold size shall be as specified by Erico. Thermoweld or approved equal, for the specific surface configuration. 3. Weld Caps/Coating Weld Coating - Coating for welds shall be Kov-Coat as manufactured by Carboline or Rovston Handv Caps (cans vrefilled with mastic) or approved equal a. 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" ner bond. C. Flange Isolation CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 8 1. Required applications of dielectric flange isolation assemblies include, but are not limited to, selected locations where new piping is mechanically connected to existing piping. (Should be existing, but shall be maintained and protected) 2. Gasket a. Isolating and seal gasket b. G-10 Epoxy Glass material c. Full face d. 1/8-inch thickness e. Use with a minimum of 1 EDPM sealing element placed in a tapered groove. £ NSF 61 certified g. A minimum of 800 volts/mil dielectric strength is required. h. Flange shall seal for the test pressure without leaking. 3. Sleeves a. Provide full length mylar sleeves. 4. Washers a. Provide double G-10 washer sets. D. Casing Spacers 1. For piping installed in tunnels or cased crossings, install casing spacers between the piping and the casing or tunnel liner to provide electrical isolation in accordance with Section 33 05 24. E. Casing End Seals 1. See Section 33 05 24 for casing end seals. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Preparation of Concrete Pipe for Bonding 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. 2) Manufacturer is to report values obtained and method of measurement. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 8 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 Electrical bond wires are to be a minimum No. 2 4AWG, 7 stranded, copper cable with THHN insulation. 2. Remove 1 inch of THHN insulation 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 STSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 STSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 peffe 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 STSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688 Revised October 18, 2024 330411-2 CORROSION CONTROL TEST STATIONS Page 2 of 7 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 1. Submit product data for all components of the Corrosion Control Test Stations. Data submitted shall include: a. Test Station b. Wiring c. Splicing materials d. Thermite weld materials e. Weld coatings 1.7 CLOSEOUT SUBMITTALS A. Structure -to -soil potential data shall be submitted to the City. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Certifications 1. Provide manufacturer's certifications that all components of the corrosion control system meet the requirements of the Contract Documents. a. The certification shall reference the applicable Section of the Specifications and the applicable standard details. B. Inspection 1. The City may, at its own cost, inspect the Cathodic Protection materials prior to, or during, installation. C. Drawings 1. The drawings for the corrosion control test stations are diagrammatic and shall not be scaled for exact locations, unless scales are explicitly stated on the specific drawing. 2. Field conditions, conflicts with other utilities or mechanical and structural features shall determine exact locations. 3. Contractor shall note other existing utilities in the area and during excavation, shall not damage these utilities. 4. Any damaged utilities shall be repaired to the satisfaction of the City at the Contractor's expense. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688 Revised October 18, 2024 330411-3 CORROSION CONTROL TEST STATIONS Page 3 of 7 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS she ter head bea7 terminal "lit! Fink" Cot3. -min shall The test be installed in 24 ineh as manufaetured-by 24 ineh 6 ineh station shall 4. The Pregaff; a hall be 10 x x eonerete Bad. 25 diameter 2 T it �n��c�sr nerete-�� east iron "CP Test" ��Rn�net��- e �� by Brooks-ro1uets inn east eeT ar e install v a;.,,.en ��s >�-mar.�er-s��u�A��t-tee-mou.rted-test all flush etured -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 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 eonerete filled galvanized steel eonduit in low population loeations-. 4. The test station shall be installed adjacent to a permanent structure, if available, for physical protection. a. If exposed to traffic, provide a frangible base for test station. 5. The interior of the test station conduit shall be filled with Portland cement concrete after the installation of the test and bond wires. 6. The test station conduit shall be installed with a 24 ineh x 24 ineh x 6 ineh 12- inch diameter concrete foundation as shown on the Drawings. C. Permanent Reference Electrodes CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688 Revised October 18, 2024 330411-4 CORROSION CONTROL TEST STATIONS Page 4 of 7 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 I . 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) £ 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 Kov-Coat as manufactured by Carboline or Rovston Handv Caps (caps orefilled with mastic) b. Weld Cap- The coated weld shall be covered with a plastic weld cap. e. Coat weld m4th Stopaq CZ tape or- appFoved equal. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION / INSTALLATION 1. Install test stations at each of the locations scheduled on the Drawings. At a minimum, test stations are required at each of the following locations: a. At all major underground metallic pipeline crossings CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688 Revised October 18, 2024 330411-5 CORROSION CONTROL TEST STATIONS Page 5 of 7 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. 8. At foreign pipeline crossing test stations: a. Notify the owners of the pipeline and obtain permission before the test leads are connected to their pipeline. b. The foreign pipeline owner should have a representative present. 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. £ Submit documentation to the City or its designated representative. rtctl' as ah,.vm on the Dr-a..,ines. 2. Saffleient slaek shall be Eeiled beneath the test station to allowit D. Above -Grade (Pole Mount) Test Stations CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688 Revised October 18, 2024 330411-6 CORROSION CONTROL TEST STATIONS Page 6 of 7 1. Install above -grade test stations where a flush mounted test station cannot be 'oe�indicated on Drawings. 2. Use and location of above -grade test stations shall be approved by the City or its designated representative. 3. Locate test station adjacent to a permanent structure (e.g. a power pole), if available, for physical protection. 4. Coil sufficient slack beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. 5. Pour a 24 ineh x 24 ineh x 6 ineh 12-inch diameter concrete pad 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 conduit with Portland eement eonerete after installation of the test stations wires-. 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. 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 tape-. 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688 Revised October 18, 2024 330411-7 CORROSION CONTROL TEST STATIONS Page 7 of 7 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. All test stations shall be visually inspected during the final walk through. B. Materials or installation work not conforming to the requirement of this Specification shall be replaced or repaired to the City's satisfaction. C. Damaged or missing test station components shall be replaced by equal components. 3.8 SYSTEM STARTUP A. Commissioning 1. Native state structure -to -soil potentials shall be acquired along the water main and submitted to the City. B. Method 1. Measure native state structure -to -soil potentials along the water 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. 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688 Revised October 18, 2024 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 Proiect Specific Rea uirements 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 2. Corrosion Engineer/Technician Ouatifications a. 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..,aon '-eauest by 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 40 wounds, and a nominal 3" x 3" x 60" ingot size. b. The metallurgical composition of the Magnesium Anodes shall conform to the following: Element Content (%) Al 0.01 Mn 0.50 to 1.30 Cu 0.02 Maximum Ni 0.001 Maximum Fe 0.03 Maximum Other 0.05 Each or 0.3 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 Drawinesand consist of test wires, non-metallic. UV resistant riser and a terminal head and a "-affi . 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-of 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 vhsall tie ., 10.25 ineh a;, metar 3 RT -vitlh a oac marke "CP Te t" a nuf ducts, Im, G\- :terra ,£ed CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of 10 4. if the area is not pwed, the test on dhall'ae installed in a 31 ineh "'^ :nee 3. las all a marvlef--,�gn adjaoent to all flush meupAed tcV.- ltati��. 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 1. Test station lead wires shall be #12 AWG stranded copper cable with type TW, THW or THHN insulation, black i 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 by 0 feet deep hole with the tou of the anode at the same elevation as the tou of uiueline 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of 10 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 pipe, the second row of anodes shall be placed on the opposite side of the pipelines. 2. Augured Hole a. The anode hole diameter shall easily accommodate the anode. 3. 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 #4-8 #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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 330412-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of 10 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. Conneet eaeh group of anodes to the pipeline through a test station shown on the Dr-nwhags. b. A 0.01 ohm shunt shall be used to connect the anode header cable to the pipeline through a test station 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 Grade 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of 10 2. Test stations shall be installed ; .. 24 i ch n 21 ins . 2 Sufficient slack shall be coiled beneath the test station to allow for soil settlement and to prevent damage to the leads during backfilling. a. Additional slack shall be left in the test station riser to allow for withdrawal removal of the terminal board a minimum of 12 inches above the top of the eenEfete 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 330412-10 MAGNESIUM ANODE CATHODIC PROTECTION Page 10 of 10 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. 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 frVlpolam-, t.-on-a'uft er-iter-iefi or the 950 .f,;,,i.velts GS 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. The primary intent of the anode systems is strav current mitigation, not satisfying the 100 mV polarization shift NACE criterion even if it is achieved on DIP. 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] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 shall 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 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 1.3.11 4. Modified 2.2.B.a and b 5. 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 SuDDort 7. Section 33 05 42 — Water Control for Shaft and Tunnel Construction 8. Section 33 05 45 — Contact Grouting 25 1.2 PRICE AND PAYMENT PROCEDURES 26 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: a) Various Sizes CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 330521-2 TUNNEL LINER PLATE Page 2 of 6 I c. The price bid shall include: 2 1) Furnishing and installing Tunnel Liner Plate as specified by the Drawings 3 2) Mobilization 4 3) Launching shaft 5 4) Receiving shaft 6 5) Portal stabilization 7 6) Settlement monitoring 8 7) Contact grouting 9 8) Pavement removal 10 9) Excavation 11 10) Hauling 12 11) Disposal of excess material 13 12) Furnishing, placement, and compaction of backfill 14 13) Clean-up 151.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. American Association of State Highway and Transportation Officials (AASHTO) 21 a. LRFD, Bridge Design Manual, Section 12.13 22 b. M190, Bituminous -Coated Corrugated Metal Culvert Pipe and Pipe Arches. 23 3. American Society of Testing and Materials (ASTM): 24 a. A123, Standard Specification for Zinc (Hot- Dip Galvanized) Coating on Iron 25 and Steel Products. 26 b. A153, Standard Specification for Zinc Coating (Hot Dip) on Iron and Steel 27 Hardware. 28 c. A1011, Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, 29 Structural, High -Strength Low -Alloy and High -Strength Los -Alloy with 30 Improved Formability, and Ultra -High Strength. 31 B. Reference Documents: 32 1. "Geotechnical En2ineerine Studv, Westside III Waterline, Fort Worth, 33 Texas". CMJ Engineering. Inc., Report No. 103-21-389, dated December 2021. 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS 36 A. Submittals shall be in accordance with Section 01 33 00. 37 B. All submittals shall be approved by the City prior to delivery. 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Product Data 40 1. Tunnel Liner Plate and fasteners 41 a. Material data 42 2. Exterior Coating 43 a. Material data 44 b. Field touch-up procedures CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 330521-3 TUNNEL LINER PLATE Page 3 of 6 1 3. Grout Mix 2 a. Material data 3 B. Shop Drawings 4 1. Submit calculations for the design of the Tunnel Liner Plate sealed by a Licensed 5 Engineer in the State of Texas. 6 2. Detailed plan for grouting the void space on the exterior of the Tunnel Liner Plate 7 3. Grout coupling location and spacing 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Deliver, handle and store Tunnel Liner Plate in accordance with the Manufacturer's 13 recommendations to protect coating systems. 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00, and/or as specified herein. a. The manufacturer must comply with this Specification and related Sections. b. Manufactured by Contech Construction Products, Inc., American Commercial Inc., or approved equal. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Design Criteria a. Contractor to design Tunnel Liner Plate in accordance with the methods and criteria as specified in AASHTO LRFD, Bridge Design Manual, Section 12.13. b. Ground condition parameters shall be determined by the Tunnel Liner Plate Manufacturer, consistent with the conditions described in the Geotechnical Report. c. Allow a maximum deflection of 3 percent. d. Thickness of the Tunnel Liner Plate specified herein is the minimum acceptable and shall be increased as necessary to obtain adequate joint strength, stiffness, buckling strength and resistance to deflection. C. Materials 1. Tunnel Liner Plate CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 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 330521-4 TUNNEL LINER PLATE Page 4 of 6 a. Provide new, corrugated metal Tunnel Liner Plates made from steel sheets conforming to the requirements of ASTM A1011. 1) Potable and Reclaimed Water carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A123 with the following exception: (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. b) Coated (1) Plate to be coated with a bituminous coating meeting the performance requirements of AASHTO M190 (2) Uniformly coat pipe inside and out to minimum thickness of 0.05 inches, measured on crests of corrugations. 2) Sanitary Sewer carrier pipe a) Galvanized (1) Plate to be galvanized with zinc coating in accordance with ASTM A123 with the following exception: (a) Zinc shall be applied at a rate of 2.0 ounces per square foot on each side. b. Tunnel Liner Plates and fasteners shall comply with the requirements of AASHTO LRFD, Bridge Design Manual, Section 12.13. 1) Liner plates shall be punched for bolting on both longitudinal and circumferential seams and fabricated to permit complete erection from the inside of the tunnel. 2) Bolts and nuts shall be galvanized to conform to ASTM A153. 3) Where groundwater is encountered gasketed liner plates shall be used. 4) Plates shall be of uniform fabrication and those intended for 1 size tunnel shall be interchangeable. 5) Field welding of Tunnel Liner Plate, including grout couplings shall not be allowed. 6) The material used for the construction of these plates shall be new, unused and suitable for the purpose intended. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 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 "The information urovided for 66-inch tunnel diameter assumes a bury 10 depth of 8 to 41 feet. 11 2. Casing Insulators 12 a. Casing insulators/supports shall be used for this project in accordance with 13 Section 33 05 24. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] KC 21 22 23 24 25 26 3.4 INSTALLATION 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 26 27 28 29 330522-1 STEEL CASING PIPE Page 1 of 6 SECTION 33 05 22 STEEL CASING PIPE A. Section Includes: 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1. Added 1.2 A.2.c.5 through 7 — Added additional work items to be included in bid. 2. Added 1.3.13 — Include reference to geotechnical reports. 3. Modified 2.2.A.3 — Include minimum thickness requirements for 60"-84" steel casing pipe. 4. Modified 2.2.13.4 - Revised text to add claritv about welding pipe before i acking. 5. Modified 2.2.13.3 6. Deleted 2.2.11.5 7. Modified 2.2.C.1— Coating not required inside steel casing for water. 8. Modified 3.4.A.3 - Revised text to add claritv about welding pipe before i acking. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 27 — Open -Face Pipeiacking 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 6. Section 33 05 45 — Contact Grouting 30 1.2 PRICE AND PAYMENT PROCEDURES 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Open Cut" installed for: a) Various Sizes c. The price bid shall include: CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 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 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 330522-3 STEEL CASING PIPE Page 3 of 6 1 B. Reference Documents: 2 1. "Geotechnical Engineering Studv, Westside III Waterline, Fort Worth, 3 Texas". CMJ Engineering, Inc., Report No. 103-21-389, dated December 2021. 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 SUBMITTALS 6 A. Submittals shall be in accordance with Section 01 33 00. 7 B. All submittals shall be approved by the City prior to delivery. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Product Data 10 1. Exterior Coating 11 a. M terial data 12 b. Field touch-up procedures 13 2. Interior Coating 14 a. M terial data 15 b. Field touch-up procedures 16 B. Shop Drawings 17 1. Provide the following: 18 a. Furnish detailed drawings for Steel Casing Pipe outlining the following: 19 1) Grout/lubrication ports 20 2) Joint details 21 3) Other miscellaneous items for furnishing and fabricating pipe 22 b. Submit calculations in a neat, legible format that is sealed by a Licensed 23 Professional Engineer in Texas, consistent with the information provided in the 24 geotechnical report, and includes: 25 1) Calculations confirming that pipe jacking capacity is adequate to resist the 26 anticipated jacking loads for each crossing, with a minimum factor of safety 27 of 2. 28 2) Calculations confirming that pipe capacity is adequate to safely support all 29 other anticipated loads, including earth and groundwater pressures, 30 surcharge loads, and handling loads 31 3) Calculations confirming that jointing method will support all loading 32 conditions 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY, STORAGE, AND HANDLING 37 A. Delivery, Handling, and Storage 38 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, 39 as recommended by the manufacturer, for protection during shipping and storage. 40 2. Deliver, handle and store pipe in accordance with the Manufacturer's 41 recommendations to protect coating systems. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 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 Minimum Wall Thickness (inches) .3125 (5/16) .375 (3/8) .5 (1/2) .625 (5/8) .6875 (11/16) STA. 14+63.81 to STA. 17+92.63 66 0.9375 (15/16) STA. 45+65.64 to STA. 51+16.90 66 0.75 (3/4) 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers/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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 Casin a Dive shall be fabrieatedwith loneitudinal weld seams. 39 a. All girth weld seams shall be ground 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 34 DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2•A — Formatting modified to apply thickness requirements for all casing installation methods CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 44 3) Monitoring and recording equipment CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 11 1 4) Pressure gauge calibration data 2 5) Materials 3 d. Grout mix details including: 4 1) Proportions 5 2) Admixtures including: 6 a) Manufacturer's literature 7 b) Laboratory test data verifying the strength of the proposed grout mix 8 c) Proposed grout densities 9 d) Viscosity 10 e) Initial set time of grout 11 (1) Data for these requirements shall be derived from trial batches from 12 an approved testing laboratory. 13 e. Submit a minimum of 3 other similar projects where the proposed grout mix 14 design was used. 15 f. Submit anticipated volumes of grout to be pumped for each application and 45 16 reach grouted. 17 g. For pipe installations greater than 36-inches, without hold down jacks or a 2 18 restrained spacer, provide buoyant force calculations during grouting and 19 measures to prevent flotation. 20 1) Calculations sealed by a licensed Engineer in the State of Texas. 21 h. Description of methods and devices to prevent buckling of carrier pipe during 22 grouting of annular space, if required 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE 26 A. Certifications 27 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 28 IS09001:2000. 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 34 35 36 37 38 39 40 2.2 MATERIALS A.Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 11 1 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 2 regularly engaged in the manufacturing of casing spacers/isolators. 3 B.Design Criteria and Materials 4 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 5 indicated in PART 3 of this Specification, incorporating all support/insulator 6 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 7 2. Grout of annular space 8 a. For gravity sewer carrier pipe installation: 9 1) Fill all voids between the carrier pipe and the casing or liner with grout. 10 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 11 shall be in contact with the grout. 12 b. For water line installation: 13 1) No annular space fill will be used. 14 3. Grout Mixes 15 a. Low Density Cellular Grout (LDCG) 16 1) Annular space (between carrier pipe and casing/liner) grout shall be LDCG. 17 2) The LDCG shall be Portland cement -based grout mix with the addition of a 18 foaming agent designed for this application. The foaming agent shall 19 conform to ASTM C 869. 20 3) Develop one or more grout mixes designed to completely fill the annular 21 space based on the following requirements: 22 a) Provide adequate retardation to completely fill the annular space in one 23 monolithic pour. 24 b) Provide less than one (1%) percent shrinkage by volume. 25 c) Compressive Strength 26 (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days 27 d) Design grout mix with the proper density and use proper methods to 28 prevent floatation or damage of the carrier pipe. 29 e) Proportion grout to flow and to completely fill all voids between the 30 carrier pipe and the casing or liner. 31 4. End Seals 32 a. Provide end seals at each end of the casing or liner to contain the grout backfi 11 33 or to close the casing/liner ends to prevent the inflow of water or soil. 34 1) For water piping less than 24-inch diameter, use hard rubber seals, Model 35 PL Link Seal as manufactured by the Thunderline Corporation or approved 36 equal. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 11 1 2) For water piping 24-inch diameter and greater, use pull -on, 1/8-inch thick, 2 synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and 3 Insulator, Inc. or approved equal. 4 3) For sewer piping, no end seals are required since the annular space between 5 the carrier pipe and the casing will be grouted. 6 b. Design end seals to withstand the anticipated soil or grouting pressure and be 7 watertight to prevent groundwater from entering the casing. 8 5. Casing Spacers/Insulators 9 a. Provide casing spacers/insulators to support the carrier pipe during installation 10 and grouting (where grout is used). 11 1) For concrete pressure pipe, mortar bands may be allowed in lieu of casing 12 spacers/isolators. 13 2) Mortar bands shall be in accordance with Section 33 11 13. 14 b. Casing Spacers/Isolators material and properties: 15 1) Shall be minimum 14 gage 16 2) For water pipe, utilize Stainless Steel. 17 3) For sewer pipe, utilize Coated Steel. 18 4) Suitable for supporting weight of carrier pipe without deformation or 19 collapse during installation 20 c. Provide restrained -style casing spacers to hold all pipes stable during grouting 21 operations and prevent floating or movement. 22 d. Provide dielectric strength sufficient to electrically isolate each component from 23 one another and from the casing. 24 e. Design risers for appropriate loads, and, as a minimum: 25 1) Provide 10 gage steel risers 26 a) Provide stainless steel bands and risers for water installations. 27 £ Band material and criteria 28 1) Provide polyvinyl chloride inner liner with: 29 a) Minimum thickness of 0.09 inches 30 b) Durometer "A" of 85-90 hardness 31 c) Minimum dielectric strength of 58,000 volts 32 g. Runner material and criteria 33 1) Provide pressure -molded glass reinforced polymer or UHMW with: 34 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 35 2) Attach to the band or riser with 3/8-inch minimum welded steel or stainless 36 steel studs. 37 3) Runner studs and nuts shall be recessed well below the wearing surface of 38 the runner 39 a) Fill recess with a corrosion inhibiting filler. 40 h. Riser height 41 1) Provide sufficient height with attached runner allow a minimum clearance 42 of 2 inches between the outside of carrier pipe bells or couplings and the 43 inside of the casing liner surface. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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. 41 2. Installation of Casing Spacers CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 11 1 a. Provide casing spacers, insulators or other approved devices to prevent flotation, 2 movement or damage to the pipe during installation and grout backfill 3 placement. 4 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 5 casings or tunnels. 6 c. Correctly assemble, evenly tighten and prevent damage during tightening of the 7 insulators and pipe insertion. 8 d. Install spacers in accordance with manufacturer's recommendations. 9 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 10 and the casing. 11 f. For ductile iron carrier pipe shall be installed without sliding or dragging it on 12 the ground or in the casing/liner in a manner that could damage the pipe or 13 coatings. 14 1) if guide rails are allowed, -;nlaee-eemenmortar Onboth sides -�+the 15 rails.- 16 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 17 lubricant to minimize friction when installing the carrier pipe. 18 h. The casing spacers shall be electrically isolated from the carrier pipe and from 19 the casing. 20 i. Grade the bottom of the trench adjacent to each end of the casing to provide a 21 firm, uniform and continuous support for the pipe. If the trench requires some 22 backfill to establish the final trench bottom grade, place the backfill material in 23 6-inch lifts and compact each layer. 24 j. After the casing or tunnel liner has been placed, pump dry and maintain dry until 25 the casing spacers and end seals are installed. 26 3. Insulator Spacing (For ductile iron carrier wipe) 27 a. Maximum distance between spacers is to be 6 feet. 28 b. For 18- and 20-foot-long joints, install a minimum of 4 spacers. 29 1) Install 2 spacers within 1 foot on each side of the bell or flange. 30 2) Remaining 2 spacers shall be spaced equally. 31 c. If the casing or pipe is angled or bent, reduce the spacing. 32 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 33 of size of casing and pipe or type of spacer used. 34 e. Install spacers on PVC pipe at the insertion line to prevent over -insertion of the 35 spigot into the bell. 36 4. Mortar Band Spacing (For steel and bar -wrapped concrete cvlinder carrier 37 Rini) 38 a. Maximum distance between mortar bands shall be per manufacturer's 39 recommendations. 40 b. Install 2 mortar bands per ioint. 41 c. The end mortar band must be within 6 inches of the end of the casing pipe, 42 regardless of size of casing and pipe used. 43 5. After installation of the carrier pipe: 44 a. Mortar inside and outside of the joints, as applicable 45 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 46 1) If continuity exists, remedy the short, by all means necessary including 47 removing and reinstalling the carrier pipe, prior to applying cellular grout. 48 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 49 casing. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 330524-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 11 1 d. If steel carrier pipe is used, the pipe shall be welded prior to installation in 2 casing/liner.. Iddin . off ni.., wiH onl3 , be allowed after- e „tine of ..,.,,ular- 3 saaee is eomplete. 4 D.Installation of End Seals 5 1. For Water Pipes 6 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 7 b. Place pull -on synthetic rubber end seals on the pipe and pull over the end of the 8 casing. Securely fasten with stainless steel bands. 9 2. For Sewer Pipes 10 a. Grout annular space between carrier pipe and casing as indicated in this 11 Specification. 12 E. Annular Space Grouting (For Sewer Only) 13 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 14 operation as necessary. 15 2. Mixing of Grout 16 a. Mix material in equipment of sufficient size to provide the desired amount of 17 grout material for each stage in a single operation. 18 1) The equipment shall be capable of mixing the grout at the required densities 19 for the approved procedure and shall be capable of changing the densities as 20 required by field conditions. 21 3. Backfill Annular Space with Grout 22 a. Prior to filling of the annular space, test the carrier pipe in accordance with 23 Section 33 0130. 24 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 25 do not exceed this pressure. 26 c. After the installation of the carrier pipe, the remaining space (all voids) between 27 the casing/liner and the carrier shall be filled with LDCG grout. 28 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 29 be in contact with the grout. 30 2) Grout shall be pumped through a pipe or hose. 31 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier 32 pipe during grouting. 33 4. Injection of LDCG Grout 34 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 35 approved recommendations or 5 psi (whichever is lower). 36 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 37 velocity, and pressure compatible with the size/volume of the annular space. 38 c. Once grouting operations begin, grouting shall proceed uninterrupted, unless 39 grouting procedures require multiple stages. 40 d. Grout placements shall not be terminated until the estimated annular volume of 41 grout has been injected. 42 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 43 6. Protect and preserve the interior surfaces of the casing from damage. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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. 43 6. If personnel will enter the pipe during construction, the Contractor shall develop an 44 emergency response plan for rescuing personnel trapped underground in a shaft 45 excavation or pipe. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 05 24 - 11 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 11 of 11 1 a. Keep on -site all equipment required for emergency response in accordance with 2 the agency having jurisdiction 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 11 12 END OF SECTION 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.I.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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 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 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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, Westside III Waterline, Fort Worth, Texas". 22 CMJ Engineering, Inc., Report No. 103-21-389, dated December 2021. 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. The Contractor shall provide written notice to the Engineer at least 72 hours in advance of 25 the planned launch of the pipejacking drive. 26 1.5 SUBMITTALS 27 A. Submittals shall be made in accordance with Section 0133 00. 28 B. All submittals shall be approved by the City prior to delivery. 29 C. Review and acceptance of the Contractor's submittals by the Engineer shall not be 30 construed in any way as relieving the Contractor of its responsibilities under this Contract. 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Qualifications: 33 1. Submit the names of the project superintendent, shield operator(s)/tunnel foreman, site 34 safety representative, and surveyor. 35 2. Submit personnel qualifications in accordance with Paragraphs 1.9 B through E. 36 3. Provide qualifications and training records for site safety representative, personnel 37 responsible for air quality monitoring, and licensed surveyor. 38 B. Shop Drawings: CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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. 39 d. 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 27 OPEN -FACE PIPEJACKING Page 9 of 14 1 e. 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 f. The Contractor shall control tunneling and grouting practices to prevent damage 5 to existing utilities 6 g. Jacking and receiving shaft excavations and support systems have been 7 completed in accordance with accepted submittals and the requirements of 33 05 8 41 — Shaft Excavation and Support. 9 h. The Contractor has confirmed that the ground at all portal locations has been 10 stabilized to the extent that it will remain stable while the shield is being 11 launched or received into a shaft, or during jacking operations. 12 i. The location, orientation, and grade of the jacking frame or guide rails and 13 entry/exit seals have been surveyed to ensure they are on the proper line and 14 grade and to verify that they are properly supported. 15 j. Guide rails or jacking frame shall be securely attached to the concrete working 16 slab, with supplementary braces, concrete, or grout, as necessary, to prevent 17 movement or shifting during the work. 18 k. A start-up inspection of all mechanical and hydraulic systems associated with 19 the pipejacking operations has been completed. 20 1) The system shall be tested to ensure that the pipejacking shield and 21 supporting equipment is functioning properly. 22 2) The Engineer shall be notified at least 72 hours prior to the start-up 23 inspection and a site inspector representing the City shall be present during 24 the start-up inspection. 25 3) Key shield performance data shall be measured and recorded by the 26 Contractor during this inspection, including cutterhead rotational torque, 27 correct functioning of main and steering jacks, guidance system, and other 28 components. 29 4) The records of the start-up inspection shall be submitted to the Engineer 30 within 24 hours of the completed inspection. 31 1. Site safety representative has prepared a code of safe practices and an 32 emergency plan in accordance with OSHA and other applicable requirements. 33 Provide the Engineer with a copy of each prior to starting pipejacking. 34 m. Hold safety meetings and provide safety instruction for new employees as 35 required by OSHA. 36 n. All specified settlement monitoring instrumentation has been installed, 37 approved, and baselined in accordance with 33 05 44 — Settlement Monitoring. 38 3.4 INSTALLATION 39 A. General: 40 1. The Contractor shall furnish all necessary equipment, power, water, and utilities for 41 pipejacking, pipe lubricant mixing and pumping, spoil removal and disposal, grouting, 42 and other associated work required for the Contractor's methods of construction. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 27 OPEN -FACE PIPEJACKING Page 10 of 14 1 2. The Contractor shall properly manage and dispose of groundwater, surface water, and 2 construction water inflows to the shafts and/or tunnels in accordance with the 3 requirements of 33 05 42 — Water Control for Shaft and Tunnel Construction. 4 3. Conduct all operations such that trucks and other vehicles do not interfere with traffic 5 or create a mud, dust, or noise nuisance in the streets and to adjacent properties. 6 Promptly clean up, remove, and dispose of mud or spoil spillage. 7 4. All work shall be done so as not to disturb roadways, railroads, levees, waterways, 8 adjacent structures, landscaped areas, or existing utilities. Any damage shall be 9 immediately repaired to original or better condition. 10 5. Whenever there is a condition that is likely to endanger the stability of the excavation 11 or adjacent structures, the Contractor shall operate with a full crew 24 hours a day, 12 including weekends and holidays, without interruption, until those conditions no 13 longer jeopardize the stability of the work. 14 B. Pipejacking: 15 1. Provide a suitable jacking frame and thrust block to carry out the work. 16 2. Transport the jacking pipe from storage to jacking shaft without damage. Transport 17 methods shall be acceptable to pipe manufacturer. 18 3. Damaged jacking pipe shall not be used in the work, unless permitted in writing by 19 the Engineer. 20 4. Set the pipe to be jacked on properly braced and supported guide rails or jacking 21 frame. 22 5. The axial forces from the thrust jacks shall be distributed to the jacking pipe 23 uniformly through a properly designed thrust ring and cushion material to prevent 24 damage to the ends of the pipe. Jacking forces applied to the pipe shall not exceed the 25 allowable compressive stresses specified in Section 33 05 22 — Steel Casing Pipe. 26 6. Jacking pipe sections shall be jacked into position following the design line and grade 27 without damaging the pipe. In the event a section of pipe is damaged during the 28 jacking operation, the Contractor, with written approval from the Engineer, shall make 29 temporary repairs to the pipe and shall jack the pipe through to the next shaft for 30 removal. 31 7. Excavated Material: 32 a. The pipejacking shield shall be operated to restrict the excavation of the 33 materials to a volume equal to the shield and pipe jacked, to prevent loss of 34 ground, and settlement or damage to overlying structures. 35 b. The Contractor shall monitor excavated spoil volume. If excavated spoil 36 volume exceeds the theoretical volume of the shield and pipe being installed, 37 with a reasonable accommodation for material bulking, the Contractor shall 38 notify the Engineer and promptly modify excavation and face support 39 procedures to prevent further overexcavation. 40 8. Pipejacking operations shall control surface settlement and heave above the pipeline 41 to prevent damage to existing utilities, facilities, and improvements. In no case shall 42 ground movements (settlement/heave) exceed the values specified in 33 05 44 — 43 Settlement Monitoring, and ground movements shall not cause damage to adjacent CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 27 OPEN -FACE PIPEJACKING Page 11 of 14 1 structures, roadways, or utilities. The Contractor shall repair any damage resulting 2 from construction activities, at no additional cost to City and without extension of 3 schedule for completion. The Contractor shall modify equipment and procedures as 4 required to avoid recurrence of excessive settlements or damage. 5 9. Keep the excavation face breasted or otherwise supported and prevent ground losses, 6 excessive raveling, or erosion. Maintain standby face supports for immediate use 7 when needed. During shutdown periods, support the face of the excavation by 8 positive means; no support shall rely solely on hydraulic pressure. 9 10. Pipe Lubrication: 10 a. Inject pipe lubricants through injection ports at the rear of the pipejacking shield 11 and ports in the jacking pipe to minimize pipe friction. 12 b. Pipe lubricants shall be injected continuously as the pipe is advanced. 13 C. The volume injected shall not be less than that required to fill the annular void 14 space outside the pipe. Inject greater volumes as required to minimize jacking 15 forces. 16 11. Completely contain, transport, and dispose of all excavated materials away from the 17 construction site. Use only the disposal sites identified in approved submittals for 18 spoil disposal. 19 12. The Contractor shall perform contact grouting for shaft construction and pipejacking 20 as specified in 33 05 45 — Contact Grouting. 21 C. Control of Line and Grade: 22 1. The Contractor will establish the survey control points indicated on the Drawings, at 23 ground surface. The Contractor shall verify these control points by survey prior to the 24 start of construction, and shall confirm positions or report any errors or discrepancies 25 in writing to the Engineer. 26 2. After confirming that all established survey control points provided for the 27 Contractor's use are accurate, the Contractor shall use these control points to furnish 28 and maintain all reference lines and grades for pipejacking. 29 3. The Contractor shall use these lines and grades to establish the exact location of the 30 jacking pipe using a laser, gyroscope, or theodolite guidance system supplemented 31 with a water level, as necessary. 32 4. Submit to the Engineer copies of field notes used to establish all lines and grades and 33 Contractor shall check guidance system setup prior to beginning each pipejacking 34 drive. 35 5. The Contractor is fully responsible for the accuracy of the work and the correction of 36 it, as required. 37 6. The Contractor shall install the jacking pipe in accordance with the following 38 tolerances: 39 a. Variations from design line (Horizontal): +/- three (3) inch maximum. 40 b. Variations from design grade (Vertical): +/- three (3) inch maximum. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 27 OPEN -FACE PIPEJACKING Page 12 of 14 1 7. The shield shall be steered to maintain line and grade within the tolerances specified. 2 This shall be achieved by continuously monitoring and adjusting line, grade, roll, and 3 steering attitude during the operation. 4 8. If the installation is off of design line or grade, make the necessary corrections and 5 return to the design alignment and grade at a rate of not more than one (1) inch per 6 twenty-five (25) feet. 7 9. Guidance System: 8 a. The guidance system shall be mounted independently from the thrust block and 9 jacking frame and independent of shaft shoring system to maintain alignment if 10 there is movement of equipment during jacking. 11 b. Stop pipejacking operations and reset guidance system if its alignment shifts or 12 is moved off design alignment and grade for any reason. 13 C. Check guidance system setup at least once per shift during pipejacking 14 operations. Guidance system shall only be reset by experienced, competent 15 surveying personnel in accordance with acceptable procedures. 16 10. Monitor line and grade continuously during pipejacking operations. Record deviation 17 with respect to design line and grade at least three times per pipe joint and submit 18 records to Engineer daily. 19 11. If the pipe installation does not meet the specified tolerance, the Contractor shall 20 correct the installation including any necessary redesign of the pipeline or structures 21 and acquisition of necessary easements. All corrective work shall be performed by 22 the Contractor at no additional cost to the City and without schedule extension, and is 23 subject to the written approval of the Engineer. 24 D. Obstructions: 25 1. If the tunneling operations should encounter an object or condition that impedes the 26 forward progress of the shield, notify the City immediately. 27 2. Correct the condition and remove, clear or otherwise make it possible for the shield to 28 advance past any objects or obstructions that impede forward progress. 29 3. Proceed with removal of the object or obstruction by methods submitted by the 30 Contractor and accepted by the City and/or Engineer. 31 4. Compensation 32 a. The Contractor will receive compensation by change order for removal of 33 obstructions, as defined as metallic debris, reinforced concrete, rocks, whole 34 trees and other hard objects with a maximum dimension larger than 50 percent 35 of the outer diameter of the shield which: 36 1) Cannot be broken up by the cutting tools with diligent effort, and 37 2) Are located partially or wholly within the cross -sectional area of the bore 38 3) Contain utilities or ditch lines located longitudinally within the tunnel 39 horizon 40 b. Payment will be negotiated with the Contractor on a case -by -case basis. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 27 OPEN -FACE PIPEJACKING Page 13 of 14 1 C. The City and/or Engineer shall be provided an opportunity to view obstruction 2 prior to removal. 3 1) Any removal process that does not allow direct inspection of the nature 4 and position of the obstruction will not be considered for payment. 5 d. No additional compensation will be allowed for removing, clearing or otherwise 6 making it possible for the shield to advance past objects consisting of cobbles, 7 boulders, wood, reinforced concrete, and other objects or debris with maximum 8 lateral dimensions less than 50 percent of the outer diameter of the shield. 9 Additionally, partial- or full -face rock with unconfined compressive strength of 10 less than 7,000 psi will not be considered an obstruction and will not be grounds 11 for additional compensation. 12 3.5 CLEANUP AND RESTORATION 13 A. Cleanup: 14 1. After completion of pipejacking, all construction debris, spoils, oil, grease, and other 15 materials shall be removed from the jacking pipe, jacking and receiving shafts, and all 16 Contractor and project work areas. 17 B. Restoration: 18 19 20 21 22 23 24 25 3.6 26 3.7 27 28 29 30 31 32 33 34 35 36 37 38 39 Restoration shall follow construction as the work progresses, and shall be completed as soon as possible. Restore and repair any damage resulting from surface settlement caused by shaft excavation, or pipejacking. Any property damaged or destroyed, shall be restored to a condition equal to or better than existing prior to construction. Restoration shall be completed no later than thirty (30) days after the pipejacking is complete. This provision for restoration shall include all property affected by the construction operations RE -INSTALLATION [NOT USED] SITE QUALITY CONTROL A. Safety: 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. 2. CITY OF FORT WORTH a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject to applicable local, State, and Federal regulations. 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. 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. WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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, Westside III Waterline, Fort Worth, Texas". 27 CMJ Engineering, Inc., Report No. 103-21-389, dated December 2021. 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. The Contractor shall provide written notice to the Engineer at least 72 hours in advance of 30 the planned launch of any tunnel drive. 31 1.5 SUBMITTALS 32 A. Submittals shall be made in accordance with Section 01 33 00. 33 B. All submittals shall be approved by the prior to delivery. 34 C. Review and acceptance of the Contractor's submittals by the Engineer shall not be 35 construed in any way as relieving the Contractor of its responsibilities under this Contract. 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 37 A. Qualifications: 38 1. Qualifications: Submit the name of the contractor or subcontractor that will perform 39 the tunneling Work and written documentation summarizing the qualifications of the 40 firm, description of reference projects including owner's name and contact CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 28 OPEN -FACE TUNNELING Page 3 of 14 1 information, project superintendent, and site safety representative. Submit personnel 2 qualifications in accordance with Paragraphs 1.9 B through E. Provide qualifications 3 and training records for site safety representative, personnel responsible for air quality 4 monitoring, and licensed surveyor. 5 B. Tunneling Work Plan: 6 1. Submit a detailed description of the methods and equipment to be used in completing 7 each tunneled reach. 8 2. Manufacturer and type of tunneling shield and other equipment to be used: description 9 and details of the shield excavation system, machine controls, propulsion system 10 including jacks and methods of pushing off primary tunnel liner, steering systems, 11 excavation tools, cutter types and arrangement, face breasting or flood door 12 provisions, mucking system, and liner erection equipment. 13 3. Submit a description of the alignment control system: 14 a. Provide manufacturer's literature and drawings, showing setup and support 15 provisions, and other details for the laser, and/or theodolite system. Confirm that 16 these systems can achieve the required line and grade within the specified 17 tolerances, including through curved alignments. 18 b. Submit a description of surveying methods to set guidance system positions and 19 a description of procedures to check and reset or realign guidance system during 20 construction. 21 C. Submit results of line and grade survey to ensure that the floor slab, and launch 22 and retrieval portals are installed properly, prior to launch. 23 4. Detailed description of equipment and procedures for excavation, spoil removal, 24 containment, transport, and off -site disposal. Provide written documentation from the 25 disposal site(s) indicating that they will accept the spoil and are in compliance with 26 applicable regulations. 27 5. Details of the methods to be used to measure volume or weight of excavated material 28 from the heading, and to compare with the theoretical tunnel volume to monitor for 29 potential overexcavation. 30 6. Ventilation and air quality monitoring system, including monitors and alarm 31 activation. 32 7. Procedures for installation of the primary tunnel liner system from within the tail 33 shield. Procedures for expanding the primary tunnel liner and installing final lagging, 34 or for grouting the annular space behind the tunnel liner, after the shield has been 35 pushed forward to expose the liner. 36 8. Primary Tunnel Liner Contact Grouting Plan: 37 a. A description of primary tunnel liner contact grouting methods and equipment 38 that includes sketches as appropriate, indicating type and location of mixing 39 equipment, pumps, injection ports, pressure measurement and maximum 40 allowable pressure, blocking or otherwise securing liner to avoid excessive 41 displacement, volume measurement, grouting sequence, schedule, and stage 42 volumes. Include planned grout port locations and spacing. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 33 05 28 OPEN -FACE TUNNELING Page 4 of 14 b. A grout mix design including: grout mix constituents and proportions, including materials by weight and volume; grout densities and viscosities, including wet density at point of placement and initial set time of the grout; and compressive strength C. Work Area Layout Drawings: The Contractor shall submit shaft work area layout drawings detailing dimensions and locations of all equipment, including overall work area boundaries, crane, front-end loader, forklift, spoil stockpiles, spoil hauling equipment, pumps, generator, tunnel liner segment storage area, tool trailer or containers, fences, and staging area. Shaft layout drawings will be required for all shaft locations and shall be to scale or show correct dimensions. The Contractor's layout drawings shall show that all equipment and operations shall be completely contained within the allowable construction zones shown on the Drawings. D. Schedule: Provide a schedule for all tunneling work, identifying all major construction activities as independent items. The schedule shall include, at a minimum, the following activities: mobilization, water control, shaft excavation and support, working slab construction, tunneling equipment setup, portal stabilization and testing, tunneling, contact grouting, installation of carrier pipe, shaft backfill, site restoration, cleanup, and demobilization. The schedule shall also include the planned work hours and workdays. E. Daily Records: The following daily records shall be submitted to the onsite Engineer for review, by noon on the day following the shift for which the data or records were taken: Tunneling Records: The Contractor shall provide complete written tunneling records to the Engineer. These records shall include, at a minimum: date, time, name of superintendent, foreman, operator, tunnel drive identification, installed tunnel liner ring number and corresponding tunnel length, time required to excavate each segment, time required to set subsequent liner segment ring, expansion of liner segments, spoil volumes (for example: muck carts per pipe segment and estimated volume per cart), soil conditions (including occurrences of unstable soils/rock and any corresponding ground loss) and groundwater inflow rates (if any), line and grade offsets, any movement of the guidance system, problems encountered with tunnel components or equipment, any observed deformations of the primary liner, and durations and reasons for delays. 2. Grouting Records: Maintain daily logs of grouting operations and submit records of grouting to the Engineer. The records shall include the following information: time and date, name of the grouting supervisor, tunnel station, tunnel liner ring number and port number, grout mix, grout volume pumped and pumping pressures, observations of any liner deformations, interruptions, leakages, or other grouting issues. Manually recorded observations shall be made at intervals of not less than one time per tunnel liner ring, as conditions change, and as directed by the Engineer. 4. At least seven (7) days prior to the launch of the shield, the Contractor shall submit samples of the tunneling logs or records to be used. F. Safety Plan: CITY OF FORT WORTH Submit a Safety Plan for the tunneling operations including: WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 28 OPEN -FACE TUNNELING Page 5 of 14 1 a. Air monitoring equipment 2 b. Procedures and provisions for lighting, ventilation, and electrical system 3 safeguards. 4 C. Provide name of site safety representative responsible for implementing safety 5 program 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. Failure to meet the qualification requirements is failure to fulfill the Contract and the 10 Contractor will be required to obtain a subcontractor that meets the qualification 11 requirements. 12 B. The project superintendent shall have at least five (5) years of experience supervising open- 13 face tunneling construction. The Contractor shall submit details of referenced projects 14 including owner's name and contact information, project superintendent, and shield 15 operators. 16 C. The open -face tunnel foreman shall have technical training in the operation of the proposed 17 tunneling equipment and shall have completed, as a foreman, at least five (5) similar open- 18 face tunnel drives of at least 200 feet on each drive. At least two (2) of the drives shall have 19 tunnel diameters equal to or greater than 72 inches. The Contractor shall submit details of 20 referenced projects including owner's name and contact information, project 21 superintendent. 22 D. The site safety representative and personnel responsible for air quality monitoring shall be 23 experienced in tunnel construction and shall have current certification by OSHA. 24 E. The surveyor responsible for line -and -grade control shall be a Licensed Surveyor registered 25 in the State of Texas who has prior experience on trenchless projects. 26 F. The Contractor shall immediately notify the Engineer, in writing, when any problems are 27 encountered with equipment or materials, or if the Contractor believes the conditions 28 encountered are materially and significantly different from those represented within the 29 Contract Documents. 30 G. The Contractor shall allow access to the Engineer and shall furnish necessary assistance and 31 cooperation to aid the Engineer in observations, measurements, data, and sample collection, 32 including, but not limited to the following: 33 1. The Engineer shall have access to the tunnel and shield prior to, during, and following 34 all tunneling operations. This shall include, but not be limited to, visual inspection of 35 installed tunnel liners and verification of line and grade. 36 2. The Engineer shall have access to the tunneling shafts prior to, during, and following 37 all tunneling operations. The Contractor shall provide safe access in accordance with 38 all safety regulations. 39 3. The Engineer shall have access to spoils removed from the tunnel excavation prior to, 40 during, and following all tunneling operations. The Engineer shall be allowed to 41 collect soil samples from the muck buckets or spoil piles a minimum of once every ten CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 28 OPEN -FACE TUNNELING Page 6 of 14 1 (10) feet, whichever is more often, and at any time when changes in soil conditions or 2 obstructions are apparent or suspected. 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 7 PART2- PRODUCTS 8 2.1 OWNER -FURNISHED [OR1 OWNER -SUPPLIED PRODUCTS [NOT USED] 9 2.2 MATERIALS 10 A. Tunnel Liner Plate shall conform to 33 05 21 — Tunnel Liner Plate. 11 B. Design Criteria: 12 1. Select methods of tunnel excavation and primary tunnel support that are compatible 13 with conditions described in the Geotechnical Data, and with the Specified 14 requirements for placement of permanent carrier pipe, control of groundwater, safety 15 of personnel, and protection of adjacent property. 16 2. The tunneling method, equipment, and primary tunnel liner shall be designed to the 17 ground conditions described in the Geotechnical Data. Contractor shall verify that 18 ground and surcharge loads used for design are appropriate for the anticipated ground 19 conditions and are appropriate for the type of primary tunnel liner system proposed. 20 Contractor shall add construction loads appropriate to the means and methods of 21 construction. 22 3. The excavated tunnel diameter may vary between a maximum OD of 70 inches and a 23 minimum OD of 62 inches. The Contractor shall determine the appropriate tunnel 24 diameter to match the proposed construction methods and to meet these Specification 25 requirements. Tunnel shall be of sufficient size to permit efficient excavation 26 operations, to provide sufficient working space for placing the primary tunnel liner, 27 and to allow for installation of the carrier pipes and annular space grout as described 28 in the Contract Documents. The minimum allowable ID of the primary tunnel liner 29 shall be 75 inches. 30 4. Tunnel Shield: 31 a. The Contractor shall conduct all tunnel excavation work from within ground 32 support that provides adequate protection for workers. 33 b. Contractor shall determine if tunnel shield is required per geotechnical ground 34 conditions encountered at project site and the conditions anticipated by the 35 Contractor. 36 C. The Contractor shall be responsible for selection of tunneling equipment which, 37 based on the Contractor's experience, has proven to be satisfactory for 38 excavation and support of the ground conditions described in the Geotechnical 39 Data, and the conditions anticipated by the Contractor. The tunneling 40 equipment shall be capable of handling the various ground conditions 41 anticipated and shall minimize loss of ground ahead of the face. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 28 OPEN -FACE TUNNELING Page 7 of 14 1 d. Tunneling shields may use rotary or non -rotary excavation systems such as a 2 rotary TBM, hydraulic digger boom, road -header, or hand mining methods, as 3 determined most appropriate by the Contractor, and shall be propelled by 4 thrusting directly against the installed primary tunnel liner. 5 e. The shield shall be designed to support all ground loads which may be imposed 6 upon it, as well any loads imposed by the thrust jacks, steering mechanisms, or 7 other appurtenances. 8 f. Non -rotary shields shall have a hood that covers the crown and projects not less 9 than two (2) feet nor more than three (3) feet beyond the shield invert. 10 g. The tunneling shield shall conform to the shape of the tunnel with a uniform 11 perimeter that is free of projections that could produce over excavation or voids. 12 h. The tunneling shield shall have a propulsion system capable of steering and 13 moving the shield forward while maintaining the construction tolerances with 14 respect to line and grade. The propulsion system shall include a thrust ring or 15 other provision for distributing the jacking forces uniformly around the tunnel 16 perimeter to avoid damaging or distorting the tunnel liner. The propulsion 17 system shall be designed so that in the event of failure of any element of the 18 system there will be no backward movement and no overstressing or distortion 19 of the tunnel liner. 20 5. The tunnel shield and excavation equipment shall include the capability to efficiently 21 excavate mixed conditions of soil and both weathered and competent rock, as may be 22 encountered along the bore. 23 6. The tunneling methods shall be capable of full -face closure or shall permit ready 24 installation of breasting boards, sand shelves, or closeable flood doors, and shall be 25 designed to handle adverse ground conditions including groundwater ingress. The 26 upper half of the tunnel heading shall be supported whenever ground conditions 27 indicate potential raveling of the crown. The tunnel heading shall be completely 28 closed off whenever tunneling work is not being performed. 29 a. Sand shelves, hydraulic louvers, breasting tables, or other means of controlling 30 the face of the excavation shall be present on site with the ability to be installed 31 immediately should unstable ground or a change of conditions be encountered. 32 b. For tunneling where a hooded shield is not used, spiling shall be provided in the 33 roof of the excavation to support any unstable ground. 34 7. The tunneling shield shall maintain the face of the excavation to allow the minimum 35 of void space outside the primary tunnel liner. 36 a. Maintain a maximum of 1/2" radial overcut between the outside of the shield 37 O.D. and the excavation. 38 b. In no case shall the excavated tunnel diameter be greater than 4" larger than the 39 tunnel liner O.D., or greater than that recommended by the liner plate 40 manufacturer or Contractor's design engineer. 41 8. The tunneling equipment shall be capable of full directional guidance, shall be 42 equipped with visual display to show the operator actual position of the shield relative 43 to the design line and grade reference, and shall be capable of correcting roll. The CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 28 OPEN -FACE TUNNELING Page 8 of 14 1 Contractor shall control the drift of any heading to maintain design line and grade 2 tolerances. 3 9. The guidance system used for tunneling work shall be designed to function at the 4 maximum required drive length without loss of accuracy or reliability of function. 5 10. The spoil conveyance system shall be designed for the full range of ground conditions 6 as described in the Geotechnical Data, and as anticipated by the Contractor. 7 11. Tunneling methods and equipment used shall control surface settlement and heave 8 above the tunnel to prevent damage to existing utilities, facilities, and improvements. 9 Any ground movements (settlement/heave) shall be limited to values that shall not cause 10 damage to adjacent utilities and facilities. In no case shall settlements exceed the 11 applicable values listed in Section 33 05 44 — Settlement Monitoring. The Contractor 12 shall repair any damage caused by ground movements at no cost to the City. 13 12. All remaining space between the fully installed and expanded primary tunnel liner and 14 the surrounding ground shall be filled with grout forced under low pressure. Grouting 15 shall closely follow the primary tunnel liner installation, since it is important that firm 16 contact exist between the tunnel liner system and surrounding ground. At a minimum, 17 contact grouting shall take place once per working shift to backfill any annular space 18 between liner sections outside of the tunnel shield. If necessary, grout stops shall be 19 placed at the end of the lining to permit grouting to or near the forward end of the 20 erected tunnel liner. 21 C. Contact Grout for Initial Tunnel Support: 22 1. Contact grout shall have a minimum unconfined compressive strength of 10 psi 23 in 24 hours, and 50 psi in 28 days 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION 28 A. Tunneling shall not begin until the following tasks have been completed: 29 1. All required submittals have been provided, reviewed, and accepted. 30 2. The Contractor shall notify the Texas One Call system (811 or 800-245-4545) to 31 request marking of utilities by utility owners / operators that subscribe to One Call, 32 and shall individually notify all other known or suspected utilities to request marking 33 of these utilities. 34 a. The Contractor shall confirm that all requested locates are made prior to 35 commencing tunneling operations. 36 b. The Contractor shall visually confirm and stake all existing lines, cables, or 37 other underground facilities including exposing all crossing utilities and utilities 38 within ten (10) feet laterally of the designed tunnel. 39 C. Contractor shall make diligent efforts to locate any unmarked or abandoned 40 utilities by conducting a visual site inspection and using available information, 41 maps, and drawings. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 28 OPEN -FACE TUNNELING Page 9 of 14 1 3. Shaft excavations and support systems for each drive have been completed in 2 accordance with submittals and the requirements of this Section and Section 33 05 41 3 — Shaft Excavation and Support. 4 4. The Contractor has confirmed that the ground will remain stable without movement of 5 soil/rock or water while the entry/exit location shoring is removed and while the 6 tunnel is being launched or received into a shaft. 7 5. Existing groundwater has been lowered to an elevation beneath the proposed tunnel 8 invert in locations called on out on the Drawings, and in locations where groundwater 9 is encountered at or above the excavation. 10 6. Site safety representative has prepared a code of safe practices and an emergency plan 11 in accordance with OSHA and other applicable requirements. Provide the Engineer 12 with a copy of each prior to starting to tunnel. Hold safety meetings and provide 13 safety instruction for new employees as required by OSHA. Conduct a pre- 14 construction safety conference in accordance with OSHA requirements. 15 7. All specified settlement instrumentation has been installed, approved, and baselined in 16 accordance with Section 33 05 44 — Settlement Monitoring. 17 8. The Contractor has provided written notice of the inception of tunneling operations a 18 minimum of 72 hours prior to start. 19 3.4 INSTALLATION 20 A. The Contractor shall provide the necessary groundwater control measures to perform the 21 work and to provide safe working conditions. The Contractor shall properly manage and 22 dispose of groundwater inflows to the shafts in accordance with the requirements of Section 23 33 05 42 - Water Control for Shafts and Tunnel Construction and all permit conditions. The 24 Contractor shall not discharge groundwater inflow into storm sewers, sanitary sewers, water 25 bodies, or streets without proper approval and permits. 26 B. The Contractor shall furnish all labor, equipment, power, and materials necessary for 27 tunneling, spoil removal and disposal, primary tunnel liner installation, contact grouting 28 behind tunnel liners, and other associated work required for the Contractor's methods of 29 construction. 30 C. Conduct all operations such that trucks and other vehicles do not interfere with traffic or 31 create a mud, dust, or noise nuisance in the streets and to adjacent properties. Promptly 32 clean up, remove, and dispose of mud or spoil spillage. 33 D. All Work shall be done so as not to disturb roadways, railroads, creek channels, adjacent 34 structures, landscaped areas, or existing utilities. Any damage shall be immediately 35 repaired to original or better condition and to the satisfaction of Engineer, at no additional 36 cost to the City. 37 E. Whenever there is a condition that is likely to endanger the stability of the tunnel or 38 adjacent facilities or structures, the Contractor shall operate with a full crew 24 hours a day, 39 including weekends and holidays, without interruption, until those conditions no longer 40 jeopardize the stability of the Work 41 F. Tunneling: CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 28 OPEN -FACE TUNNELING Page 10 of 14 1 1. During tunnel excavation, support the ground continuously in a manner to prevent loss 2 of ground and keep the perimeter and face of the tunnel stable. Advance the tunnel 3 only far enough to permit construction of one ring of primary tunnel liner. 4 2. Accurately maintain the face of the excavation so as to allow the absolute minimum of 5 void space outside the primary tunnel liner. Maintain a maximum of 1/2" tolerance 6 between the outside of the tunneling shield and the excavation wherever possible. In 7 no case shall the excavated tunnel diameter be greater than 4" larger than the un- 8 expanded tunnel liner O.D., or greater than that recommended by the liner plate 9 manufacturer or Contractor's design engineer. 10 3. Keep the excavation face breasted or otherwise supported and prevent ground losses, 11 excessive raveling, or erosion. Maintain standby face supports for immediate use 12 when needed. 13 4. During shutdown periods, support the face of the excavation by positive means; no 14 support shall rely solely on hydraulic pressure. 15 5. The tunnel excavation shall be controlled to restrict the excavation of the materials to 16 a volume equal to the tunnel liner installed, plus the allowable annular space, to 17 prevent loss of ground and settlement or other damage to overlying structures. 18 6. The Contractor shall monitor excavated spoil volume. If excavated spoil volume 19 exceeds the theoretical volume of the tunnel liner being installed (including 20 reasonable allowance for spoil bulking), the Contractor shall notify the Engineer and 21 promptly modify excavation and face support procedures to prevent further 22 overexcavation. 23 7. Tunneling operations shall control surface settlement and heave above the pipeline to 24 prevent damage to existing utilities, facilities, and improvements. In no case shall 25 ground movements (settlement/heave) exceed the values specified in Section 33 05 44 26 - Settlement Monitoring, and shall not cause damage to adjacent structures, roadways, 27 or utilities. The Contractor shall repair any damage resulting from construction 28 activities, at no additional cost to City and without extension of schedule for 29 completion. 30 8. Completely contain, transport, and dispose of all excavated materials away from the 31 construction site. Use only the disposal sites identified in approved submittals for 32 spoil disposal. 33 G. Primary Tunnel Liner: 34 1. Primary tunnel liner installation shall proceed as closely as possible behind the 35 excavation. Excavation shall at no time be more than 6" ahead of the required space 36 to install an individual tunnel liner segment. 37 2. If inflow of soil/rock through the primary tunnel liner is detected, take immediate 38 action to prevent further inflow. 39 3. The completed primary tunnel liner shall have full bearing against the ground. The 40 annular space between the liner segments and the excavated ground shall be filled 41 with grout as Specified herein. The Contractor shall pressure grout any additional 42 voids caused by or encountered during the shaft construction or tunneling as specified 43 in Section 33 05 45 - Contact Grouting. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 28 OPEN -FACE TUNNELING Page 11 of 14 1 4. Install the tunnel liner plates to the limits indicated in submittals and as specified in 2 AASHTO HB-17, Division II, Section 25. 3 5. When the liner plates are being installed, care shall be taken to maintain alignment, 4 grade, and the circular shape of the tunnel. Plates in consecutive rings shall be 5 installed so that the longitudinal joints in adjacent rings are staggered and not 6 alignment more often than ever second ring. 7 6. Tunnel liner plate shall not be allowed to deflect vertically during installation. If 8 deflections are detected that indicate, in the opinion of the Contractor's design 9 engineer or Engineer, a potential safety or stability hazard, take appropriate measures 10 to prevent further deformation. 11 7. Use tie rods or other spacing restraint as required to maintain liner plate in a true 12 circle until grouting operations are completed. Provide stiffener angles welded to liner 13 plate, if required to protect the liner from buckling or damage, at no additional cost to 14 the City. 15 8. Maintain an adequate supply of tunnel liner plates at the work site at all times. 16 H. Installation Of Contact Grout: 17 1. Install contact grout in the void space between the outside of the fully expanded 18 tunnel liner system and the surrounding excavated ground. At a minimum, install 19 contact grout at the end of each work shift, or more often as conditions warrant. The 20 daily grouting requirement may be waived, at the sole discretion of the Engineer, in 21 instances of very low daily forward progress. 22 2. After grouting, deflection of the primary tunnel liner shall be no more than allowed in 23 this Specification, nor shall the liner be distorted by excessive pressure. 24 3. Unless specified otherwise, install contact grout through grout fittings. Remove and 25 plug grout fittings after contact grouting. 26 4. An attempt shall be made to hook-up and pump grout at every installed grout port. 27 5. In general, contact grouting at a port shall be considered completed when less than 28 one cubic foot of grout of the accepted mix and consistency can be pumped in 5 29 minutes under the maximum safe contact grout pressure, or if grout issues forth of the 30 same consistency, and at the same rate as that being pumped, from the next grout port 31 in the line. 32 6. As grout pumping through any port is stopped, the port shall be plugged to prevent 33 backflow or flow of grout 34 I. Control of Line and Grade: 35 1. The Contractor will establish the survey control points indicated on the Drawings, at 36 ground surface. The Contractor shall verify these control points by survey prior to the 37 start of construction, and shall confirm positions or report any errors or discrepancies 38 in writing to the Engineer. 39 2. After confirming that all established survey control points provided for the 40 Contractor's use are accurate, the Contractor shall use these control points to furnish 41 and maintain all reference lines and grades for tunneling. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 28 OPEN -FACE TUNNELING Page 12 of 14 1 3. The Contractor shall use these lines and grades to establish the exact location of the 2 tunnel liner using a laser, gyroscope, or theodolite guidance system supplemented 3 with a water level, as necessary. 4 4. Submit to the Engineer copies of field notes used to establish all lines and grades and 5 Contractor shall check guidance system setup prior to beginning each tunnel drive. 6 5. The Contractor is fully responsible for the accuracy of the work and the correction of 7 it, as required. 8 6. The primary tunnel liner shall be installed in accordance with the following 9 tolerances, and within such tolerances that allow for the carrier pipe to be installed on 10 the design line and grade while providing adequate space for annular space grouting, 11 as Specified in Section 33 05 24 — Installation of Carrier Pipe In Casing or Tunnel 12 Liner Plate: 13 a. Variations from design line (Horizontal): +/- three (3) inch maximum. 14 b. Variations from design grade (Vertical): +/- three (3) inch maximum. 15 7. If the installation is off of design line or grade, make the necessary corrections and 16 return to the design alignment and grade at a rate of not more than one (1) inch per 17 twenty-five (25) feet. 18 8. Monitor line and grade continuously during tunneling operations. Record deviation 19 with respect to design line and grade once per ten (10) feet of tunnel advancement and 20 submit records to Engineer daily. 21 9. 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 J. Installation Of Carrier Pipe In Tunnel Liner: 27 1. Place, align, and anchor guide rails and/or carrier pipe supports inside the tunnel liner. 28 If guide rails are used, place cement mortar on both sides of the rails. 29 2. After carrier pipe installation is complete, the annular space between the carrier pipe 30 and tunnel liner shall be filled with annular space grout per Section 33 05 24 — 31 Installation of Carrier Pipe in Casing or Tunnel Liner Plate. 32 K. Obstructions: 33 1. If the tunneling operations should encounter an object or condition that impedes the 34 forward progress of the shield, notify the City immediately. 35 2. Correct the condition and remove, clear or otherwise make it possible for the shield to 36 advance past any objects or obstructions that impede forward progress. 37 3. Proceed with removal of the object or obstruction by methods submitted by the 38 Contractor and accepted by the City and/or Engineer. 39 4. Compensation CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 28 OPEN -FACE TUNNELING Page 13 of 14 1 a. The Contractor will receive compensation by change order for removal of 2 obstructions, as defined as metallic debris, reinforced concrete, rocks, whole 3 trees and other hard objects with a maximum dimension larger than 50 percent 4 of the outer diameter of the shield which: 5 1) Cannot be broken up by the cutting tools with diligent effort, and 6 2) Are located partially or wholly within the cross -sectional area of the bore 7 3) Contain utilities or ditch lines located longitudinally within the tunnel 8 horizon 9 b. Payment will be negotiated with the Contractor on a case -by -case basis. 10 C. The City and/or Engineer shall be provided an opportunity to view obstruction 11 prior to removal. 12 1) Any removal process that does not allow direct inspection of the nature 13 and position of the obstruction will not be considered for payment. 14 d. No additional compensation will be allowed for removing, clearing or otherwise 15 making it possible for the shield to advance past objects consisting of cobbles, 16 boulders, wood, reinforced concrete, and other objects or debris with maximum 17 lateral dimensions less than 50 percent of the outer diameter of the shield. 18 Additionally, partial- or full -face rock with unconfined compressive strength of 19 less than 7,000 psi will not be considered an obstruction and will not be grounds 20 for additional compensation. 21 3.5 CLEANUP AND RESTORATION 22 A. Cleanup: 23 1. After completion of tunneling, all construction debris, spoils, oil, grease, and other 24 materials shall be removed from the tunnel liner, launch and receiving shafts, and all 25 Contractor and project work areas. 26 B. Restoration: 27 1. Restoration shall follow construction as the work progresses, and shall be completed as 28 soon as possible. Restore and repair any damage resulting from surface settlement 29 caused by shaft excavation, or tunneling. Any property damaged or destroyed, shall be 30 restored to a condition equal to or better than existing prior to construction. Restoration 31 shall be completed no later than thirty (30) days after the tunneling is complete. This 32 provision for restoration shall include all property affected by the construction 33 operations 34 3.6 RE -INSTALLATION [NOT USED] 35 3.7 SITE QUALITY CONTROL 36 A. Safety: 37 1. No gasoline powered equipment shall be permitted in receiving shafts/pits. 38 a. Diesel, electrical, hydraulic and air powered equipment are acceptable, subject 39 to applicable local, State, and Federal regulations. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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, Westside III Waterline, Fort Worth, 29 Texas". CMJ Engineering, Inc., Report No. 103-21-389, dated 30 December 2021. 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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. 42 F. Portal Stabilization: CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 41- 16 SHAFT EXCAVATION AND SUPPORT Page 16 of 18 1 1. For all shafts, prior to initiating penetration through the shaft wall, securely 2 install tunnel entry/exit seals. 3 2. The Contractor shall stabilize the ground outside the shaft seals to facilitate 4 launching or receiving of the tunneling equipment from the shafts without 5 excessive ground loss. 6 G. Settlement Instrumentation and Monitoring: 7 1. Performance of excavation support system shall be monitored for both 8 horizontal and vertical deflections. 9 2. If excessive settlement or deflections of supports or nearby utilities or other 10 improvements occur, modifications to the excavation and shoring approach 11 will be required. 12 a. Revised shop drawings and calculations shall be submitted to the City 13 and Engineer. 14 b. Changes to excavation sequence and shoring shall be implemented as 15 may be necessary at no additional cost to the City. 16 H. Shaft Removal and Backfill: 17 1. The Contractor shall remove shoring to a depth of 10 feet, and as required to 18 accommodate construction of connections and backfill sequences, unless 19 otherwise noted on the Drawings. 20 a. If shafts are planned in areas of significant future grade cuts, additional 21 removal may be required. 22 b. All shoring elements located in the upper 10 feet, including shaft walls, 23 wales, struts, lagging, and shores shall be removed from the excavation 24 prior to restoration. 25 C. Shoring elements that remain in place shall be identified on the record 26 drawings. 27 d. Removal of the support system shall be performed in a manner that will 28 not disturb or harm adjacent construction or facilities and only after 29 backfill has been fully compacted. 30 e. Any voids created or encountered during the removal of the support 31 system shall be immediately filled with grout as approved in writing by 32 the City and Engineer. 33 f. The support system removed from the excavation shall remain the 34 property of the Contractor and shall be removed from the site. 35 2. Materials for shaft backfilling shall be placed and compacted in accordance 36 with the requirements of Section 03 34 13 Controlled Low Strength Material 37 (CLSM) or select fill per Section 33 05 10 Utility Trench Excavation, 38 Embedment, and Backfill. 39 3.5 CLEANUP AND RESTORATION 40 A. The Contractor shall remove all construction debris, spoil, slurry, oil, grease, and 41 other materials from the shaft, pipeline, and all surface work areas upon completion 42 of construction of the pipeline. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 41- 17 SHAFT EXCAVATION AND SUPPORT Page 17 of 18 1 B. Restoration shall follow construction as the Work progresses and shall be completed 2 as soon as reasonably possible. 3 1. Restore and repair any damage resulting from surface settlement caused by 4 shaft excavation. 5 2. Any property damaged or destroyed, shall be restored to a condition equal to 6 or better than that to which it existed prior to construction. 7 3. Restoration shall be completed no later than 30 days after tunneling is 8 complete, or earlier if required as part of a permit or easement agreement. 9 4. This provision for restoration shall include all property affected by the 10 construction operations. 11 3.6 RE -INSTALLATION [NOT USED] 12 3.7 SITE QUALITY CONTROL 13 A. Safety: 14 1. No gasoline powered equipment shall be permitted in shafts/pits. 15 a. Diesel, electrical, hydraulic and air powered equipment are acceptable, 16 subject to applicable local, State, and Federal regulations. 17 2. The Contractor shall be solely responsible for and bear the sole burden of cost 18 for any and all damages resulting from improper shoring or failure to shore. 19 3. The safety of workers, the protection of adjacent structures, property and 20 utilities, and the installation of adequate supports for all excavations shall be 21 the sole responsibility of the Contractor. 22 4. The design, planning, installation, and removal of all shoring shall be 23 accomplished in such a manner as to maintain stability of the required 24 excavation and prevent movement of soil that may cause damage to adjacent 25 shoring systems, structures and utilities, damage or delay the Work, or 26 endanger life and health. 27 5. All materials and methods of construction shall meet the applicable 28 requirements of the Contract Documents. Particular attention is called to 29 Subpart P — Excavations and Subpart S — Underground Construction of the 30 Standards (29 CFR 1926/1920, published as U.S. Department of Labor 31 Publication 207, revised October 1, 1979, and revised again August 1, 1989. 32 6. Perform all Work in accordance with all current applicable regulations and 33 safety requirements of the Federal, State, and Local agencies. Comply with all 34 applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground 35 Construction and Subpart P, Excavations. 36 7. In the event of conflict, comply with the more stringent requirements. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 33 05 42 WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION Page 1 of 4 SECTION 33 05 42 WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION PART1- GENERAL 1.1 SUMMARY A. This section covers work necessary to control groundwater, surface water, runoff, and nuisance water that may be encountered within shafts and tunnels, as required for performance of the trenchless Work. 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 27 — Open -Face Pipejacking 4. 33 05 28 — Open -Face Tunneling 5. 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 6. 33 05 41 — Shaft Excavation and Support 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Measurement: a. This item is considered subsidiary to Tunnel Liner Plate or Steel Casing Pipe installation. 2. Payment: a. The work performed and materials furnished in accordance with this item are considered subsidiary the unit price bid per linear foot of By Other than Open Cut installation of Tunnel Liner Plate or Steel Casing to be completed in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards: 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. Reference Documents: 1. "Geotechnical Engineering Study, Westside III Waterline, Fort Worth, Texas". CMJ Engineering, Inc., Report No. 103-21-389, dated December 2021. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 33 05 42 WATER CONTROL FOR SHAFT AND TUNNEL CONSTRUCTION Page 2 of 4 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] 29 PART 2 - PRODUCTS 30 2.1 CITY -FURNISHED [OR] CITY -SUPPLIED PRODUCTS [NOT USED] 31 2.2 MATERIALS 32 A. Design Criteria: 33 1. Design, furnish, install, operate, and maintain all machinery, appliances, power, 34 and equipment necessary to remove water from tunnels and shafts during 35 construction. 36 2. Dewater, treat, and dispose of water so as not to cause injury to public or private 37 property or to cause a nuisance or a menace to the public and in accordance with 38 all applicable permit requirements. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 38 39 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: 1. "Geotechnical Engineering Study, Westside III Waterline, Fort Worth, Texas". CMJ Engineering, Inc., Report No. 103-21-389, dated December 2021. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 1 1.4 2 1.5 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 1.6 33 04 44 SETTLEMENT MONITORING Page 2 of 6 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 SUBMITTALS/INFORMATIONAL 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 34 days after completion of tunneling on that reach. Monitoring of monitoring points shall CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 04 44 SETTLEMENT MONITORING Page 5 of 6 1 continue on at least a weekly basis beyond 30 days if movements are observed between 2 subsequent readings until no further movements are observed for 3 consecutive readings. 3 Surface Monitoring Points: 4 1. Establish a system of surface monitoring points at locations shown on the Drawings. 5 D. Utility Monitoring Points: 6 1. The utility monitoring points shall be installed as close as practicable to the locations 7 shown on the Drawings. The City or Engineer may modify utility monitoring point 8 locations depending on field conditions, conflicting utilities, and monitoring 9 objectives. 10 2. Locate and confirm all utilities and protect utilities or relocate monitoring points as 11 necessary to protect all utilities. Follow State laws and accepted industry procedures 12 for One -Call notification and visual confirmation of locations of all crossing or 13 adjacent utilities. 14 3. Utility monitoring point installations shall be completed at least 7 days in advance of 15 commencing shaft or trenchless construction. 16 4. Conduct drilling operations using appropriate methods that are consistent with 17 anticipated geologic conditions and will not damage the utility to be monitored. 18 5. Affix monitoring rod to the utility so that the tip of the monitoring rod will not move 19 horizontally. Method shall be approved by the utility owner. 20 6. Protection: Install protective housing with cap. Protective housing shall be installed 21 within a flush -mounted precast concrete box or vault if in traffic lanes or paved areas, 22 so as not to obstruct vehicle or foot traffic, and shall be in accordance with TxDOT 23 standards and permit requirements. 24 7. All instrumentation shall remain the property of the Contractor following completion 25 of the Work and shall be removed or abandoned according to applicable codes and 26 standards, unless otherwise noted. 27 E. Instrument Protection, Maintenance and Repair: 28 1. Protect the instruments from damage. Damaged installations shall be replaced or 29 repaired prior to continuing excavation, or trenchless construction, unless permitted 30 otherwise in writing by the City and Engineer. 31 F. Abandonment of Instruments: 32 1. Surface Monitoring Points: 33 a. All surface monitoring points on public property shall remain in place at the 34 completion of the Work. 35 b. Remove all surface monitoring points on private property during the cleanup 36 and restoration work, or as required by the City or Engineer. 37 2. Utility Monitoring Points: 38 a. Utility monitoring points shall be abandoned at the conclusion of the monitoring 39 phase (See Paragraph 3.4 Q. 40 b. Properly abandon all monitoring point boreholes, by removing the monitoring 41 rod and then grouting the drilled holes in accordance with 33 05 45 — Contact 42 Grouting, or as required by the utility owner. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 1 2 3 4 5 6 7 8 9 10 11 33 04 44 SETTLEMENT MONITORING Page 6 of 6 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] 12 13 DATE NAME 14 LAST PAGE OF THIS SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 38 39 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. Minimum 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. Measurement and Payment: 1. Measurement: 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) a. C 31 Standard Practice for Making and Curing Concrete Test Specimens in the Field CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 33 05 45 CONTACT GROUTING Page 2 of 8 b. C 39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens c. C 94 Standard Specification for Ready -Mixed Concrete d. C 109 Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch Cube Specimens) e. C 144 Standard Specification for Aggregate for Masonry Mortar f. C 150 Standard Specification for Portland Cement g. C 937 Standard Specification for Grout Fluidifier for Preplaced-Aggregate Concrete 1.4 ADMINISTRATIVE REQUIREMENTS A. All grouting operations are to be performed in the presence of the Engineer. B. Notify the Engineer at least 24 hours in advance of starting contact grouting operations 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. Work Plan and Methods: 1. Submit a work plan for each type of contact grouting required, including: a. Contact grouting methods and details of equipment b. Grouting procedures and sequences c. Injection pressures d. Monitoring and recording equipment e. Methods of controlling grout pressure 2. Submit details of grout mix proportions, including: a. Laboratory test data verifying the strength of the proposed grout mix b. Admixtures, including manufacturer's literature c. SDS sheets B. Reports and Records: 1. Maintain and submit daily logs of grouting operations, including: a. Grouting locations, pressures, volumes, grout mix pumped, time of pumping, and any problems or unusual observations on logs. C. Grout Strength Tests: CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 45 CONTACT GROUTING Page 3 of 8 1 1. Submit test results for 24-hour and 7-day compressive strength tests for the cylinder 2 molds or grout cubes obtained during grouting operations in accordance with 3 Paragraph 1.9A. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Grout Strength Tests: 8 1. Prepare samples for 24-hour and 7-day compressive strength tests according to 9 ASTM C31 for cylinders or ASTM C109 for cubes. 10 2. Test samples according to ASTM C39 or C 109 as applicable. 11 3. Grout for the cylinders or cubes shall be taken from the nozzle of the grout injection 12 line. 13 4. Collect at least one set of four (4) samples for each 500 cubic feet of grout injected 14 but not less than one set for each grouting shift, unless directed in writing otherwise 15 by the Engineer. 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 20 2.1 CITY -FURNISHED [OR] CITY -SUPPLIED PRODUCTS [NOT USED] 21 2.2 MATERIALS 22 A. Materials: 23 1. Cement: Cement shall be Type II or Type V Portland cement conforming to ASTM 24 C 150. 25 2. Bentonite: Bentonite shall be a commercially processed powdered bentonite, 26 Wyoming type, such as Imacco-gel, Black Hills, or equal. 27 3. Fluidifier: Fluidifiers shall hold the solid constituents of the grout in colloidal 28 suspension, be compatible with the cement and water used in the grouting work, and 29 comply with the requirements of ASTM C 937. 30 4. Admixtures: Other admixtures may be used subject to the written approval of the 31 Engineer to improve the pumpability, to control set time, to hold sand in suspension, 32 and to prevent segregation and bleeding. 33 B. Equipment: 34 1. Equipment for mixing and injecting grout shall be adequate to satisfactorily mix and 35 agitate the grout and force it into the grout ports, in a continuous flow at the desired 36 pressure. Pumps shall be capable of continuously developing a sustained pressure of 37 15 psi in excess of existing groundwater pressures at the grout port connection. 38 2. Two pressure gauges shall be provided, one at the grout pump and one at the collar 39 of each port being grouted. The accuracy of the gauges shall be periodically CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 45 CONTACT GROUTING Page 4 of 8 1 checked with an accurately calibrated pressure gauge. A minimum of two spare 2 pressure gauges shall be available on site at all times. 3 3. The grouting equipment shall be provided with a meter to determine the volume of 4 grout injected. The meter shall be calibrated in cubic feet to the nearest one -tenth of 5 a cubic foot. 6 4. The grouting equipment shall be maintained in satisfactory operating condition 7 throughout the course of the work to ensure continuous and efficient performance 8 during grouting operations. 9 5. Suitable stop valves shall be provided at the collar of each port for use in 10 maintaining pressure as required until the grout has set. 11 6. Grout hoses shall have an inside diameter not less than 1-1/2 inches and shall be 12 capable of withstanding the maximum water and grout pressures to be used. 13 C. Design Criteria: 14 1. Contact grout shall be used to fill any voids caused or encountered outside the 15 casing pipe or tunnel liner plate; to fill the annular space created by the overcut 16 during trenchless construction; to fill any voids caused or encountered outside of 17 shafts; as necessary for portal stabilization; and for abandonment of monitoring 18 point boreholes. 19 2. Grout Mixes: 20 a. Develop one or more grout mixes designed to completely fill the voids outside 21 the casing, product pipe, or shafts and to provide acceptable strength to prevent 22 settlement. 23 b. Grout used outside shaft excavations shall be of a strength that allows for 24 efficient excavation by the tunneling equipment. 25 c. Determine 24-hour and 7-day strength of each grout mix in accordance with 26 ASTM C39 or C109. 27 d. All grout mix proportions shall be subject to review and acceptance by the 28 Engineer. 29 3. Grout Composition: 30 a. Grout shall consist of Portland cement, bentonite, fluidifier as necessary, and 31 water in the proportions specified herein or as approved by the Engineer. 32 b. Sand may be added to the grout mix in instances of very high grout takes, as 33 approved in writing by the Engineer. The addition of sand may require 34 additional water or fluidifier to be added to the grout mix. 35 4. Compressive Strength: 36 a. The minimum compressive strength at 24 hours shall be 10 psi. 37 b. The minimum compressive strength at 7 days shall be 50 psi. 38 C. The grouting contractor shall coordinate with the trenchless subcontractor to 39 ensure that the maximum anticipated grout strength can be efficiently excavated 40 by the tunneling equipment without damaging the equipment or causing 41 excessive wear of cutting tools, if used at tunnel portals. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 45 CONTACT GROUTING Page 5 of 8 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION 5 A. Grouting shall not begin until the following have been completed 6 1. All required submittals have been made and the City and/or Engineer has reviewed 7 and accepted all submittals in accordance with Section 0133 00 - Submittals. 8 3.4 EXECUTION 9 A. General: 10 1. The Contractor shall use contact grouting to fill any voids caused or encountered 11 during shaft construction that could lead to shaft movements during trenchless 12 operations, or that could lead to settlement and damage of installed pipe, surface 13 features, or subsurface utilities. 14 2. The Contractor shall use contact grouting to completely fill the void space outside 15 the casing pipe or tunnel liner plate caused by the trenchless operations (including 16 overcut), and any voids caused or encountered during the trenchless construction. 17 3. The Contractor shall use contact grouting as necessary to complete portal 18 stabilization work in accordance with this Specification and 33 05 43 — Portal 19 Stabilization. 20 4. The Contractor shall use contact grouting to fill and abandon borcholes for 21 monitoring points as noted in 33 05 44 — Settlement Monitoring. 22 5. Spills: 23 a. The Contractor shall take care to prevent the spill or escape of grout to the 24 ground surface, into any water body, or into any sanitary or storm sewer. 25 b. The Contractor shall closely monitor grouting operations to detect any spills or 26 escape of grout to the surface or into any water body, sanitary sewer, or storm 27 sewer. 28 c. Any such spill shall be immediately contained and cleaned up by the Contractor 29 at no additional cost. 30 6. During grouting work, provide for adequate disposal of all waste and wastewater. 31 Remove and properly dispose of all waste grout resulting from grouting operations. 32 The contents of grout lines shall not be discharged into the pipe, sanitary sewers, 33 storm drains, or water bodies. 34 B. Mixing and Injection of Grout: 35 1. All materials shall be free of lumps when put into the mixer and the grout mix shall 36 be continuously agitated. 37 2. Grout shall flow unimpeded and shall completely fill all voids. 38 3. Grout not injected within 90 minutes of mixing shall be wasted. 39 4. The grouting process shall be operated and controlled so that the grout is delivered 40 uniformly and steadily. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 45 CONTACT GROUTING Page 6 of 8 1 5. Recirculate grout mixes when any new mix is batched or after adding water, 2 fluidifier, or sand to mix. Recirculate mix for at least 2 minutes prior to pumping 3 grout into grout port. 4 6. In general, grouting will be considered completed when less than one cubic foot of 5 grout of the accepted mix and consistency can be pumped in 5 minutes under the 6 specified maximum pressure. 7 7. After the grouting is finished, the valve shall be closed before the grout header is 8 removed and remain closed until grout has set. 9 8. For any port ahead of the grouting operation, with a valve attached, and the valve in 10 the open position; the current port shall be considered grouted if grout issues forth 11 from the subsequent port with the same color and consistency and at the same rate as 12 that being pumped. 13 9. Replace grout plugs in ports at the completion of grouting. 14 C. Contact Grouting of Shafts: 15 1. Commence contact grouting of shafts after completion of each shaft, and before 16 trenchless construction begins. 17 2. Inject grout through vertical or inclined holes drilled from the ground surface to 18 intersect the known or suspected void, or through grout holes in liner plate. 19 Alternatively, drill grout holes horizontally through shaft support elements into the 20 soil to intersect the known or suspected void. Holes shall be sufficiently close to 21 ensure all voids are completely filled. 22 3. Install check valve and grout nipple in each hole drilled. 23 4. Inject grout through each grout nipple until completion, as defined in Paragraphs 3.4 24 B 6 through 9. 25 5. Engineer may direct Contractor to drill and grout additional holes if the grouting 26 operation has not, in the judgment of the Engineer, achieved satisfactory filling of 27 known or suspected voids. 28 D. Contact Grouting Outside of Steel Casing: 29 1. Commence contact grouting outside of the casing pipe within 48 hours following the 30 completion of each drive. 31 2. Grout ports shall be provided in casing pipes at intervals not greater than 10 feet. 32 3. Grout ports shall be threaded to accept valve fittings and plugs. 33 4. An attempt shall be made to hook-up and pump grout at every port or coupling 34 unless approval is granted by the Engineer in writing to omit grouting of selected 35 ports. 36 5. Before attempting to grout a port the Contractor shall insert a rod through the port to 37 clean the area outside the grout port of loose soil and to provide a path for grout to 38 travel. 39 6. Inject grout through the grout connections in such a manner as to completely fill all 40 voids outside the pipe resulting from, or encountered during, trenchless operations. 41 7. Grout pressure shall be controlled to avoid damaging the pipe and to avoid 42 movement of the surrounding ground or improvements. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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 33 05 45 CONTACT GROUTING Page 7 of 8 8. Grouting shall generally progress sequentially in a constant up -gradient direction from one grout port to the next grout port in the sequence indicated in the approved submittals. 9. At all times during the grouting operations, sufficient contact grout ports ahead of the port to be grouted shall be cleaned and ready for grouting. Valves or other suitable devices shall be attached and placed in the fully open position on all ungrouted ports within the maximum grout communication distance, as determined by the Contractor and accepted by the Engineer. 10. For any port ahead of the grouting operation, with a valve attached, and the valve in the open position, such port shall be considered grouted if grout issues forth of the same consistency and color, and at the same rate as that being pumped. 11. Replace grout plugs in ports at the completion of grouting. 12. Pipe grout fittings shall be sealed with screw type plugs upon completion of grouting. E. Contact Grouting of Monitoring Point Boreholes: 1. After all settlement monitoring measurements have been completed, monitoring point borehole casings shall be grouted. 2. Inject grout into each casing until filled. 3. Grout may be injected by gravity flow, through a tremie pipe, or by attaching a valve and nipple at the casing collar. 3.5 CLEANUP AND RESTORATION A. Cleanup: 1. After completion of contact grouting, all related construction debris, grout, oil, grease, and all other materials shall be removed from the tunnel, jacking and receiving shafts, and all Contractor work areas. 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] LAST PAGE OF THIS SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 33 05 45 CONTACT GROUTING Pale 8 of 8 CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 102688-2 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.4 10 2. Modified 2.2.B.6.b.7 and 9 11 3. Modified 2.2.B.7.d.2 12 4. Deleted 2.2.B.17.b-d and f 13 5. Added 2.2.B.17.2 and h 14 6. Added 3.3.A 15 7. Modified 3.7.A.La 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 18 Contract 19 2. Division 1 — General Requirements 20 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 21 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 22 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 23 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 24 7. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 25 8. Section 33 1105 — Bolts, Nuts, and Gaskets 26 9. Section 33 11 11 —Ductile Iron Fittings 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Measurement and Payment 29 1. Ductile Iron Pipe 30 a. Measurement 31 1) Measured horizontally along the surface from center line to center line of 32 the fitting, manhole, or appurtenance 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under "Measurement" will be paid for at the unit 36 price bid per linear foot for "DIP" installed for: 37 a) Various sizes CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 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 33 11 10-2 DUCTILE IRON PIPE Page 2 of 14 b) Various types of backfill c) Various linings 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 26 1.3 REFERENCES 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 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 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 43 a. If hydrocarbon or other special gaskets are required CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 10-4 DUCTILE IRON PIPE Page 4 of 14 1 B. Shop Drawings — Furnish for Ductile Iron Pipe used in the water distribution system or 2 for a wastewater force main for 24-inch and greater diameters, including: 3 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 4 Texas including: 5 a. Working pressure 6 b. Surge pressure 7 c. Deflection 8 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 9 Professional Engineer in Texas, to verify the restraint lengths shown in the 10 Drawings. 11 3. Lay drawing for 24-inch and greater diameters, sealed by a Licensed Professional 12 Engineer in Texas including: 13 a. Pipe class 14 b. Joints type 15 c. Fittings 16 d. Stationing 17 e. Transitions 18 f. Joint deflection 19 C. Certificates 20 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 21 Section, each run of pipe furnished has met Specifications, all inspections have 22 been made, and that all tests have been performed in accordance with 23 AWWA/ANSI C151/A21.51. 24 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE 28 A. Qualifications 29 1. Manufacturers 30 a. Finished pipe shall be the product of 1 manufacturer. 31 1) Change orders, specials, and field changes may be provided by a different 32 manufacturer upon City approval. 33 b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 34 under the control of the manufacturer. 35 c. Ductile Iron Pipe 36 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 37 a) Perform quality control tests and maintain results as outlined within 38 standard to assure compliance. 39 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 40 of at least 10 seconds. 41 B. Preconstruction Testing 42 1. The City may, at its own cost, subject random lengths of pipe for testing by an 43 independent laboratory for compliance with this Specification. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 10 - 5 DUCTILE IRON PIPE Page 5 of 14 1 a. The compliance test shall be performed in the United States. 2 b. Any visible defects or failure to meet the quality standards herein will be 3 grounds for rejecting the entire order. 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Storage and Handling Requirements 6 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 7 stated in AWWA M41. 8 2. Secure and maintain a location to store the material in accordance with Section 01 9 6600. 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 14 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 15 A. Manufacturers 16 1. Only the manufacturers as listed in the City's Standard Products List will be 17 considered as shown in Section 0160 00. 18 a. The manufacturer must comply with this Specification and related Sections. 19 2. Any product that is not listed on the Standard Products List is considered a 20 substitution and shall be submitted in accordance with Section 0125 00. 21 B. Pipe 22 1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI 23 CI50/A21.15, and AWWA/ANSI C15l/A21.51. 24 2. All pipe shall meet the requirements of NSF 61. 25 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 26 closure pieces and necessary to comply with the Drawings. 27 4. As a minimum the following pressures classes apply. The Drawings may specify a 28 higher pressure class or the pressure and deflection design criteria may also require 29 a higher pressure class, but in no case should they be less than the following: 30 CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 10 - 6 DUCTILE IRON PIPE Page 6 of 14 Diameter Depth Min Pressure Class (inches) (feet) (psi) 3 through 12 - 350 14 through 20 - 250 24 - 200 42 Less than 16 150 42 17 to 20 200 42 21 to 23 250 42 24 to 28 350 42 29 to 32 STC 54 42 33 to 35 STC 55 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 C150/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) = 100 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) M ximum 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 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 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means through casing and for a sufficient distance each side of casing. c. No thrust restraint contribution shall be allowed for the restrained length of pipe within the casing. 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. M chanical 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 10 - 8 DUCTILE IRON PIPE Page 8 of 14 11. Bolts and Nuts a. M chanical Joints 3 1) Provide bolts and nuts in accordance with Section 33 1105. 4 b. Flanged Ends 5 1) M et requirements of AWWA C115. 6 a) Provide bolts and nuts in accordance with Section 33 1105. 7 12. Flange Coatings 8 a. Connections to Steel Flanges 9 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 10 Tape System in accordance with Section 33 1105. 11 13. Ductile Iron Pipe Exterior Coatings 12 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 13 pipe exterior, unless otherwise specified in the Contract Documents. 14 14. Polyethylene Encasement 15 a. All buried Ductile Iron Pipe shall be polyethylene encased. 16 cta Us*. as shown 17 in Seetion 0160 00 will be eonsidered acceptable. 18 e. Use only virgin polyethylene materiah 19 d. Eneasement for buried pipe shall be 8 mil linear low density (LLD) 20 21 22 A MIAI A / A I S! C105hk 11 .G and A CTA4 A 67 . 23 e. M rking: At a minimum of every 2 feet along its length, the mark the 24 polyethylene film with the following information: 25 1) Manufacturer's name or trademark 26 2) Year of manufacturer 27 3) AWWA/ANSI C105/A21.5 28 4) M nimum film thickness and material type 29 5) Applicable range of nominal diameter sizes 30 6) Warning — Corrosion Protection — Repair Any Damage 31 32 , perform one of the follom4ngw- 33 " " 34 ,r 36 J Atta 37 wrap. 38 , perform one of the following: 39 " "• 40 Code; or 42 c) Atkeh green sanitary sewer- mar-ker- tape to the polyethylene wrap. 43 g. Polvethvlene encasement confirming to AWWA/ANSI C105/A21.5 for use 44 with ductile iron pipe systems shall consist of three lavers of co -extruded 45 linear low densitv nolvethvlene (LLDPE). fused into a single thickness of 46 not less than eight mils. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 10-9 DUCTILE IRON PIPE Page 9 of 14 1 h. The inside surface of the volvethvlene wrap to be in contact with the pipe 2 exterior shall be infused with a blend of anti -microbial biocide to mitigate 3 microbiolo0cally influenced corrosion and a volatile corrosion inhibitor to 4 control galvanic corrosion. 5 i. M nimum widths 6 Polyethylene Tube ind 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 7 15. Ductile Iron Pipe Interior Lining 8 a. Cement Mortar Lining 9 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 10 accordance with AWWA/ANSI C104/A21.04 and be acceptable according 11 to NSF 61. 12 b. Ceramic Epoxy or Epoxy Linings 13 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 14 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 15 Products List as shown in Section 01 60 00. 16 2) Apply lining at a minimum of 40 mils DFT. 17 3) Due to the tolerances involved, the gasket area and spigot end up to 6 18 inches back from the end of the spigot end must be coated with 6 mils 19 nominal, 10 mils maximum using a Joint Compound as supplied by the 20 manufacturer. 21 a) Apply the joint compound by brush to ensure coverage. 22 b) Care should betaken that the joint compound is smooth without excess 23 buildup in the gasket seat or on the spigot ends. 24 c) Coat the gasket seat and spigot ends after the application of the lining. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 10-10 DUCTILE IRON PIPE Page 10 of 14 1 4) Surface preparation shall be in accordance with the manufacturer's 2 recommendations. 3 5) Check thickness using a magnetic film thickness gauge in accordance with 4 the method outlined in SSPC PA 2. 5 6) Test the interior lining of all pipe barrels for pinholes with a non- 6 destructive 2,500 volt test. 7 a) Repair any defects prior to shipment. 8 7) Mark each fitting with the date of application of the lining system along 9 with its numerical sequence of application on that date and records 10 maintained by the applicator of his work. 11 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 12 cut, coat the exposed surface with the touch-up material as recommended 13 by the manufacturer. 14 a) The touch-up material and the lining shall be of the same manufacturer. 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION 21 A. Prior to installation, coordinate and conduct a pipe laving prove -out test in 22 accordance with Section 0136 00. 23 3.4 INSTALLATION 24 A. General 25 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 26 AWWA C600, AWWA M41 and in accordance with the pipe manufacturer's 27 recommendations. 28 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 29 3. Lay pipe to the lines and grades as indicated in the Drawings. 30 4. Excavate and backfill trenches in accordance with Section 33 05 10. 31 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 32 6. For installation of carrier pipe within casing, see Section 33 05 24. 33 B. Pipe Handling 34 1. Haul and distribute pipe and fittings at the project site. 35 2. Handle piping with care to avoid damage. 36 a. Inspect each joint of pipe and rejector repair any damaged pipe prior to 37 lowering into the trench. 38 b. Do not handle the pipe in such a way that will damage the interior lining. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 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 33 11 10 - 11 DUCTILE IRON PIPE Page 11 of 14 c. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 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. 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 10 - 12 DUCTILE IRON PIPE Page 12 of 14 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. 4 2. Tubular Type (Method A) 5 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 6 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 7 pipe section and bunching it accordion -fashion lengthwise until it clears pipe 8 ends. 9 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 10 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 11 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 12 polyethylene from preceding length of pipe, slip it over end of the new length 13 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 14 f. Secure overlap in place. 15 g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 16 of pipe, securing fold at quarter points. 17 h. Repair cuts, tears, punctures or other damage to polyethylene. 18 i. Proceed with installation of next pipe in same manner. 19 3. Tubular Type (Method B) 20 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 21 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 22 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 23 of pipe, securing fold at quarter points; secure ends. 24 d. Before making up joint, slip 3-foot length of polyethylene tube over end of 25 proceeding pipe section, bunching it accordion -fashion lengthwise. 26 e. After completing joint, pull 3-foot length of polyethylene over joint, 27 overlapping polyethylene previously installed on each adjacent section of pipe 28 by at least 1 foot; make each end snug and secure. 29 4. Sheet Type 30 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 31 section. 32 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 33 it until it clears the pipe ends. 34 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 35 quadrant of pipe. 36 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 37 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 38 of pipe. 39 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 40 g. After completing joint, make overlap and secure ends. 41 h. Repair cuts, tears, punctures or other damage to polyethylene. 42 i. Proceed with installation of next section of pipe in same manner. 43 5. Pipe -Shaped Appurtenances 44 a. Cover bends, reducers, offsets and other pipe -shaped appurtenances with 45 polyethylene in same manner as pipe and fittings. 46 6. Odd -Shaped Appurtenances CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 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 33 11 10 - 13 DUCTILE IRON PIPE Page 13 of 14 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. 7. Repairs a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape or with short length of polyethylene sheet or cut open tube, wrapped around fitting to cover damaged area and secured in place. 8. Openings in Encasement a. Provide openings for branches, service taps, blow -offs, air valves and similar appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. b. After appurtenance is installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene with tape. c. Service taps may also be made directly through polyethylene, with any resulting damaged areas being repaired as described above. 9. Junctions between Wrapped and Unwrapped Pipe: a. Where polyethylene -wrapped pipe joins an adjacent pipe that is not wrapped, extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. b. Secure end with circumferential turns of tape. c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 25 3.5 REPAIR/RESTORATION 26 A. Patching 27 1. Excessive field -patching is not permitted of lining or coating. 28 2. Patching of lining or coating will be allowed where area to be repaired does not 29 exceed 100 square inches and has no dimensions greater than 12 inches. 30 3. In general, there shall not be more than 1 patch on either the lining or the coating of 31 any 1 joint of pipe. 32 4. Wherever necessary to patch the pipe: 33 a. Make patch with cement mortar as previously specified for interior joints. 34 b. Do not install patched pipe until the patch has been properly and adequately 35 cured and approved for laying by the City. 36 5. Promptly remove rejected pipe from the site. 37 3.6 RE -INSTALLATION [NOT USED] 38 3.7 FIELD [OR] SITE QUALITY CONTROL 39 A. Potable Water Mains 40 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 41 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 42 main as specified in Section 33 0130 Closed Circuit Television (CCTV) 43 Inspection of Water Transmission Mains. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 10 - 14 DUCTILE IRON PIPE Page 14 of 14 1 B. Wastewater Lines 2 1. Closed Circuit Television (CCTV) Inspection 3 a. Provide a Post -CCTV Inspection in accordance with Section 33 0131. 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 1.2.A. Lb. — Updated Payment types 12/20/2012 D. Johnson 1.3 — Added definitions of gland types for clarity 2.2.13.9, 10, 11 and 12 — Added reference to Section 33 11 05 and removed material specification for bolts, nuts and gaskets CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 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 2.2.11.5.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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 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 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. Measurement 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 h M nufacturers 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 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 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 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 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-, peFfor-m one of the followingf CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 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 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 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 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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. Make patch with cement mortar as previously specified for interior joints. 41 b. Do not install patched fitting until the patch has been properly and adequately 42 cured and approved for laying by the City. 43 c. Promptly remove rejected fittings from the site. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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.B.5.a.7 — Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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. iii. At a minimum, stulls shall be placed at each end. eneh aua -*er point and center. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 13 - 9 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 9 of 19 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 pipe 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 Tvpe IL Cement 3. Aggregates a. Aggregates for concrete lining and coating shall conform to ASTM C33. 4. Sand a. Sand used for inside and outside joints shall be of silica base, conforming to ASTM C144. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 13 - 10 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 10 of 19 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. Lining a. Mortar lining shall be centrifugally cast to leave a smooth lining. All rough spots shall be ground down with a rubbing stone or other approved method. 7. Coating a. Mortar coating shall be dense, hard, with no cracks larger than hairline (0.010 inches) 8. Bushings, Couplings and Plugs a. Where outlets or taps are threaded, furnish and install brass reducing bushings in larger steel half couplings for the outlet size indicated. b. Threaded plugs shall be brass. 9. Mixes a. Cement Mortar 1) Cement mortar used for pouring joints shall consist of: a) 1 part Portland Cement b) 2 parts clean, fine, sharp silica sand c) Mixed with water d) No manufactured sand shall be permitted. e) Exterior joint mortar shall be mixed to the consistency of thick cream. f) Interior joint mortar shall be mixed with as little water as possible so 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. 13. Gaskets 1) Flange in accordance with AWWA C207. 2) Provide Gaskets in accordance with Section 33 1105. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 331113 -11 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 11 of 19 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 11 05. 17. Threaded Outlets a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and install brass bushings for the outlet size indicated. 18. Weld Lead Outlets (if applicable) a. Use of threaded outlets for access for weld leads is permitted. b. Additional outlet configurations shall be approved by the Engineer. c. Outlets shall be welded after use. 19. Snap Rings a. Snap rings shall be manufactured by Hansen Thompson Pipe Group, or approved equal. C. Performance / Design Criteria 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 = 100 psi minimum a) where: Total Pressure (including surge) = 150 psi + 100 psi = 250 psi 10) Deflection Lag Factor = 1.0 11) Soil Reaction Modulus (E') < 1,000 12) Maximum calculated deflection. Dv=Dx=1% or D2/4.000 (inches), whichever is less 13) Coefficient k = 0.09 14) Pipe shall be designed for full vacuum conditions. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 13 - 12 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 12 of 19 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 distanee for- thrust restraint shown on the Drawings is the straint and does not Felie. The manufacturer shall calculate the restraint needs as specified herein. uTrn—no ease -shall rtheirestrained zrrscsairc less rthan riircrrC-&t 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 pines 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 1) The length of pipe with restrained joints to resist thrust forces shall be verified by the pipe manufacturer in accordance with AWWA M9. TRDP. and the following: CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 331113 -13 CONCRETE PRESSURE PIPE, BAR -WRAPPED, STEEL CYLINDER TYPE Page 13 of 19 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 2A.D.3 47. Modified 3.4.A.1 48. Modified 3.4.13.2 49. Added 3.4.C.3 50. Modified 3A.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. M asurement CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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. M11, 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. Material data b. Application recommendations c. Field touch-up procedures 2. Heat Shrink Sleeves, if applicable a. Material data b. Installation recommendations CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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) M ximum 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 = 100 psi, minimum a) Where Total Pressure (including surge) = 150 psi + 100 psi = 250 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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 WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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. For depths up to and including 22 feet, the minimum pipe wall steel thickness shall be as designed, but not less than 0.188 inches 0.''o 5 inches or pipe D/240, whichever is greater for pipe and fittings, with no minus tolerance, where D is the nominal inside pipe diameter. Thickness must be sufficient to meet full buried vacuum conditions in all locations. b. For depths greater than 22 feet, 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. c. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. d. 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 e. 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. f. Pipe, fittings and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 19,00A 23.000 psi. 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 15 BURIED STEEL PIPE AND FITTINGS Page 15 of 31 b. Maximum joint length of steel pipe installed in casing shall meet the pr-ofeet not exceed 25 feet. c. Manufactured 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 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 wipe 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 MI L 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 upon the supplied pipe eeating of five percent. 9) Joints shall be electrically continuous. d. Lap Welded Slip Joint CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 16 BURIED STEEL PIPE AND FITTINGS Page 16 of 31 1) Lap welded slip joint shall be provided in all locations for- ipelafgef than 21 ixdboc�and-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. 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 e -ki ,,..dance n �xnx� n r207 and a ;iiod In �o:iCa o ..,;ti n !RMF Bi i Class i 25 f areas designated with a 225 test pfessufe Flanges shall be Class E for working pressure uD to 275 psi in accordance with AWWA C207 and as needed to match appurtenances. Drillings per AWWA C207 or as needed to match valves or equipment 7) When Isolation Flanges are required by the Drawings, Drillings shall accommodate the required spacing for mylar sleeves according to Section 33 04 10. f. Flexible Couplings 1) Flexible couplings shall be provided where specified on the Drawings. 2) Ends to be joined by flexible couplings shall be: a) Plain -end type, prepared as stipulated in AWWA C200. b) Welds on ends to be joined by couplings shall be ground flush to permit slipping the coupling in at least 1 direction to clear the pipe joint. c) Harness bolts and lugs shall comply with AWWA Ml 1. g. Butt Strap Closure Joints 1) Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C206 and applicable provisions of this Specification. 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 CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 17 BURIED STEEL PIPE AND FITTINGS Page 17 of 31 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: 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 Senn en , ONACE A 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 CITY OF FORT WORTH WESTSIDE III - PHASE II - 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 18 BURIED STEEL PIPE AND FITTINGS Page 18 of 31 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. 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 per 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 19 BURIED STEEL PIPE AND FITTINGS Page 19 of 31 3) Adhesion testing records shall include: a) Pipe identification b) Surface tested (interior or exterior) c) Surface temperature d) Coating thickness 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 CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 20 BURIED STEEL PIPE AND FITTINGS Page 20 of 31 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 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 awlving 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 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 21 BURIED STEEL PIPE AND FITTINGS Page 21 of 31 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. 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 M11, in accordance with ' 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. 'A M ximum 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 suffleien 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 spreader 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: CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 22 BURIED STEEL PIPE AND FITTINGS Page 22 of 31 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. Line up pipe for joining so as to prevent damage thereto. 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-stranned, 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 suacers to urevent 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 23 BURIED STEEL PIPE AND FITTINGS Page 23 of 31 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. 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. 3. 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 21 imAh any 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 24 BURIED STEEL PIPE AND FITTINGS Page 24 of 31 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. 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) M tal 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) M nitor 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 25 BURIED STEEL PIPE AND FITTINGS Page 25 of 31 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. 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 WAR 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 a 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 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 laveO 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 26 BURIED STEEL PIPE AND FITTINGS Page 26 of 31 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 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 27 BURIED STEEL PIPE AND FITTINGS Page 27 of 31 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. 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 Futufa C—e-tirrgs PI��o II, ar 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 28 BURIED STEEL PIPE AND FITTINGS Page 28 of 31 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 1. Repair cracks larger than 1/16 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 I 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 29 BURIED STEEL PIPE AND FITTINGS Page 29 of 31 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 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. Deflection Testing a. Prior to hydrostatic testing, the City's inspector shall perform deflection testing at a minimum rate of 1 fneasufemeat for- evefy 2,500 linear- feet f.. a4er- 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 30 BURIED STEEL PIPE AND FITTINGS Page 30 of 31 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 a) If the average ioint deflection of a single ioint, or anv single measurement, fails to meet specifications, the entire ioint 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 monthly reports as Record Data showing allowable deflection, 1.5 times allowable deflection, the deflection measurements, and calculated average deflection for each location measured per ioint for each ioint 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. Additionallv, 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 11 14 - 31 BURIED STEEL PIPE AND FITTINGS Page 31 of 31 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2•13.4, 5, and 6 — Added reference to Section 33 1105 and removed material specification for bolts, nuts, gaskets and flange coating CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 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. Added Section 2.2.A.I.b Listed manufacturers. 2. Suecified `non -slam' feature to ureclude 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" installed for: 1) Various inlet sizes 3. The price bid shall include: a. Furnishing and installing Combination Air Valves with appurtenances as specified in the Drawings b. Air valve vault and appurtenances CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 12 30 - 2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 2 of 8 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) 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 12 30 - 3 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 3 of 8 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. 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 12 30 - 4 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 4 of 8 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. PART2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related sections. b. Manufacturers shall include: APCO 1500C, Val-Matic Vacuum 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 pines 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 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 CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 12 30 - 5 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 5 of 8 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 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 CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 12 30 - 6 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 6 of 8 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 0160 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. 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. CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 12 30 - 7 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 7 of 8 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. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 33 12 30 - 8 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS Page 8 of 8 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson General: Modified specification to reflect materials and equipment in City Standard Detail; Removed cast -in -place manhole references CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised October 18, 2024 APPENDIX GC-4.01 Availability of Lands ID 3. Walsh — 50' Water and Reclaimed Water Facility Easement ID 4a. Nazarian — 40' Water and Reclaimed Water Facility Easement ID 4b. Nazarian — 10' Temporary Construction Easement ID. 4c. Nazarian — Permanent Water & Reclaimed Water Facility Easement ID. 4d. Nazarian — Temporary Construction Easement ID 5. Walsh — Permanent Water Facility Easement ID 6. Bourke Harvey — 30' Water and Reclaimed Water Facility Easement ID 17/18. Walsh — Temporary Access Easement ID 19. Walsh — Temporary Construction Easement ID 21. Bourke Harvey — Temporary Construction Easement GC-4.02 Subsurface and Physical Conditions Geotechnical Report NWP 58 Memo GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities BKV Contractor Agreement and LONO Taurus LONO Atmos LONO Tarrant County Floodplain Permit 22-21 Fort Worth Floodplain Permit 22-00232 TxDOT UIR — I-30 GR-01 60 00 Product Requirements CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 GC-4.01 Availability of Lands ID 3. Walsh — 50' Water and Reclaimed Water Facility Easement ID 4a. Nazarian — 40' Water and Reclaimed Water Facility Easement ID 4b. Nazarian — 10' Temporary Construction Easement ID. 4c. Nazarian — Permanent Water & Reclaimed Water Facility Easement ID. 4d. Nazarian — Temporary Construction Easement ID 5. Walsh — Permanent Water Facility Easement ID 6. Bourke Harvey — 30' Water and Reclaimed Water Facility Easement ID 17/18. Walsh — Temporary Access Easement ID 19. Walsh — Temporary Construction Easement ID 21. Bourke Harvey — Temporary Construction Easement CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 D222286328 12/13/2022 03:19 PM Page: 1 of 12 Fee: $63.00 Submitter: City of Fort Worth, TX Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK CPN 102688 Westside III Water Transmission Main Parcel # 3 PWFE JONATHAN BURLESON SURVEY, Abstract No. 78; STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: &jLMWA ,fib I ULV- GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership GRANTOR'S MAILING ADDRESS (including County): 155 WALSH DRIVE ALEDO, PARKER COUNTY, TEXAS 76008 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TEXAS 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached and incorporated Exhibit "A", consisting of a 2-page metes and bounds description, and Exhibit "B", consisting of a 4-page plat depiction. GRANTOR, for the consideration of the agreements and covenants contained in GRANTOR and GRANTEE's Economic Development Agreement dated May 6, 2003 (City Secretary Contract No. 28585) (the "Economic Development Agreement"), as amended, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, a permanent easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility (hereafter referred to as the "Facility") within the Easement Property. The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to, manholes, manhole vents, lateral line connections, valves, transmission and reclaimed water pipelines, water meters, junction boxes in, upon, under and across a portion of Permanent Water Facility Easement -Walsh Rev. 20220203 D222286328 Page 2 of 12 the GRANTOR'S property as more fully described in Exhibit "A" and Exhibit "B" (the "Easement Property") attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter the Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing the Facility, but only through the Easement Property or on other routes across the GRANTOR'S property approved in writing by GRANTOR prior to commencement of construction of the Facility by GRANTEE. GRANTEE shall be responsible to GRANTOR for any road damage caused by its use of GRANTOR'S roads. Within 60 days after completion of construction of the Facility, GRANTEE shall cause its contractors to restore such roads to substantially the same condition in which they existed prior to construction of the Facility, at no cost to GRANTOR. This grant does not include the right to carry onto the Easement Property or any other property owned by GRANTOR firearms, fishing equipment, or other recreational equipment, or guns, alcohol, drugs, dogs, or hazardous substances (other than those necessary to further the rights herein granted), or the right to enter GRANTOR'S property, except for the Easement Property and approved roads. GRANTEE shall keep all access routes free and clear of trash, litter and debris, and GRANTEE shall not store personal property on the Easement Property. GRANTOR reserves the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted, provided, however, that GRANTOR covenants and agrees it will not use the Easement Property, nor allow third parties to use the Easement Property, in a manner that interferes with the operation, repair, or maintenance of the Facility. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights -of -way and prescriptive rights, reservations, surface agricultural and grazing leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners in any fences situated on a common boundary. This grant is further subject to and controlled in all respects by the terms and provisions of the Economic Development Agreement referenced above. Copies of this agreement may be obtained in the offices of GRANTEE shown above. Additionally, this grant and conveyance is further made subject to: i) Insurance. During the course of any construction activity under this Easement, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations on the property of GRANTOR in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing GRANTOR as an additional insured under such policies. Prior to commencement of construction of the Facility, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to include GRANTOR as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance and automobile liability insurance policies required by GRANTEE and shall require GRANTEE'S contractors operating on the Easement Property to provide GRANTOR with a waiver of subrogation on the contractor's workers' compensation insurance policy. Damage Claims. During the course of any construction activity under this Easement or entry Permanent Water Facility Easement -Walsh Rev. 20220203 D222286328 Page 3 of 12 on the Easement Property by GRANTEE'S contractors, GRANTEE shall require all of GRANTEE'S contractors to indemnify, hold harmless and defend at their own expense, GRANTOR and its officers, directors, partners, members, managers, employees, agents, representatives, affiliates, successors and assigns (collectively, the "GRANTOR PARTIES"), from and against (a) all claims or suits for property loss, property damage, and personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed in installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such GRANTOR PARTIES, and loss or destruction of GRANTOR PARTIES' property arising from the performance of any of the terms and conditions of this Easement. iii) Notice of When Work Begins. GRANTEE shall notify GRANTOR at least 15 calendar days before beginning installation of the Facility. iv) Surface and Subsurface Crossings of Easement Property. GRANTOR may construct and maintain one or more concrete, asphalt, gravel or other improved driveway(s), road(s), parking area(s) or railway(s), as well as private storm drainage laterals and facilities, electrical lines, irrigation or other water lines, pipelines and other private or third -party utilities (collectively, the "Permitted Crossings") on the Easement Property; provided, however, (a) that each Permitting Crossing (other than parking areas) crosses the Facility at an angle between 45 degrees and 90 degrees, (b) that the Permitted Crossing does not interfere with the operation and maintenance of the Facility, (c) that GRANTOR has submitted plans for any Permitted Crossing within the Easement Property to GRANTEE for approval, which approval will not be unreasonably delayed, conditioned or withheld, (d) that any Permitted Crossing will be constructed with separations determined solely and reasonably by GRANTEE to be sufficient to protect the Facility, that no such separation shall be less than any statutory required minimum, and (e) that any measures determined solely by GRANTEE to be necessary to protect or relocate the Facility as a result of any Permitted Crossing shall be at the sole cost and expense of GRANTOR. v) Fences and Landscaping within Easement Property. GRANTOR may (a) build fences (unless construction of such fences requires a building permit, in which case Grantor must first obtain written consent for such fence from GRANTEE'S Water Department Director) within the Easement Property, and (b) landscape the surface of the Easement Property, but shall not have the right to plant trees or place hardscape (such as fountains, walls, or retaining walls) on the surface of the Easement Property without first obtaining the prior written consent for such hardscape from GRANTEE'S Water Department Director. Notwithstanding the foregoing, any fence constructed by GRANTOR across the Easement Property must not restrict GRANTEE's access to, along, or through the Easement Property and must, at a minimum, include 20' gates installed perpendicularly to the boundary of the Easement Property. vi) Restoration of Surface. Upon completion and acceptance of the Facility by GRANTEE, GRANTEE shall cause its contractors to promptly restore the Easement Property to substantially the same condition in which it existed prior to construction of the Facility, at no cost to GRANTOR. Expressly including without limitation, GRANTEE shall cause its contractors to restore the surface, including and not limited to, the removal of rocks, the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and Permanent Water Facility Easement -Walsh Rev.20220203 D222286328 Page 4 of 12 establishment of natural grasses, and the repair, reconstruction, or replacement of fences, cross braces and cattle guards, or other surface improvements that may have been removed, relocated, altered, damaged or destroyed as a result of GRANTEE'S use of the Easement Property. Upon completion and acceptance of the Facility by GRANTEE, the Easement Property shall be left in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. GRANTOR shall also have the right to modify grades over the Facility by lowering pre-existing grades up to one foot or raising pre-existing grades up to three feet, provided that GRANTOR provides GRANTEE with prior notice of such grade modification, and in those cases where GRANTOR has submitted plans to modify grades over the Facility by more than the amounts stated above, provide additional protection of the Facility on a case -by -case basis as determined by GRANTEE. vii) Relocation of Facility. GRANTOR, at its expense, shall have the right to relocate any Facility installed pursuant to this Easement provided that the level of service provided by such Facility at the new location will not be impaired or disrupted in any respect either in the process of such relocation or after the completion thereof, and subject to GRANTEE'S approval of plans for the relocated Facility (including plans for mitigation of risk during such relocation), not to be unreasonably delayed, conditioned or withheld. viii) Consistent with the Economic Development Agreement. The rights granted herein are granted specifically to GRANTEE pursuant to and consistent with the terms of the Economic Development Agreement. GRANTEE may not assign all or any part of the rights granted herein in the absence of GRANTOR'S written consent, which may be withheld for any reason whatsoever. Further, GRANTOR reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as GRANTOR deems appropriate which do not interfere with the use of the Facility by GRANTEE for the purposes set forth herein. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto GRANTEE, and GRANTEE'S successors and assigns forever. But it is distinctly understood and agreed that this conveyance is made and accepted without covenants or warranties of any kind, either express, implied, statutory or otherwise, including but not limited to the covenants set forth in TEX. PROP. CODE ANN. §5.023. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. Permanent Water Facility Easement -Walsh Rev.20220203 [signatures on following page(s)] D222286328 Page 5 of 12 GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership By: Walsh North Star Company, LLC, a Delaware limited liability company, its general partner By: Ryan ickerson, Vice President ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF PARKER BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Ryan Dickerson, Vice President of Walsh North Star Company, LLC, a Delaware limited liability company, as general partner of Walsh Ranches Limited Partnership, a Texas limited partnership, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Walsh Ranches Limited Partnership, a Texas limited partnership, and that he/she executed the same as the act of said limited liability company and limited partnership for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of 11' /15 -2.2- o�*aYPo BEXIE NOBLES Notary Public, State of Texas Comm. Expires 06-07-2023 of Notary ID 13204280-4 Permanent Water Facility Easement -Walsh Rev.20220203 (Notary P is in and fitfh��exas D222286328 Page 6 of 12 ACCEPTED BY: GRANTEE: City of Fort,W rth By (Signature) 1 (Print Name) (Title) Steve Cooke, Property Management Diire tor __ APPROVED AS TO FORM AND LEGALITY By (Signature): 4ftw_ (Print Name) met: N_.f¢e y (Title) Asxxsv4­r Gwwv A%,vbw-- v ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Director, Property Management Department, City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of JEREM`_ VAt4 RITE ��'r •a4 Notary PubllaState of Tex" off, * Notary n� �#13318-0 �rf OftE}e Commissim E* JUNE 15.20 Permanent Water Facility Easement -Walsh Rev.20220203 Nota ublln and for the State of Texas D222286328 Page 7 of 12 EXHIBIT A LEGAL DESCRIPTION 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT BEING a 5,7096 acres (248,709 square foot) tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, and being a portion of those tracts of land described in Special Warranty Deed to Walsh Ranches Limited Partnership, recorded in Volume 12624, Page 92 of the Deed Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a concrete monument found in the north line of Interstate Highway 30 (a variable width right-of-way); from said point a brass disk stamped "TXDOT R.O.W." found bears North 83e56'25" East, a distance of 100.68 feet; THENCE South 89e34'48" West, along the said north line of Interstate Highway 30, a distance of 181.82 feet to the POINT OF BEGINNING; THENCE South 89°34'48" West, continuing along the said north line of Interstate Highway 30, a distance of 50.00 feet to a point for corner; THENCE North 00*17'21" East, departing the said north line of Interstate Highway 30, a distance of 240.03 feet to a point for corner; THENCE South 89e42'59" East, a distance of 100.00 feet to a point for corner; THENCE North 0001 T01" East, a distance of 23.89 feet to a point for corner; THENCE North 86'11'52" East, a distance of 120.63 feet to a point for corner; THENCE North 00°17'01" East, a distance of 546.10 feet to a point for corner; THENCE North 00°5347" West, a distance of 97.70 feet to a point for corner; THENCE North 00°29'22" West, a distance of 995.82 feet to a point for corner; THENCE North 45*07'15" East, a distance of 74.10 feet to a point for corner; THENCE North 00'37'15" East, a distance of 196.48 feet to a point for corner; THENCE North 00059'40" East, a distance of 550.67 feet to a point for corner; THENCE North 01'21'11" East, a distance of 201.51 feet to a point for corner; THENCE North 01 °08'17" East, a distance of 303.98 feet to a point for corner; THENCE North 00'23'11" East, a distance of 92.45 feet to a point for corner; THENCE North 02005'12" East, a distance of 201.47 feet to a point for corner; THENCE North 01 *19'27" East, a distance of 985.02 feet to a point for corner; THENCE North 43°54'39" West, a distance of 32.74 feet to a point for corner; THENCE North 01°19'24" East, a distance of 56.54 feet to a point for corner in the north line of the said Walsh Ranches Limited Partnership tract; CONTINUED ON SHEET 2 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimlev)))Horn 801 Cherry Street, Unit 11, 0 13001 Tel. No. (817) 335-8811 Fort Worlh, Taxes 76102 FIRM q 10194040 www.ldmley-ham.com Sta DrewnbjCheckedbv DalaUD*R")E'CLAIMED roed o. s�oRG�� She 1 No•N!A CRG MCB 4/14/202230 10F6 HOPPER, BRADIN'11129120224:61 PM K:IFTWSURVEY1061018380-WSIII 36-INCHWLIDWGIEASEMENTSiD810183B0- III38-INCHEX PERMA ENT WATER WATER D222286328 Page 8 of 12 EXHIBIT A LEGAL DESCRIPTION (CONTINUED) THENCE North 89a52'21" East, along the said north line of the Walsh Ranches Limited Partnership tract, a distance of 73.26 feet to a point for corner; from said point a 1/2-inch iron rod with "AREA SURVEYING" cap found for the northeastern most corner of a called 188.244 acre tract described in the General Warranty Deed to West Side Sanitary Land Fill, Inc., recorded in Volume 6477, Page 335 of the said Deed Records bears South 89'24'39" East, a distance of 660.93 feet; THENCE along the said east line of the Walsh Ranches Limited Partnership tract, the following seven (7) calls: South 01 °19'24" West, a distance of 1066.80 feet to a point for corner; South 02°05'12" West, a distance of 201.06 feet to a point for corner; South 00*23'11" West, a distance of 92.04 feet to a point for corner; South 01008'17" West, a distance of 304.40 feet to a point for corner; South 01 *21'11" West, a distance of 201,45 feet to a point for corner; South 00°59'40" West, a distance of 550.35 feet to a point for corner; South 00*37'15" West, a distance of 272.49 feet to a point for corner; THENCE North 89'47'52" West, departing the said east line of the Walsh Ranches Limited Partnership tract, a distance of 51.47 feet to a point for corner; THENCE South 00030'37" East, a distance of 970.98 feet to a point for corner; THENCE South 00a53'47" East, a distance of 98.03 feet to a point for corner; THENCE South 00*17'01" West, a distance of 465.02 feet to a point for corner; THENCE South 89a43'58" East, a distance of 49.85 feet to a point for corner in the said east line of the Walsh Ranches Limited Partnership tract; THENCE South 00*16'17" West, along the said east line of the Walsh Ranches Limited Partnership tract, a distance of 24.35 feet to a point for corner; THENCE South 86*11'52" West, departing the said east line of the Walsh Ranches Limited Partnership tract, a distance of 49.98 feet to a point for corner; THENCE South 00*17'01" West, a distance of 138.18 feet to a point for corner; THENCE North 89°42'59" West, a distance of 220.32 feet to a point for corner; THENCE South 00'17'01" West, a distance of 189.41 feet to the POINT OF BEGINNING and containing 248,709 square feet or 5.7096 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. • 61171,/7, z P��Go Ts MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL :.......................:... LAND SURVEYOR NO. 6558 MICHAEL CLEO BILLINGSLE` 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS UN CHERRY STREET, ', ,0 6558 v•' Kimlav*Horn UNIT 11 SUITE 1300 �P: FORT WORTH, TEXAS 76102 '�,y . F E S S��. • v 0 601 Chaffy Stmat, Unit 11, # 1300 Tel. No. (817) 336 8511 Fort worth, Texas 76102 FIRM #IW94040 www.Wmloyhom.com PH. 817-335-6511 S Scale I Down by Che ad b Dale ed No. michael.billingsley@kimley-horn.com NIA CRG MCB 4/142022 os101B3B0 2OF6 HOPPER, BRADIN 11/29/2022 4:61 PM K:1FTWSURVEY1061018380-WSII136-INCH WL%DWG1EASEMENTbt081018380- III 36-INCH _EX PER ENT WATER NDRECLAIME[ShaatNo. WATER D222286328 Page 9 of 12 EXHIBIT B MATCH LINE (SEE SHEET 4) N I LOT 1 R, BLOCK 1 WASTE MANAGEMENT O1 I ADDITION NORTH (INST. NO. D209152298) N \ N 0 100 200 WEST SIDE SANITARY z \ LANDFILL, INC. (VOL, 6477, PG. 335) GRAPHIC SCALE IN FEET 25' PERMANENT WATER JAMES C. JOHNSON SURVEY- LINE EASEMENT AREA (INST. NO. D214047387) 00 ) � ABST NO. 871 — — — — — — — — — — — — — — — —�� — JONATHANBURLESONSURVEY- — --------- ------ - ABST. NO.78 - CV to o \ WALSH RANCHES LIMITED PARTNERSHIP ,W (VOL. 12624, PG. 92) w LEGENDCD — 50' WIDE PERMANENT P.O.C. = POINT OF COMMENCING WATER AND \ P.O.B. = POINT OF BEGINNING RECLAIMED WATER Z \ WASTE MAN GEMENT OF IRF =IRON ROD FOUND IRFC = IRON ROD W/ CAP FOUND LINE EASEMENT \ TEXAS, INC. (VOL. 12208, PG. 2281) BDF = BRASS DISK FOUND 5.7096 ACRES CMF = CONCRETE MONUMENT FOUND 248,709 SQ. FT. �\ L2 L23 20' SOUTHWESTERN GAS L6 — PIPELINE, INC. NATURAL GAS L2 _ �— L7 PIPELINE EASEMENT Ly 50' ATMOS ENERGY (INST. NO. D207432986) "' CORPORATION NATURAL GAS PIPELINE EASEMENT \ L 6 Y I 50' BARNETT GATHERING, (INST. NO. D213174809) \ I LP PIPELINE EASEMENT I I (INST. NO. D212068611) - '_-----------� / CMF BDF — — — — — — — — — — --- _ TXDOTR.O.W., L3 L2 INTERSTATE HIGHWAY 30 P.O.C. NOTES (A VARIABLE WIDTH RIGHT-OF-WAY) P.O.B. Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract. �i 13.A z ��P��o � 1 MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL :.......................:... LAND SURVEYOR NO.6558 MICHAEL CLEO BILLINGSLEI 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS 801 CHERRY STREET, "' ` """"" ........." UNIT 11 SUITE 1300 ,off 6558 Qv:' Kimlev)))Horn FORT WORTH, TEXAS 76102 9y �FE S S��Ga tO� 801 Chang street, unit 11, 0 13001 Tel. No. (817) 335.6511 P H. 817-335-6511 gU R v ` Fort worth, Texas 76102 FIRM M 10194040 www.ldmley-hom.com Scale Drewn bV C ecked b Dale P ad No. Sheet o. michael.billingsley@kimley-horn.com V-200• CRG MCB 4114n022 oe1018380 30F8 HOPPER, BRADIN 11129/2022 4:51 PM K:1FT1N SURVEY1061018380-WSIII 38-INCH MADWG%EASEMENTS%061018380- 511136-INCH EX PERMA ENT WATER(ND RECLAIMS WATER D222286328 Page 10 of 12 EXHIBIT B MATCH LINE (SEE SHEET 5) tttttttttttt. II. NORTH to " W) 0 100 200 W 0 v Xrn � GRAPHIC SCALE IN FEET Z \ C) WALSH RANCHES LIMITED CALLED 188.244 ACRES \ WEST SIDE SANITARY LAND PARTNERSHIP I (VOL. 12624, PG. 92) FILL, INC.(VOL. 6477, PG. 335) 0\ \SO°37'15"W \ 272.49' J � n � 50' BARNETT GATHERING, \ LP PIPELINE EASEMENT— \ i °' (INST. NO. D212068611) vb I y 0 v, 2 — — .._ — — — — — — — — — — —.— — — -- — O to L20 Z b — — — — — — — — — — — — — — — — — — A CIS 50' WIDE PERMANENTS \ z WATER AND RECLAIMED -J` o WATER LINE EASEMENT \ 5.7096 ACRES 248,709 SQ. FT. 50' BARNETT GATHERING, \- LP PIPELINE EASEMENT \ (INST. NO. D212068611) \ ci LOT 1 R, BLOCK 1 WASTE MANAGEMENT ADDITION cy) I (INST. NO. D209152298) WEST SIDE SANITARY \ LANDFILL, INC. \ (VOL. 6477, PG, 335) MATCH LINE (SEE SHEET 3) 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON ABSTRACT NO. 78 CITY OF FORT WORTH LEGEND TARRANT COUNTY, TEXAS P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING Kimlev)))Horn IRF =IRON ROD FOUND IRFC = IRON ROD W/ CAP FOUND 801 Cherry StreeL Unit 11, 4 1300 AT Tel. No. (817) 335-6511 BDF = BRASS DISK FOUND Fort Worth, Texas 76102 FIRM# 10194040 www.klmley-nom.00m CMF= CONCRETE MONUMENT FOUND stela I Drawnbv IC pg4g � ProlectNo• � s e1'= 2ao' CRG 4/14f1022 061018380 4 OF8 HOPPER, BRADIN 1 M912022 4:61 PM K:1FTW SURVEYW61018380-WSIII 38-INCH MDMEASEMENTS,061018380- III 36-INCH_ENT WATER ND RECLAIM D WATER D222286328 Page 11 of 12 EXHIBIT B MATCH LINE (SEE SHEET 6) �I NOR7H \ 100 200 0 GRAPHIC SCALE IN FEET 0)\ . W LINE TABLE LINE TABLE m NO. BEARING LENGTH NO. BEARING LENGTH Z Li N83 56 25 E 100.68 L21 S00 53'47"E 98.03' \ L2 S89°34'48'W 181.82' L22 S89°43'5B"E 49.85' L3 S89°34'48'W 50.00' L23 S00°16'17'W 24.35' L4 N00°17'01 "E 240.03' L24 S86°1 T52"W 49.98' \ L17 L5 S89°42'59"E 100.00' L25 S00°17'01'UV 136.18' —' \ L6 N00°17'01"E 23.89' L26 N89°42'59'W 220.32' L7 N86°11'52"E 120.63' L27 S00°17'01"W 189.41' a e0 L8 N00°53'47"W 97.70' L9 N45°07'1VE 74.10' co L10 N00°37'15"E 196.48' 0' C3 4. CALLED 188.244 ACRES L11 N01°21'11"E 201,51' WALSH RANCHES LIMITED " cr) WEST SIDE SANITARY LAND L12 N00°23'11"E 92,45 PARTNERSHIP wI FILL, INC. (VOL. 12624, PG. 92) \ ti (VOL. 6477, PG. 335) � r L13 NO2°05'12"E 201.47' ���± L14 N43°54'39"W 32.74' z �� L15 N01°19'24"E 66.54' ri\ta L16 N89°52'21"E 73.26, 50' WIDE PERMANENT L17 S02°05'12"W 201.06' WATER AND r RECLAIMED WATER L18 Soo°23'1VW 92.04' LINE EASEMENT L19 S01 °21'1 VW 201.45' 5.7096 ACRES 0 0 L20 N89°47'52"W 59248,709 SQ. FT. .47' \ 50' WIDE PERMANENT WATER AND MATCH LINE (SEE SHEET 4) RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON ABSTRACT NO. 78 CITY OF FORT WORTH LEGEND TARRANT COUNTY, TEXAS P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING Kimlev)))Horn IRF =IRON ROD FOUND IRFC = IRON ROD W/ CAP FOUND 801 Cherry Street. unit 11, 0 1300 Tel. No. (817) 33"511 BDF = BRASS DISK FOUND Fort Worth, Texas 76102 FIRM a 10194040 www.l mley-hom.00m CMF=CONCRETE MONUMENT FOUND state I Rnawnby j0C:CLedb, Date � OUNo� ae1"- 200' yrJi CRG B 4114/2022 08f0183110 5 OF 8HOPPER, BRADIN 11/29/2022 4:51 PM K'TTW SURVEY1061018380-WSIII 36-INCH WLIDWGIEASEMENTS'r061018380- SIII36-INCH_EX PER ENT WATER D RECLAIME WATER D222286328 Page 12 of 12 EXHIBIT B I ' NORTH O 100 200 GRAPHIC SCALE IN FEET � 1 1 1 1 1 1 1` 1 {. WASTE MANAGEMENT OF TEXAS, INC. , PERMANENT SEWER & (VOL, 12208, PG. 2281) �` —RECLAIMED WATER EASEMENT 1 (INST. NO. D205071423) PERMANENT SEWER & — RECLAIMED WATER EASEMENT — (INST. NO. D205261146) 1 1 L16 ` — — — — — — \ ---- - — — — . 589°24'39"E 860.93 I 1" IRF 1/2" IRFC L14 ; "AREA SURVEYING" \ 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT \ 5.7096 ACRES \ 2 248,709 SQ. FT. �N WALSH RANCHES LIMITED PARTNERSHIP \ (VOL. 12624, PG. 92) CALLED 188.244 ACRES WEST SIDE SANITARY LAND FILL, INC. (VOL. 6477, PG. 335) MATCH LINE (SEE SHEET 5) 50' WIDE PERMANENT WATER AND RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON ABSTRACT NO. 78 CITY OF FORT WORTH LEGEND TARRANT COUNTY, TEXAS P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING Kimlev)))Horn IRF =IRON ROD FOUND IRFC = IRON ROD W/ CAP FOUND sot Cherry street Un011, 81300 Tel. No. (" 33"511 BDF = BRASS DISK FOUND Fort worn, Texea 7etoz FIRM s to1s4o4o www.klmley-homloom CMF = CONCRETE MONUMENT FOUND Scale I Drawn by I Checked b Proied No. I Sheol. 1"= 200' y I� CRG MCB 4/142022 061016380 s OF e HOPPER, BRADIN 11/2912022 4:51 PM K:IFTW SURVEY1061018380-WSIII 36-INCH WLIDWGIEASEMENTS1061018380- III 36-INCH EX PER ENTWATER D RECLAIME WATER D224182683 10/11/2024 04:20 PM Page: 1 of 17 Fee: $84.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records o,� MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102688 Westside III Water Transmission Main Parcel No. 1 PE, Tract 1 & 2 12501 Camp Bowie West Blvd. Jonathan Burleson Survey, Abstract 78 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH WATER FACILITY EASEMENT DATE: C/dwe-,, � � ' d GRANTOR: CAMP BOWIE WEST HOLDINGS F, LLC, A TEXAS LIMITED LIABILITY COMPANY GRANTOR'S MAILING ADDRESS (including County): 757 8T" AVENUE FORT WORTH, TARRANT, TX 76104-2552 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a 3.0445 acre tract of land and a 0.0321 tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, Tarrant County, Texas; said tracts being more particularly described in the attached Exhibits "A" and "B" and said tracts hereafter referred to collectively as "Easement Property." Water Facility Easement D224182683 Page 2 of 17 Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys, to Grantee, its successors and assigns, a permanent easement for the construction, operation, maintenance, replacement, upgrade, and repair of a single Water Main Facility, hereafter referred to as "Facility", for the benefit of the public, within the Easement Property. The Facility shall be limited to a single water pipeline for the transportation of water. The Facility includes all incidental and above ground appurtenances, attachments, equipment, manholes, manhole vents, valves, water meters, junction boxes in, upon, under and across a portion of the Easement Property, more fully described in Exhibits "A" and "B," attached hereto and incorporated herein, together with the right and privilege to enter the Easement Property, or any part thereof, subject to the terms of this Easement, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. As initially installed, the depth of the pipeline shall be no less than sixty inches (60") from the surface to the top of the pipe. The Easement Property shall not exceed a width of forty feet (40').The pipeline shall be limited to the transportation of water and shall not exceed a diameter of more than forty-two inches (42"). Grantee shall make every reasonable effort to install and construct the Facility as close as possible to the eastern boundary line of the Easement Property. Grantee shall be responsible to Grantor, its heirs, successors, assigns, or lessees, for any road damage caused by its use of Grantor's roads located within the Easement Property. Within sixty (60) days after completion of construction of the Facility, Grantee shall cause its contractors to restore the roads to their original condition, to Grantor's sole, but reasonable satisfaction, and at no cost to Grantor. This grant and conveyance of this easement does not include the right to carry onto the Easement Property or any other property owned by Grantor, firearms, fishing equipment, or other recreational equipment, or guns, alcohol, dogs or hazardous substances (other than those hazardous substances necessary to further the rights herein granted) or the right to enter Grantor's property, except for the Easement Property. The Grantee shall have the right to carry onto the Easement Property or any other property owned by Grantor only the equipment necessary for construction, operation, maintenance, replacement, upgrade, and repair of the Facility. Grantee shall keep all access routes free and clear of trash, litter and debris, and Grantee shall not store personal property on the Easement Property. Grantor, its heirs, successors, and assigns reserve the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted. Grantor, its heirs, successors, and assigns reserves all right, title and interest in and to all sulfur, oil, gas, and other minerals in, on or under the Easement Property and elsewhere, including all rights to produce, extract, develop, oil, gas, and other minerals (whether by law classified as part of the mineral estate or the surface estate) provided, however, that operations for exploration or capture of any such sulfur, oil, gas, or other minerals shall be permissible so long as none of such operations shall be conducted so as to substantially interfere with Grantee's permitted uses in the Easement Property. Grantor, its heirs, successors, and assigns retains all right, title and interest in and to all underground water, percolating water, artesian water, and any other water from any and all depths and reservoirs, formations, depths and horizons beneath the surface of the Easement Property ("Grantor's Groundwater Rights"), including all existing permits, and contracts, if any, related to or pertaining to the Grantor's Groundwater Rights provided, however, that operations for exploration or capture of any such groundwater shall be permissible so long as none of such operations shall be conducted so as to substantially interfere with Grantee's permitted uses in the Easement Property. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights -of -way and prescriptive rights, Water Fadlity Easement D224182683 Page 3 of 17 reservations, any discrepancies, conflicts, or shortages in area or boundary lines; any encroachments or overlapping of improvements, surface agricultural and grazing uses or leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners or interest holders in any fences, structures or any other physical or natural feature situated on a common boundary. Grantee shall not permit any lien by any mechanic, laborer, or supplier to be filed against the Easement Property, Grantor's property, or any part thereof, arising out of work performed or materials supplied by, or at the direction of, or on behalf of Grantee, any Grantee contractor, or their respective officers, agents, employees or representatives or otherwise arising from the acts or omissions of the above -mentioned parties. If any such lien is filed, Grantee shall immediately give notice to Grantor thereof and cause such lien to be released of record. Additionally, this grant and conveyance is further made subject to: i) Insurance. During the course of any operations or use under this Easement, Grantee shall require all of Grantee's agents or contractors and subcontractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations and use on the property of Grantor in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing Grantor an additional insured under such policies and providing Grantorwith the policy. Prior to commencement of operations or use of the Facility, Grantee's contractors operating on the Easement Property shall include Grantor as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance, and automobile liability insurance policies required by Grantee and shall include a waiver of subrogation on the contractor's workers' compensation insurance policy. ii) Damage Claims. During the course of any operations or use under this Easement by Grantee's contactors, Grantee shall require all of Grantee's contractors to indemnify, hold harmless and defend at their own expense, Grantor and, including but not limited to, Grantor's heirs, successors, assigns, officers, directors, partners, members, managers, employees, agents, representatives, affiliates, tenants, invitees, contractors, successors, interest holders (collectively, the "Grantor Parties"), from and against (a) all claims or suits for property loss, property damage, and personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed in the installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such Grantor Parties, and loss or destruction of Grantor Parties' property arising from the performance of any of the terms and conditions of this Easement. The initial consideration given under this Easement does not include damages arising from Grantee's repair, maintenance, inspection, replacement, operation, or removal of the Facility from and after the initial construction and installation. Grantor has the right to, without limitation to any other damages or remedies whether in law or equity, monetary damages from Grantee arising from any of Grantee's actions on the Easement Property or other property owned by Grantor, including, but not limited to, the repair, maintenance, inspection, replacement, operation, or removal of the Facility after its initial construction and installation. Grantee shall promptly take all necessary remedial action at its sole Water Facility Easement D224182683 Page 4 of 17 cost and expense and promptly pay Grantor for any and all such other damages caused by Grantee. Grantee shall be responsible for any and all damages to persons or property caused by operation of the Facility, or the exercise of any rights granted hereunder to Grantee. To the extent permitted by Texas law and without waiving its sovereign immunity, Grantee agrees to indemnify, protect and hold harmless Grantor, its successors and assigns (collectively "Indemnitees") of and from any and all claims, demands, causes of action, damages, liabilities and costs (including, but not limited to reasonable attorney's fees, reasonable expert's fees and court costs) ("Costs"), arising out of injury to persons (including death), injury or damage to or loss of any property (real or personal) or improvements, remedial obligations required by applicable law, or violations of applicable law caused by Grantee, its agents, employees, servants, contractors, authorized parties. Nothing contained herein shall ever be construed so as to require the Grantee to assess, levy and collect any tax to fund its obligations under this Easement. Article XI Section 5 of the Texas Constitution provides that a city is prohibited from creating a debt unless the city levies and collects a sufficient tax to pay the interest on the debt and provides a sinking fund. The Grantee has not and will not create a sinking fund or collect any tax to pay any obligation created under this Easement. iii) Notice of Entry by Grantee. Prior to the initial entry on the Easement Property by Grantee or any of Grantee's contractors, agents or associated parties, Grantee shall, except in the event of an emergency, ensure written notice of entry is provided to Grantor, or to any party Grantor so designates, at least fifteen (15) calendar days before entry on to the Easement Property. Such notice shall include copies of all blueprints and plans related to such activity, specifying duration and scope of activity, date and time of entry, parties entering, the contact name and telephone number of the individual directing the activity, and timetables for construction, installation, repairs or other activity. Any subsequent, material changes to the aforementioned shall be made in writing to Grantor with (5) business days' advance notice. Should entry be needed for emergency purposes, the information will be provided to Grantor within a reasonable time from entry. iv) Permitted Route of Ingress and Egress. Grantee or its agents, contractors or associated parties' route of ingress and egress to the Easement Property is limited to a single route through a portion of the current public road along the north side of the Grantor's property that is directly in front of the Easement Property and depicted in Exhibit A hereto. Before the gate is installed for the abovementioned route of ingress and egress or in the case of future limitations to this route, Grantee shall coordinate with Grantor a route of ingress and egress in order to minimize the impact to Grantor's property, such alternative route being subject to Grantor's written permission. v) Surface and Subsurface Crossings of Easement Property. Grantor reserves the right, and Grantee hereby consents and agrees, that Grantor, its heirs, successors, assigns, lessees, or authorized parties may construct and maintain one or more concrete, asphalt, gravel or other improved driveways, roads, streets, parking areas, trails, sidewalks, pads, railways, private storm drainage laterals and facilities, electrical lines, telephone lines, gas distribution lines, irrigation or other water lines, pipelines and other private or third -party utilities, or any other Water Facility Easement D224182683 Page 5 of 17 installation (collectively, the "Permitted Crossings") across the Easement Property; provided, however, (a) that the Permitted Crossing does not unreasonably interfere in any material way with the operation and maintenance of the Facility, (b) that Grantor, its heirs, successors, assigns, lessees or authorized parties has submitted plans for any Permitted Crossing within the Easement Property to Grantee for approval through Grantee's encroachment process, which approval will not be unreasonably delayed, conditioned or withheld, (c) that any Permitted Crossing will be constructed with separations and protective measures determined solely and reasonably by Grantee to be sufficient to protect the Facility. vi) Fences and Landscaping within Easement Property. Notwithstanding the conditions set forth in section v, Grantor, its heirs, successors, assigns, lessees, or authorized parties may (a) build and maintain fences, driveways, roads, and parking lots (unless the construction of such improvements requires a building permit, in which case Grantor must first obtain written consent for such improvement from Grantee) within the Easement Property, and (b) landscape the surface of the Easement Property, but shall not have the right to plant trees or place hardscape (such as fountains, walls, or retaining walls) on the surface of the Easement Property without first obtaining the prior written consent for such trees or hardscape from Grantee. Grantee shall reimburse Grantor for any damages caused by Grantee to any landscaping installed on the Easement Property as permitted herein. The fences, landscaping driveways, roads, and parking lots must not restrict Grantee's access to the Easement Property or unreasonably interfere in any material way with the operation and maintenance of the Facility. vii) Fencing of Activity Performed in the Easement Property, Gates, and Grantor Access. Grantee shall ensure that all activities for the construction, installation, repair, upgrade, removal, replacement or maintenance of the Facility be performed in compliance with all applicable and prevailing rules, regulations, and authority, including, but not limited to, permitting requirements at Grantee's sole cost and expense. Additionally, unless required otherwise by applicable authority, all such work shall be conducted in fenced -in areas within the Easement Property at Grantee's sole cost and expense. Grantee shall ensure that two (2) vehicular swinging gates are installed along the temporary fencing and the location of such gates shall be coordinated with Grantor and approved in writing by Grantor prior to the commencement of activity. Fences and gates must be kept secure and locked to prevent unauthorized entry. Arrangement for, installation, maintenance, removal of the fence(s) and gates and other costs or damages arising from the fence(s) and gates shall be the responsibility of Grantee. Grantor and other parties appointed by Grantor shall have a right of ingress and egress through the fenced and gated areas as reasonably necessary so as not to impair their use and access of Grantor's property. The fences shall be five strand barbed wire or fencing of similar quality and construction to fences located on Grantor's property. Upon completion of the Grantee's necessary activity, the fence(s) and gates shall be promptly removed by Grantee upon Grantor's written consent and restored to their original condition. During the period of initial construction and installation of the Facility, and during the period of any subsequent alteration, repair, replacement, removal or other permitted use of the Facility, Grantee shall leave or arrange for reasonable crossings over and across said Easement Property for any vehicles or equipment of Grantor, its tenants, lessees, successors, or assigns. During the period of initial construction and installation of the Facility, and during the period of any subsequent Water Facility Easement D224182683 Page 6 of 17 alteration, repair, replacement, removal or other permitted use of the Facility, Grantee shall assure the right of passage and access to the Grantor, occupants, tenants, lessees, visitors, pedestrians, and other licensees and leave or arrange for reasonable crossings over and across said Easement Property for any vehicles or equipment of Grantor, its tenants, lessees, successors, or assigns, provided that such passage and access does not materially interfere with the construction and installation of the Facility or the subsequent alteration, repair, replacement, removal or other permitted use of the Facility. Grantee shall have no right to cut any fence surrounding or located on Grantor's property, without Grantor's prior written consent, which shall not be unreasonably withheld, conditioned, or delated. In the event of Grantor's prior written consent is obtained, it is agreed that prior to cutting any such fence, Grantee shall brace, at Grantee's sole cost, the existing fence adequately and to the sole but reasonable satisfaction of Grantor or Grantor's agent, on each side of the proposed cut, and shall procure the approval of Grantor, or Grantor's agent, of such bracing prior to cutting such fence, the posts to be properly braced with horizontal braces, and wired so that when the fence is cut there will be no slackening of the wires. Grantee shall not maintain any openings in Grantor's fence without Grantor prior written consent. viii) Restoration of Surface. Within six (6) months of Substantial Completion of the initial installation of the Facility by Grantee or within thirty (30) days of any subsequent exercise by Grantee of its rights granted in this Easement, Grantee shall, at its sole cost and expense, restore the Easement Property or any areas affected to substantially the same condition in which it existed prior to undertaking any such operations or activities, free of defects or hazardous conditions, at no cost to Grantor. Expressly including without limitation, Grantee shall restore the surface, including and not limited to, ensuring no permanent mounds, ridges, sinks, or trenches exist; the removal of rocks, the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and establishment of natural grasses, soil, or other landscaping and the repair, reconstruction, or replacement of fences, cross braces and cattle guards, sidewalks, driveways, roads or other surface improvements located upon or adjacent to the Easement Property or elsewhere that may have been removed, relocated, altered, damaged or destroyed as a result of Grantee's operation of the Easement. Grantee shall at its sole cost and expense maintain the Easement Property to minimize erosion. Upon completion and acceptance of the Facility by Grantee or any subsequent exercise by Grantee of its rights granted in this Easement, the Easement Property or any areas affected as result of Grantee's or Grantee's authorized parties' use of the Easement, shall be left in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. Grantor shall also have the right to modify grades over the Easement Property by lowering pre-existing grades up to one foot or raising pre-existing grades up to three feet, provided that Grantor provides Grantee with prior notice of such grade modification through Grantee's encroachment process and Grantee approves such grade modification, which approval will not be unreasonably delayed, conditioned or withheld In all cases where Grantor has submitted plans to modify grades over the Easement Property, Grantor shall provide, at Grantor's sole expense, additional protection of modifications on the Easement Property on a case -by -case basis as determined by Grantee. For purposes of this section viii, Substantial Completion shall mean the completion of the Facility, including its appurtenances, and the completion of satisfactory quality and pressure testing. The Grantee shall be solely Water Facility Easement D224182683 Page 7 of 17 liable for any damage or injury caused to the Grantee or any third party as a result of Grantee's work pursuant to this provision. ix) Double Ditch Method. Grantee shall implement the double ditch method to all areas where disturbed. Double ditch shall mean the removal of topsoil from the excavated trench, separated from the subsoil, and returned to the trench with subsoil returned to trench and topsoil returned to the top of the trench/subsoil. Topsoil and subsoil will not be mixed during construction or disturbance of the Easement. x) Relocation of Facility_ Grantor, at its sole expense, shall have the right to relocate any Facility installed pursuant to this Easement provided that: (i) the Facility's level of service remains unaffected by such relocation process and after the completion of relocation; and (ii) Grantee approves in writing of the of plans for the relocated Facility (including plans for mitigation of risk during such relocation), Grantee's approval not to be unreasonably delayed, conditioned or withheld. xi) Delay of Initial Construction Commencement and Termination of Easement. If Grantee does not commence initial construction of the Facility within forty-eight (48) months from the date that this Easement is recorded, then this Easement shall immediately and automatically terminate, fully revert back to Grantor, and Grantee shall vacate and release this Easement. However, Grantee shall be able to extend the forty-eight (48) month deadline to commence construction by one additional period of twelve (12) months upon payment to Grantor in the amount of Twenty - Two Thousand Five Hundred Dollars and 00/100 ($22,500.00). xii) Duration of Initial Facility Construction. Once initial construction of the Facility has commenced on the Easement Property, Grantee will use its best efforts to finish the installation of the Facility within eighteen (18) months and, upon completion, promptly restore the Easement Property and any affected areas to their original condition as set forth herein. xiii) As Built Alignment. Within a reasonable time but no later than thirty (30) days, following completion of the Facility or any subsequent alterations to the Easement Property, Grantee will provide to Grantor an "as built" alignment showing the location of the Facility or other alterations made to the Easement Property. xiv) Release of Easement from Nonuse. In the event that the Facility is not used by Grantee for one hundred and twenty (120) consecutive months after construction of the Facility and its acceptance by Grantee, this Easement shall automatically terminate and Grantee shall vacate and release this Easement. Use under this paragraph includes construction, operation, maintenance, replacement, upgrading, and repair. Grantee shall supply evidence of use to Grantor upon request. Upon release of this Easement, Grantee shall, at the request of Grantor and at Grantee's sole cost and expense, remove any or all of the Facility and restore the Easement Property to substantially the same condition that existed prior to construction and restore any subsequent improvements, to the extent permitted herein, made by Grantor or Grantor's assigns, successors, agents, that exist at the time of Facility removal. Grantee shall complete the removal and restoration within six (6) months from Grantor's request. Water Facility Easement D224182683 Page 8 of 17 xv) Assignment. Grantee may not assign all or any part of the rights granted herein in the absence of Grantor's written consent, which may be withheld for any reason whatsoever. Further, in accordance with section v, Grantor reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as Grantor deems appropriate which do not interfere with the use of the Facility by Grantee for the purposes set forth herein. xvi) Severability; Construction. If any provision in this Easement agreement is for any reason unenforceable, to the extent the unenforceability does not destroy the basis of the bargain among the parties, the unenforceability will not affect any other provision of this Easement agreement, and this Easement agreement will be construed as if the unenforceable provision had never been a part of it. Whenever context requires, the singular will include the plural and vice versa. Article and section headings in this Easement agreement are for reference only and are not intended to restrict or define the text of any section. xvii) Right to Repurchase and Request for Information. Grantor and Grantee acknowledge and agree that Grantor's conveyance and Grantee's acquisition of this Easement is through Grantee's exercise of eminent domain. In addition to the rights of Grantor under this Easement and without limitation to any other rights afforded to Grantor in law or equity, upon the occurrence of any event described in Section 21.101, Texas Property Code, the Grantor or the Grantor's heirs, successors, or assigns, are entitled to repurchase the Easement Property or other property as provided in that section with such repurchase price as set forth in Section 21.023(2) of the Texas Property Code and/or request from Grantee certain information relating to the use of the Easement Property and any actual progress made toward that use for which the Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. xviii) Release. At any time following the cessation of the rights set forth herein and/or termination of this Easement, Grantee agrees to, upon request of the Grantor, duly exercise and deliver, without charge, to Grantor, a termination or release (properly executed, acknowledged and in recordable form) of this Easement. xix) Compliance with law. Notwithstanding anything contained herein to the contrary, the Grantee is solely responsible to abide by prevailing and relevant laws, rules and regulations. In the event any method or terms contained herein is contrary to the prevailing rules and regulations, it is the Grantee's responsibility to promptly notify the Grantor in writing. The Grantor is not responsible for any terms contained herein that may be contrary or in conflict with the relevant provisions of law. xx) Notices. Unless notified in writing of a different address, notices to Grantor shall be sent to: Michael Nazarian, Rachel Nazarian, and Rebekah Nazarian 757 8th Avenue Fort Worth, Texas 76104-2552 Water Facility Easement D224182683 Page 9 of 17 and notices to Grantee shall be sent to: City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 Attn: Telephone: Fax: The terms of this Easement are binding on the parties hereto and their successors and assigns_ IT IS DISTINCTLY UNDERSTOOD AND AGREED THAT GRANTOR HAS NOT MADE, DOES NOT MAKE, AND SPECIFICALLY DISCLAIMS ANY WARRANTIES, REPRESENTATIONS, PROMISES, COVENANTS, AGREEMENTS, OR GUARANTIES OF ANY KIND OR CHARACTER, WHETHER EXPRESS, IMPLIED, STATUTORY, ORAL OR WRITTEN, OR OTHERWISE, PAST, PRESENT OR FUTURE, TO GRANTEE WITH RESPECT TO THE EASEMENT PROPERTY OR ABUTTING OR SURROUNDING PROPERTY, OR GRANTOR'S PROPERTY, INCLUDING BUT NOT LIMITED TO WARRANTIES OR REPRESENTATIONS AS TO MATTERS OF TITLE, PHYSICIAL OR ENVIRONMENTAL CONDITIONS, WETLANDS, ENDANGERED SPECIES, RESTRICTIONS DUE TO LANDMARK DESIGNATIONS, AVAILABILITY OF ACCESS, INGRESS OR EGRESS, VALUATION, GOVERNMENTAL APPROVALS, GOVERNMENTAL REGULATIONS, HISTORICAL DESIGNATIONS, ARCHEOLOGICAL SIGNIFICANCE , COVENANTS SET FORTH IN TEX. PROP. CODE ANN. §5.023 OR ANY OTHER MATTER OR THINGS RELATING TO OR AFFECTING THE EASEMENT PROPERTY, OR ABUTTING OR SURROUNDING PROPERTY, OR GRANTOR'S PROPERTY. GRANTEE ACKNOWLEDGES THAT GRANTEE, HAVING BEEN GIVEN THE OPPORTUNITY OF INSPECTION, IS RELYING SOLELY ON ITS OWN INSPECTION AND INVESTIGATION AND GRANTEE AGREES THAT IT HAS NOT RELIED UPON AND WILL NOT RELY UPON, EITHER DIRECTLY OR INDIRECTLY, ANY INFORMATION PROVIDED OR TO BE PROVIDED BY OR ON BEHALF OF GRANTOR OR ANY STATEMENT, ASSERTION, NON -ASSERTION, REPRESENTATION OR WARRANTY MADE BY OR ON BEHALF OF GRANTOR OR ITS OFFICERS, AGENTS OR REPRESENTATIVES_ GRANTEE ACKNOWLEDGES AND AGREES THAT GRATOR IS TRANSFERRING AND GRANTING THE EASEMENT TO GRANTEE AND GRANTEE IS ACCEPTING SAID EASEMENTS IN ITS "AS IS, WHERE IS, AND WITH ALL FAULTS" CONDITION WITH ALL FAULTS AND DEFECTS, LATENT AND PATENT. TO HAVE AND TO HOLD the above -described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. Water Facility Easement D224182683 Page 10 of 17 GRANTOR: CAMP BOWIE WEST HOLDINGS F, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER MICHAEL N R N, TRUSTEE RACHEL NAZARIAN, TRUSTEE REBEKAH NAZARIAN, TRUSTEE ACKNOWLEDGEMENT STATE OF \1�§ COUNTY OFJ,^-7—§ BEFORE ME, the undersigned authority, a Notary Public i and for the State of Texas, on this day personally appeared ��'Ja/Lcri.� <44'�.u,-known to me to be the same person whose name is subscribed to the foregoHg instrument, and acknowledged to me that the same was the act of MIJ /-/ C, LLC— and that he/she executed the same as the act of said Z-&�-- for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 d � i e LOO NN E S KEITH Nota Public in and for the State of Texas Notary Public, State of Texas Comm. Expires 03-31 2a28 Notary1D7377938 Water Facility Easement D224182683 Page 11 of 17 GRANTOR: CAMP BOWIE WEST HOLDINGS F, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER MICHAEL NAZARIAN, TRUSTEE EIRK)CHEL NAZARIAN, TRUSTEE REBEKAH NAZARIAN, TRUSTEE ACKNOWLEDGEMENT STATE OFP"J' 01-k § COUNTY OF F,w orjI § N�w��arK. BEFORE ME, the undersigned authority, a Notary Public in and for the State of Tears, on this day personally appeared 3NIRQA K1gU iAA . 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 'rv- and that he/she executed the same as the act of said 02 o S1d1L for the purposes and consideration therein expressed and in the capacity therein statbd. GIVEN UNDER MY HAND AND SEAL OF OFFICE this QS�ob-(( day of D(' -�w�( , 20 )k t 1n and for the State of Texas BIANCA L. BILLECf NOTARY PUBLIC -STATE OF NEW YORK No. 01 B 16360512 Qualified in Richmond County My Commission Expires 06-19-202§ Water Facility Easement D224182683 Page 12 of 17 GRANTOR: CAMP BOWIE WEST HOLDINGS F, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LMNG TRUST, MANAGING MEMBER MICHAEL NAZARIAN, TRUSTEE RACHEL NAZARIAN, TRUSTEE REBEKAH NAZARIAN, TR ACKNOWLEDGEMENT STATE OF NA til ' COUNTY OFQb-JU§ IJ2uJ y(1L BEFORE ME, the undersig utho 'ty, a Notary Public in and for.the State of ToAas, on this day personally appeared ln2�zf r`cr n known to me to be the same person whose name is su cri f �r�bed to the foregoing instrument, and acknowledged to me that the same was the ac�t o-v_s� and that he/she executed the same as the act of said T-(', )ST for the purposes and consideration therein expressed and in the capacity therein stated. S, --1lIlG�hl,'t4 ka,, GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of r' i 202_4. tary Public in an St to of -Texas_ Ilk` 4'64-1 i� I � BETTSY MORALES Notary Public - State of New York j -No. 01 M0005464 j Qualified in Bronx County l My commission Expires April 12, 2027 i _. D224182683 Page 13 of 17 GRANTEE: City of Fort Worth By (Signature): �6m 1 (Print Name),a DA itle � S�4 rll V APPROVED AS TO FORM AND LEGALITY By (Signature): ���� ✓�� (Print Name) Matthew Murray , TitleAssistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authouty, a. No",Fort or the State of Texas, on this day personally appeared of th, known to me to be: the same person whose name is subscribed to the ft, and acknowledged ,tome that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein: expressed and in the .capacity therein stated, GIVEN UNDER MY HAND AND SEAL OF OFFICE this /Q4G day of 201, OF rrrrrlj�+AJ 1l!l111it`�• &vk - Notary Public in and for a tate of Texas Water Facility Easement D224182683 Page 14 of 17 LEGAL DESCRIPTION PERMANENT WATER EASEMENT BEING a 0.4994 acre (21,753 square foot) tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, City of Fort Worth, Tarrant County, Texas; said tract being part of that tract of land described in Special Warranty Deed to Camp Bowie West Holdings F, LLC recorded in Instrument No. D224122671 of the Official Public Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a concrete monument found in the south right-of-way line of West Freeway (a variable width right-of-way); THENCE along the said south line of West Freeway, the following three (3) calls: North 89'35'17" East, a distance of 195.50 feet to a concrete monument found; North 00'01'17" East, a distance of 19.90 feet to a point; North 89'35'20" East, a distance of 1943.17 feet to a point; THENCE South 00'0719" West, departing the said south line of West Freeway, a distance of 35.00 feet to the POINT OF BEGINNING; said point being in the proposed south line of said West Freeway; THENCE North 89o35'20" East, a distance of 40.00 feet to a point for corner, THENCE South 00'07'21" West, a distance of 61.25 feet to a point for comer; THENCE South 45°00'00" East, a distance of 119.49 feet to a point for comer; THENCE North 90000'00" East, a distance of 114.30 feet to a point for comer; THENCE South 45°00'00" East, a distance of 107.53 feet to a point for comer; THENCE South 00019'04" West, a distance of 141.26 feet to a point for comer; THENCE South 89'35'19" West, a distance of 40.00 feet to a point for corner; THENCE North 00' 19'04" East, a distance of 125.07 feet to a point for corner; THENCE North 45°00'00" West, a distance of 74.27 feet to a point for comer, THENCE North 90000'00" West, a distance of 114.30 feet to a point for comer; THENCE North 45°00'00" West, a distance of 152.68 feet to a point for comer; THENCE North 00'07'19" East, a distance of 77.50 feet to the POINT OF BEGINNING and containing 21,753 square feet or 0.4994 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description_ The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract described. EXHIBIT "A" PERMANENT WATER EASEMENT of JONATHAN BURLESON, g/19/Zq �.-�-,'�sr• 'T•-c�"y ABSTRACT NO. 78 MICHAEL C. BILLINGSLEY CITY OF FORT WORTH REGISTERED PROFESSIONAL *. •••=••'•••••"'••'•"••'-•'=••' TARRANT COUNTY, TEXAS LAND SURVEYOR NO.6558 MICHAELCLEGBILLINGSLEY ....................... .. Kimlev*Horn 801 CHERRY STREET, ` 6558 �,,•' UNIT 11 SUITE 1300 "O,p Q;: FORT WORTH, TEXAS 76102 �,y•�FESS��: yo 801CherryStreetUnit11'#1300 Tel. No. (817) 335-6511 PH. 817-335-6511 S U Rv E Fort warm, Texas 76102 FIRM # 10194040 www.kimley-hom.com Scale Drawn by I Checked by Date Proied N0. Sheet No. michael.billingsley@kimley-horn.com wA cDP MDB 6n9no24 os,o,at IOF2 PADILLA, CAELAN 8129t2024 9:07 AM \\KIMLEY-HORN\CN_FrMFMI SURVEYt061018380-WSIII 364NCH NLtDWG1EASrENTS10610 8380-WSIII 36- NCH WL_W TER ESMT CA P BOWIE WEST HOLDINGS F, LLC.DWG D224182683 Page 15 of 17 LEGEND NORTH P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRSC = 5/8" IRON ROD W/ "KHA" CAP SET 0 100 200 IRF = IRON ROD FOUND CMF = CONCRETE MONUMENT FOUND GRAPHIC SCALE IN FEET WEST FREEWAY C.M. = CONTROLLING MONUMENT (A VARIABLE WIDTH RIGHT-OF-WAY) PROPOSED FUTURE RIGHT-OF-WAY LINE CMF (BY SEPARATE INSTRUMENT) (C.M.)� N89"35'20"E A1943.1T — — - - L2 LN69°35`17"E �N9. 01 iTE P.O. �. J 195.50, J CMF -A (C.M.) 1 �� L5 PERMANENT 16,.I 1 P • O. C • 1 WATER EASEMENT L11 0.4994 ACRES CALLED 8.788 ACRE TRACT CT 2CAMP BOWIE WEST 1,753 SQ. FT. / J HOLDINGS F, LLC J / rn (INST_ NO. D224122671) _ `" LU L8 ¢= LINE TABLE LINE TABLE z :I a 1 0 z COY NO. BEARING LENGTH NO. BEARING LENGTH m I1 y c I o co L1 S00°07'50"W 35.00' L8 S89"35'19'W 40.00' CALLED 99.662 ACRE TRACT z c o z n z or-. Jcy CAMP BOWIE WEST m A L2 N89°35Z'20'E 40.00' L9 N00"19'04'E 125.07' � � c HOLDINGS D, LLC o z L3 S00'07'21"W 61.25' 1-10 N45"00'00"W 74.2T (INST. NO. D224122669) A L4 S45°00'00"E 119.49' L11 N90"00'00'W 114.30' < •I L5 N90°00'00'E 114.30' L12 N45"00'00'W 152.68' TRACT 2 BOURKE C. HARVEY I L6 S45"00'00"E 107.53' L13 N00"07'19"E 77.50' (INST. NO. D218093312) L7 S00°19'04"W 141.26' NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that the plat of survey accurately sets out EXHIBIT "A" the metes and bounds of the easement tract. PERMANENT WATER EASEMENT �Ix� OF TF, JONATHAN BURLESON, $ �� 2 y �Q =•- •••ST�y ABSTRACT NO. 78 `MICHAEL C. BILLINGSLEY F. �•••.'� CITY OF FORT WORTH 7� REGISTERED PROFESSIONAL ...........................c... TARRANT COUNTY, TEXAS LAND SURVEYOR NO.6558 MICHAEL CLEO BILLINGSLEY 801 CHERRY STREET, ........����'������"••'••' UNIT 11 SUITE 1300 ,0 6558 Kimlev)))Horn FORT WORTH, TEXAS 76102 0FESSV��o� 801 Cherry Street Unit 11, # 1300 Tel. No. (817) 335�511 Q % Fort Worth, Texas 76102 FIRM # 10194040 www.ldmley-hom.com PH. 817-335-6511 S U R �1 Scale Drawn by I Checked by I Date PmieG No. Sheet No. michael.billingsley@limley-horn.com 1•=2W CDP I MCB 8129=24 061018380 20F2 PADILLA, CAELAN 8/29/2024 9:07 AM 1UCIMLEY-HORNICN_F rMFTW SURVEYW61018380•WSIII 36-INCH NL%DWG\EAS MENTS\0610 8380-WSIII 3 FJCH WL_W TER ESMT CA P BOWIE WEST HOLDINGS F, LLC.DWG D224182683 Page 16 of 17 LEGAL DESCRIPTION PERMANENT WATER EASEMENT BEING a 0.0321 acre (1,400 square foot) tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, City of Fort Worth, Tarrant County, Texas; said tract being part of that tract of land described in Special Warranty Deed to Camp Bowie West Holdings F, LLC recorded in Instrument No. D224122671 of the Official Public Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a concrete monument found in the south right-of-way line of West Freeway (a variable width right -of -way), - THENCE along the said south line of West Freeway, the following three (3) calls: North 89°35'17" East, a distance of 195.50 feet to a concrete monument found; North 00'01'17" East, a distance of 19.90 feet to a point; North 89°35'20" East, a distance of 1943.17 feet to a point to the POINT OF BEGINNING; said point being in the proposed south line of said West Freeway; THENCE North 89035'20" East, continuing along the said south right-of-way line of West Freeway, a distance of 40.00 feet to a point for corner; THENCE South 00°07'21" West, departing the said south right-of-way line of West Freeway, a distance of 35.00 feet to a point for corner; THENCE South 89°35'20" West, a distance of 40.00 feet to a point for corner; THENCE North 00'0719" East, a distance of 35.00 feet to the POINT OF BEGINNING and containing 1,400 square feet or 0.0321 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract described. MICHAEL C. BILLINGSLEY mnuiJ I r-mED PROFESSIONAL LAND SURVEYOR NO. 6558 801 CHERRY STREET, UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 PH. 817-335-6511 MICHAEL CLEO BILLINGSLEI =. ,0 6558 EXHIBIT "B" PERMANENT WATER EASEMENT JONATHAN BURLESON, ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimley*Horn 801 Cherry Street, Unit 11. # 130Tel. No. (817) 335-6511 FortWorttLTexas 76102 FIRM#10194040 www.kimley-hom.mm Sale I Drawn by I Checked b% Date Project No. Sheet No. michael.billingsley@kimley-horn.com N/A CDP MCB z;.12024 061018380 1OF2 106 PADILLA, CAELAN 8/29/2024 8:39 AM 11KIMLEY-HORNICN_FTWf W SURVEY1018380 Mill 36-INCH I-A-Y3WG\EA$ MENTS\0610 8380-WSIII 3 -INCH WL W TER ESMT 2-CEP BOWIE D224182683 Page 17 of 17 NORTH 0 100 200 GRAPHIC SCALE IN FEET CMF (C.M.) `N89`35'1yT'E� �NO'01'17"E 195.sa 19.90' CMF (C.M.) I - P.O.C.1 LEGEND P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRSC = 5/8" IRON ROD W1 "KHA" CAP SET IRF = IRON ROD FOUND CMF = CONCRETE MONUMENT FOUND C.M. = CONTROLLING MONUMENT NOTES WEST FREEWAY (A VARIABLE VNDTH RIGHT-OF-WAY) P.O.B. PROPOSED FUTURE RIGHT-0FWAY LINE (BY SEPARATE INSTRUMENT) L 1 N89'3520'E ,%l M3.17' — — — v J J PERMANENT L3 WATER EASEMENT 0.0321 ACRES 1,400 SO- FT. I I CALLED 8.788 ACRE TRACT II I CAMP BOWIE WEST HOLDINGS F, LLC I+ (INST. NO. D224122671) = N � � r LU ¢_ lam I6 U, v r Z co IOQ YW I ma 20 o Z LINE TABLE CALLED 99.662 ACRE TRACT a A � - y CAMP BOWIE WEST Z NO. BEARING LENGTH HOLDINGS D, LLC z (INST. NO. D224122669) m z L1 N89'35'20"E 40.00' L2 S00"07'21'W 35.00' TRACT 2 L3 S89'35'209N 40.00' BOURKE C. HARVEY - (INST. NO. D218093312) L4 N00"07'19"E 35.00' Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that the plat of survey accurately sets out EXHIBIT "B" the metes and bounds of the easement tract. PERMANENT WATER EASEMENT �JONATHAN BURLESON, � F-''��-c�-q ABSTRACT NO. 78 MICHAEL C. BILLINGSLEY *:' CITY OF FORT WORTH REGISTERED PROFESSIONAL TARRANT COUNTY, TEXAS LAND SURVEYOR NO.6558 MICHAEL CLEO BILLINGSLEY 801 CHERRY STREET, .......................•.. Kimlev)))Horn UNIT 11 SUITE 1300 =. o� 6558 Pv; FORT WORTH, TEXAS 76102 9 �FE S S�� O 801 Cherry Street, Unit 11. # 1300 It Tel. No. (817) 335-6511 Fort%brth, Texas 76102 FIRM # 10194040 www.kimle"om.com PH. 817-335 6511 S U R v Sale Drawn by I Checked by Date Pled N0. Sheet No. michael.billingsley@kimley-horn.com 1-=2W CDP MCB Z12024 Os, o, 6960 20F2 PADILLA, CAELAN 8/29/2024 8:39 AM \\KIMLEY-HORN\CN-FTMFTW SURVEYWfi10183&YWSIII 38-INCH NLIDWGXW MENTS\0610 8380-WSIII 36- NCH WL W TER ESMT 2-GIMP BOWIE D224182684 10/11/2024 04:20 PM Page: 1 of 17 Fee: $84.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records o,� MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102688 Westside III Water Transmission Main Parcel No. 1 PE, Tract 3 12501 Camp Bowie West Blvd. Jonathan Burleson Survey, Abstract 78 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH WATER FACILITY EASEMENT DATE: GRANTOR: CAMP BOWIE WEST HOLDINGS D, LLC, A TEXAS LIMITED LIABILITY COMPANY GRANTOR'S MAILING ADDRESS (including County): 757 8T" AVENUE FORT WORTH, TARRANT, TX 761C14-2552 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a 3.0445 acre tract of land and a 0.0321 tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, Tarrant County, Texas; said tracts being more particularly described in the attached Exhibits "A" and "B" and said tracts hereafter referred to collectively as "Easement Property." Water Facility Easement D224182684 Page 2 of 17 Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys, to Grantee, its successors and assigns, a permanent easement for the construction, operation, maintenance, replacement, upgrade, and repair of a single Water Main Facility, hereafter referred to as "Facility", for the benefit of the public, within the Easement Property. The Facility shall be limited to a single water pipeline for the transportation of water. The Facility includes all incidental and above ground appurtenances, attachments, equipment, manholes, manhole vents, valves, water meters, junction boxes in, upon, under and across a portion of the Easement Property, more fully described in Exhibits "A" and "B," attached hereto and incorporated herein, together with the right and privilege to enter the Easement Property, or any part thereof, subject to the terms of this Easement, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. As initially installed, the depth of the pipeline shall be no less than sixty inches (60") from the surface to the top of the pipe. The Easement Property shall not exceed a width of forty feet (40').The pipeline shall be limited to the transportation of water and shall not exceed a diameter of more than forty-two inches (42"). Grantee shall make every reasonable effort to install and construct the Facility as close as possible to the eastern boundary line of the Easement Property_ Grantee shall be responsible to Grantor, its heirs, successors, assigns, or lessees, for any road damage caused by its use of Grantor's roads located within the Easement Property. Within sixty (60) days after completion of construction of the Facility, Grantee shall cause its contractors to restore the roads to their original condition, to Grantor's sole, but reasonable satisfaction, and at no cost to Grantor. This grant and conveyance of this easement does not include the right to carry onto the Easement Property or any other property owned by Grantor, firearms, fishing equipment, or other recreational equipment, or guns, alcohol, dogs or hazardous substances (other than those hazardous substances necessary to further the rights herein granted) or the right to enter Grantor's property, except for the Easement Property. The Grantee shall have the right to carry onto the Easement Property or any other property owned by Grantor only the equipment necessary for construction, operation, maintenance, replacement, upgrade, and repair of the Facility. Grantee shall keep all access routes free and clear of trash, litter and debris, and Grantee shall not store personal property on the Easement Property. Grantor, its heirs, successors, and assigns reserve the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted. Grantor, its heirs, successors, and assigns reserves all right, title and interest in and to all sulfur, oil, gas, and other minerals in, on or under the Easement Property and elsewhere, including all rights to produce, extract, develop, oil, gas, and other minerals (whether by law classified as part of the mineral estate or the surface estate) provided, however, that operations for exploration or capture of any such sulfur, oil, gas, or other minerals shall be permissible so long as none of such operations shall be conducted so as to substantially interfere with Grantee's permitted uses in the Easement Property. Grantor, its heirs, successors, and assigns retains all right, title and interest in and to all underground water, percolating water, artesian water, and any other water from any and all depths and reservoirs, formations, depths and horizons beneath the surface of the Easement Property ("Grantor's Groundwater Rights"), including all existing permits, and contracts, if any, related to or pertaining to the Grantor's Groundwater Rights provided, however, that operations for exploration or capture of any such groundwater shall be permissible so long as none of such operations shall be conducted so as to substantially interfere with Grantee's permitted uses in the Easement Property. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights -of -way and prescriptive rights, Water Facility Easement D224182684 Page 3 of 17 reservations, any discrepancies, conflicts, or shortages in area or boundary lines; any encroachments or overlapping of improvements, surface agricultural and grazing uses or leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners or interest holders in any fences, structures or any other physical or natural feature situated on a common boundary. Grantee shall not permit any lien by any mechanic, laborer, or supplier to be filed against the Easement Property, Grantor's property, or any part thereof, arising out of work performed or materials supplied by, or at the direction of, or on behalf of Grantee, any Grantee contractor, or their respective officers, agents, employees or representatives or otherwise arising from the acts or omissions of the above -mentioned parties. If any such lien is filed, Grantee shall immediately give notice to Grantor thereof and cause such lien to be released of record. Additionally, this grant and conveyance is further made subject to: Insurance. During the course of any operations or use under this Easement, Grantee shall require all of Grantee's agents or contractors and subcontractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations and use on the property of Grantor in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing Grantor an additional insured under such policies and providing Grantorwith the policy. Priorto commencement of operations or use of the Facility, Grantee's contractors operating on the Easement Property shall include Grantor as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance, and automobile liability insurance policies required by Grantee and shall include a waiver of subrogation on the contractor's workers' compensation insurance policy. ii) Damage Claims. During the course of any operations or use under this Easement by Grantee's contactors, Grantee shall require all of Grantee's contractors to indemnify, hold harmless and defend at their own expense, Grantor and, including but not limited to, Grantors heirs, successors, assigns, officers, directors, partners, members, managers, employees, agents, representatives, affiliates, tenants, invitees, contractors, successors, interest holders (collectively, the "Grantor Parties"), from and against (a) all claims or suits for property loss, property damage, and personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed in the installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such Grantor Parties, and loss or destruction of Grantor Parties' property arising from the performance of any of the terms and conditions of this Easement_ The initial consideration given under this Easement does not include damages arising from Grantee's repair, maintenance, inspection, replacement, operation, or removal of the Facility from and after the initial construction and installation. Grantor has the right to, without limitation to any other damages or remedies whether in law or equity, monetary damages from Grantee arising from any of Grantee's actions on the Easement Property or other property owned by Grantor, including, but not limited to, the repair, maintenance, inspection, replacement, operation, or removal of the Facility after its initial construction and installation. Grantee shall promptly take all necessary remedial action at its sole Water Facility Easement D224182684 Page 4 of 17 cost and expense and promptly pay Grantor for any and all such other damages caused by Grantee. Grantee shall be responsible for any and all damages to persons or property caused by operation of the Facility, or the exercise of any rights granted hereunder to Grantee. To the extent permitted by Texas law and without waiving its sovereign immunity, Grantee agrees to indemnify, protect and hold harmless Grantor, its successors and assigns (collectively "Indemnitees") of and from any and all claims, demands, causes of action, damages, liabilities and costs (including, but not limited to reasonable attorney's fees, reasonable expert's fees and court costs) ("Costs"), arising out of injury to persons (including death), injury or damage to or loss of any property (real or personal) or improvements, remedial obligations required by applicable law, or violations of applicable law caused by Grantee, its agents, employees, servants, contractors, authorized parties. Nothing contained herein shall ever be construed so as to require the Grantee to assess, levy and collect any tax to fund its obligations under this Easement. Article XI Section 5 of the Texas Constitution provides that a city is prohibited from creating a debt unless the city levies and collects a sufficient tax to pay the interest on the debt and provides a sinking fund. The Grantee has not and will not create a sinking fund or collect any tax to pay any obligation created under this Easement. iii) Notice of Entry by Grantee. Prior to the initial entry on the Easement Property by Grantee or any of Grantee's contractors, agents or associated parties, Grantee shall, except in the event of an emergency, ensure written notice of entry is provided to Grantor, or to any party Grantor so designates, at least fifteen (15) calendar days before entry on to the Easement Property. Such notice shall include copies of all blueprints and plans related to such activity, specifying duration and scope of activity, date and time of entry, parties entering, the contact name and telephone number of the individual directing the activity, and timetables for construction, installation, repairs or other activity. Any subsequent, material changes to the aforementioned shall be made in writing to Grantor with (5) business days' advance notice. Should entry be needed for emergency purposes, the information will be provided to Grantor within a reasonable time from entry_ iv) Permitted Route of Ingress and Egress. Grantee or its agents, contractors or associated parties' route of ingress and egress to the Easement Property is limited to a single route through a portion of the current public road along the north side of the Grantor's property that is directly in front of the Easement Property and depicted in Exhibit A hereto. Before the gate is installed for the abovementioned route of ingress and egress or in the case of future limitations to this route, Grantee shall coordinate with Grantor a route of ingress and egress in order to minimize the impact to Grantor's property, such alternative route being subject to Grantor's written permission. v) Surface and Subsurface Crossings of Easement Property. Grantor reserves the right, and Grantee hereby consents and agrees, that Grantor, its heirs, successors, assigns, lessees, or authorized parties may construct and maintain one or more concrete, asphalt, gravel or other improved driveways, roads, streets, parking areas, trails, sidewalks, pads, railways, private storm drainage laterals and facilities, electrical lines, telephone lines, gas distribution lines, irrigation or other water lines, pipelines and other private or third -party utilities, or any other Water Facility Easement D224182684 Page 5 of 17 installation (collectively, the "Permitted Crossings") across the Easement Property; provided, however, (a) that the Permitted Crossing does not unreasonably interfere in any material way with the operation and maintenance of the Facility, (b) that Grantor, its heirs, successors, assigns, lessees or authorized parties has submitted plans for any Permitted Crossing within the Easement Property to Grantee for approval through Grantee's encroachment process, which approval will not be unreasonably delayed, conditioned or withheld, (c) that any Permitted Crossing will be constructed with separations and protective measures determined solely and reasonably by Grantee to be sufficient to protect the Facility. vi) Fences and Landscaping within Easement Property. Notwithstanding the conditions set forth in section v, Grantor, its heirs, successors, assigns, lessees, or authorized parties may (a) build and maintain fences, driveways, roads, and parking lots (unless the construction of such improvements requires a building permit, in which case Grantor must first obtain written consent for such improvement from Grantee) within the Easement Property, and (b) landscape the surface of the Easement Property, but shall not have the right to plant trees or place hardscape (such as fountains, walls, or retaining walls) on the surface of the Easement Property without first obtaining the prior written consent for such trees or hardscape from Grantee. Grantee shall reimburse Grantor for any damages caused by Grantee to any landscaping installed on the Easement Property as permitted herein. The fences, landscaping driveways, roads, and parking lots must not restrict Grantee's access to the Easement Property or unreasonably interfere in any material way with the operation and maintenance of the Facility. vii) Fencing of Activity Performed in the Easement Property, Gates, and Grantor Access. Grantee shall ensure that all activities for the construction, installation, repair, upgrade, removal, replacement or maintenance of the Facility be performed in compliance with all applicable and prevailing rules, regulations, and authority, including, but not limited to, permitting requirements at Grantee's sole cost and expense. Additionally, unless required otherwise by applicable authority, all such work shall be conducted in fenced -in areas within the Easement Property at Grantee's sole cost and expense. Grantee shall ensure that two (2) vehicular swinging gates are installed along the temporary fencing and the location of such gates shall be coordinated with Grantor and approved in writing by Grantor prior to the commencement of activity. Fences and gates must be kept secure and locked to prevent unauthorized entry. Arrangement for, installation, maintenance, removal of the fence(s) and gates and other costs or damages arising from the fence(s) and gates shall be the responsibility of Grantee. Grantor and other parties appointed by Grantor shall have a right of ingress and egress through the fenced and gated areas as reasonably necessary so as not to impair their use and access of Grantor's property. The fences shall be five strand barbed wire or fencing of similar quality and construction to fences located on Grantor's property. Upon completion of the Grantee's necessary activity, the fence(s) and gates shall be promptly removed by Grantee upon Grantor's written consent and restored to their original condition. During the period of initial construction and installation of the Facility, and during the period of any subsequent alteration, repair, replacement, removal or other permitted use of the Facility, Grantee shall leave or arrange for reasonable crossings over and across said Easement Property for any vehicles or equipment of Grantor, its tenants, lessees, successors, or assigns. During the period of initial construction and installation of the Facility, and during the period of any subsequent Water Facility Easement D224182684 Page 6 of 17 alteration, repair, replacement, removal or other permitted use of the Facility, Grantee shall assure the right of passage and access to the Grantor, occupants, tenants, lessees, visitors, pedestrians, and other licensees and leave or arrange for reasonable crossings over and across said Easement Property for any vehicles or equipment of Grantor, its tenants, lessees, successors, or assigns, provided that such passage and access does not materially interfere with the construction and installation of the Facility or the subsequent alteration, repair, replacement, removal or other permitted use of the Facility. Grantee shall have no right to cut any fence surrounding or located on Grantor's property, without Grantor's prior written consent, which shall not be unreasonably withheld, conditioned, or delated. In the event of Grantor's prior written consent is obtained, it is agreed that prior to cutting any such fence, Grantee shall brace, at Grantee's sole cost, the existing fence adequately and to the sole but reasonable satisfaction of Grantor or Grantor's agent, on each side of the proposed cut, and shall procure the approval of Grantor, or Grantor's agent, of such bracing prior to cutting such fence, the posts to be properly braced with horizontal braces, and wired so that when the fence is cut there will be no slackening of the wires. Grantee shall not maintain any openings in Grantor's fence without Grantor prior written consent_ viii) Restoration of Surface. Within six (6) months of Substantial Completion of the initial installation of the Facility by Grantee or within thirty (30) days of any subsequent exercise by Grantee of its rights granted in this Easement, Grantee shall, at its sole cost and expense, restore the Easement Property or any areas affected to substantially the same condition in which it existed prior to undertaking any such operations or activities, free of defects or hazardous conditions, at no cost to Grantor. Expressly including without limitation, Grantee shall restore the surface, including and not limited to, ensuring no permanent mounds, ridges, sinks, or trenches exist; the removal of rocks, the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and establishment of natural grasses, soil, or other landscaping and the repair, reconstruction, or replacement of fences, cross braces and cattle guards, sidewalks, driveways, roads or other surface improvements located upon or adjacent to the Easement Property or elsewhere that may have been removed, relocated, altered, damaged or destroyed as a result of Grantee's operation of the Easement. Grantee shall at its sole cost and expense maintain the Easement Property to minimize erosion. Upon completion and acceptance of the Facility by Grantee or any subsequent exercise by Grantee of its rights granted in this Easement, the Easement Property or any areas affected as result of Grantee's or Grantee's authorized parties' use of the Easement, shall be left in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. Grantor shall also have the right to modify grades over the Easement Property by lowering pre-existing grades up to one foot or raising pre-existing grades up to three feet, provided that Grantor provides Grantee with prior notice of such grade modification through Grantee's encroachment process and Grantee approves such grade modification, which approval will not be unreasonably delayed, conditioned or withheld In all cases where Grantor has submitted plans to modify grades over the Easement Property, Grantor shall provide, at Grantor's sole expense, additional protection of modifications on the Easement Property on a case -by -case basis as determined by Grantee. For purposes of this section viii, Substantial Completion shall mean the completion of the Facility, including its appurtenances, and the completion of satisfactory quality and pressure testing. The Grantee shall be solely Water Facility Easement D224182684 Page 7 of 17 liable for any damage or injury caused to the Grantee or any third party as a result of Grantee's work pursuant to this provision. ix) Double Ditch Method. Grantee shall implement the double ditch method to all areas where disturbed. Double ditch shall mean the removal of topsoil from the excavated trench, separated from the subsoil, and returned to the trench with subsoil returned to trench and topsoil returned to the top of the trench/subsoil. Topsoil and subsoil will not be mixed during construction or disturbance of the Easement. x) Relocation of Facility. Grantor, at its sole expense, shall have the right to relocate any Facility installed pursuant to this Easement provided that: (i) the Facility's level of service remains unaffected by such relocation process and after the completion of relocation; and (ii) Grantee approves in writing of the of plans for the relocated Facility (including plans for mitigation of risk during such relocation), Grantee's approval not to be unreasonably delayed, conditioned or withheld. A) Delay of Initial Construction Commencement and Termination of Easement. If Grantee does not commence initial construction of the Facility within forty-eight (48) months from the date that this Easement is recorded, then this Easement shall immediately and automatically terminate, fully revert back to Grantor, and Grantee shall vacate and release this Easement. However, Grantee shall be able to extend the forty-eight (48) month deadline to commence construction by one additional period of twelve (12) months upon payment to Grantor in the amount of Twenty - Two Thousand Five Hundred Dollars and 00/100 ($22,500.00). xii) Duration of Initial Facility Construction. Once initial construction of the Facility has commenced on the Easement Property, Grantee will use its best efforts to finish the installation of the Facility within eighteen (18) months and, upon completion, promptly restore the Easement Property and any affected areas to their original condition as set forth herein. xiii) As Built Alignment. Within a reasonable time but no later than thirty (30) days, following completion of the Facility or any subsequent alterations to the Easement Property, Grantee will provide to Grantor an "as built" alignment showing the location of the Facility or other alterations made to the Easement Property. xiv) Release of Easement from Nonuse. In the event that the Facility is not used by Grantee for one hundred and twenty (120) consecutive months after construction of the Facility and its acceptance by Grantee, this Easement shall automatically terminate and Grantee shall vacate and release this Easement. Use under this paragraph includes construction, operation, maintenance, replacement, upgrading, and repair. Grantee shall supply evidence of use to Grantor upon request. Upon release of this Easement, Grantee shall, at the request of Grantor and at Grantee's sole cost and expense, remove any or all of the Facility and restore the Easement Property to substantially the same condition that existed prior to construction and restore any subsequent improvements, to the extent permitted herein, made by Grantor or Grantor's assigns, successors, agents, that exist at the time of Facility removal. Grantee shall complete the removal and restoration within six (6) months from Grantor's request. Water Facility Easement D224182684 Page 8 of 17 xv) Assignment. Grantee may not assign all or any part of the rights granted herein in the absence of Grantor's written consent, which may be withheld for any reason whatsoever. Further, in accordance with section v, Grantor reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as Grantor deems appropriate which do not interfere with the use of the Facility by Grantee for the purposes set forth herein. xvi) Severability; Construction. If any provision in this Easement agreement is for any reason unenforceable, to the extent the unenforceability does not destroy the basis of the bargain among the parties, the unenforceability will not affect any other provision of this Easement agreement, and this Easement agreement will be construed as if the unenforceable provision had never been a part of it. Whenever context requires, the singular will include the plural and vice versa. Article and section headings in this Easement agreement are for reference only and are not intended to restrict or define the text of any section. xvii) Right to Repurchase and Request for Information. Grantor and Grantee acknowledge and agree that Grantor's conveyance and Grantee's acquisition of this Easement is through Grantee's exercise of eminent domain. In addition to the rights of Grantor under this Easement and without limitation to any other rights afforded to Grantor in law or equity, upon the occurrence of any event described in Section 21.101, Texas Property Code, the Grantor or the Grantor's heirs, successors, or assigns, are entitled to repurchase the Easement Property or other property as provided in that section with such repurchase price as set forth in Section 21.023(2) of the Texas Property Code and/or request from Grantee certain information relating to the use of the Easement Property and any actual progress made toward that use for which the Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. xviii) Release. At any time following the cessation of the rights set forth herein and/or termination of this Easement, Grantee agrees to, upon request of the Grantor, duly exercise and deliver, without charge, to Grantor, a termination or release (properly executed, acknowledged and in recordable form) of this Easement. xix) Compliance with Law. Notwithstanding anything contained herein to the contrary, the Grantee is solely responsible to abide by prevailing and relevant laws, rules and regulations. In the event any method or terms contained herein is contrary to the prevailing rules and regulations, it is the Grantee's responsibility to promptly notify the Grantor in writing. The Grantor is not responsible for any terms contained herein that may be contrary or in conflict with the relevant provisions of law. xx) Notices. Unless notified in writing of a different address, notices to Grantor shall be sent to: Michael Nazarian, Rachel Nazarian, and Rebekah Nazarian 757 8th Avenue Fort Worth, Texas 76104-2552 Water Facility Easement D224182684 Page 9 of 17 and notices to Grantee shall be sent to: City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 Attn: Telephone: Fax: The terms of this Easement are binding on the parties hereto and their successors and assigns. IT IS DISTINCTLY UNDERSTOOD AND AGREED THAT GRANTOR HAS NOT MADE, DOES NOT MAKE, AND SPECIFICALLY DISCLAIMS ANY WARRANTIES, REPRESENTATIONS, PROMISES, COVENANTS, AGREEMENTS, OR GUARANTIES OF ANY KIND OR CHARACTER, WHETHER EXPRESS, IMPLIED, STATUTORY, ORAL OR WRITTEN, OR OTHERWISE, PAST, PRESENT OR FUTURE, TO GRANTEE WITH RESPECT TO THE EASEMENT PROPERTY OR ABUTTING OR SURROUNDING PROPERTY, OR GRANTOR'S PROPERTY, INCLUDING BUT NOT LIMITED TO WARRANTIES OR REPRESENTATIONS AS TO MATTERS OF TITLE, PHYSICIAL OR ENVIRONMENTAL CONDITIONS, WETLANDS, ENDANGERED SPECIES, RESTRICTIONS DUE TO LANDMARK DESIGNATIONS, AVAILABILITY OF ACCESS, INGRESS OR EGRESS, VALUATION, GOVERNMENTAL APPROVALS, GOVERNMENTAL REGULATIONS, HISTORICAL DESIGNATIONS, ARCHEOLOGICAL SIGNIFICANCE , COVENANTS SET FORTH IN TEX. PROP. CODE ANN. §5.023 OR ANY OTHER MATTER OR THINGS RELATING TO OR AFFECTING THE EASEMENT PROPERTY, OR ABUTTING OR SURROUNDING PROPERTY, OR GRANTOR'S PROPERTY. GRANTEE ACKNOWLEDGES THAT GRANTEE, HAVING BEEN GIVEN THE OPPORTUNITY OF INSPECTION, IS RELYING SOLELY ON ITS OWN INSPECTION AND INVESTIGATION AND GRANTEE AGREES THAT IT HAS NOT RELIED UPON AND WILL NOT RELY UPON, EITHER DIRECTLY OR INDIRECTLY, ANY INFORMATION PROVIDED OR TO BE PROVIDED BY OR ON BEHALF OF GRANTOR OR ANY STATEMENT, ASSERTION, NON -ASSERTION, REPRESENTATION OR WARRANTY MADE BY OR ON BEHALF OF GRANTOR OR ITS OFFICERS, AGENTS OR REPRESENTATIVES. GRANTEE ACKNOWLEDGES AND AGREES THAT GRATOR IS TRANSFERRING AND GRANTING THE EASEMENT TO GRANTEE AND GRANTEE IS ACCEPTING SAID EASEMENTS IN ITS "AS IS, WHERE IS, AND WITH ALL FAULTS" CONDITION WITH ALL FAULTS AND DEFECTS, LATENT AND PATENT. TO HAVE AND TO HOLD the above -described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. Water Facility Easement D224182684 Page 10 of 17 GRANTOR: CAMP BOWIE WEST HOLDINGS D, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER MICHAEL N IAN, TRUSTEE RACHEL NAZARIAN, TRUSTEE REBEKAH NAZARIAN, TRUSTEE ACKNOWLEDGEMENT STATE OF dW-' COUNTY OF BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared �� �%� aiu� , known to me to be the same person whose name is subscribed to the for6going instrument, and acknowledged to me that the same was the act of CS'wl4 3 , UC— and that he/she executed the same as the act of said Z-& (— for the purposes and consideration therein expressed and in the capacity therein stated. , GIVEN UNDER MY HAND AND SEAL OF OFFICE this "y day of �GG�G 202Y f LAVONNE S KEITH Nota Public n and for the State of Texas s�rpGg z° Notary Public, state of Texas H� r� Comm. Expires 03-31-2028 ''FoF Notary10737.7938 Water Facility Easement D224182684 Page 11 of 17 GRANTOR: CAMP BOWIE WEST HOLDINGS D, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER MICHAEL NAZARIAN, TRUSTEE 4 EL NAZARIAN, TRUSTEE REBEKAH NAZARIAN, TRUSTEE ACKNOWLEDGEMENT STATE OFNet'`lO'r- COUNTY OF WeWVr_§ NEw ya2K. BEFORE ME, the undersig ed authority, a Notary Public in and for the State of s on this day personally appeared Pac%, I Na ZAr i an , 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 C; °�74(w Vv/'f_ and that he/she executed the same as the act of said 0V Yoi e for a purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this / day of 20 Notary�PublictandeState of Texas BIANCA L. BILLECI NOTARY PUBLIC -STATE OF NEW YORK No. 01 B16360512 Clualified in Richmond County My Commission Expires 06-19-2025 Water Facility Easement D224182684 Page 12 of 17 GRANTOR: CAMP BOWIE WEST HOLDINGS D, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER MICHAEL NAZARIAN, TRUSTEE RACHEL NAZARIAN, TRUSTEE - Fi NAZARIAN, TRUSTEE ACKNOWLEDGEMENT STATE OF 1JtwywN § COUNTY 00"% ,vllob Texas, BEFORE ME, the. undersig a autt�o-rity' , 'a Notary Public. in and for the State of •Texas, on this day personally appeared P Ka k 'QG?p (ICP✓I , known to me to be the same person whose name is subscribed tQ the foregoing Instrument, and acknowledged to me that the same w s the ac of - -{ - s4 w and.,"t ;he/she executedahe same as the act of sairthe' purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 otary Public in and or t ate of Texas- -!'�' i ". :�.i.� a=r.: is •' . Water Fadlity Eammert BETTSY MORALES Notary Public - State of New York No. 01 M0005464 Qualified in Bronx County My Contmissicm =xoires April 12, 2027 D224182684 Page 13 of 17 GRANTEE. City of Fort Worth By (Signature): yy (Print Name) dl Title � f APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name)MattheW Murray Title Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT § BEFORE ME, the undersigned au r'ty, a Nota Publi in and for the State of Texas, on this day personally appeared of the Ci f F orth, known to me to be the same person whose name is subscribed to. the forego ins rument, and acknowledged. to me that. the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of t?tttls' InVA Aiaa�rvPublic in and for e to of Texas ttt);N l l kliith�. Water Facility Easement D224182684 Page 14 of 17 LEGAL DESCRIPTION PERMANENT WATER EASEMENT BEING a 2.2035 acre (95,982 square foot) tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, City of Fort Worth, Tarrant County, Texas; said tract being part of that tract of land described in Special Warranty Deed to Camp Bowie West Holdings D, LLC recorded in Instrument No. D224122669 of the Official Public Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a 1-inch iron rod found at the southwest corner of a tract of land described as "TRACT 2" in Special Warranty Deed with Vendor's Lien to Bourke C. Harvey recorded in Instrument No. D218093312 of said Official Public Records; from said point a 1/2-inch iron rod found at the southeast corner of a tract of land described in Special Warranty Deed to Camp Bowie West Holdings B, LLC recorded in Instrument No. D224122667 of the said Official Public Records bears South 0°07'54" East, a distance of 828.46 feet; THENCE North 0018'05" East, along the east line of said Camp Bowie West Holdings B, LLC tract, a distance of 646.02 feet to the POINT OF BEGINNING; said point being the southeast comer of said Camp Bowie West Holdings D, LLC tract, - THENCE South 76`46'23" West, along the south line of said Camp Bowie West Holdings D, LLC tract, a distance of 41.14 feet to a point for corner; THENCE North 00°18'05" East, departing the said south line of the Camp Bowie West Holdings D, LLC tract , a distance of 1,087.87 feet to a point for corner, THENCE North 00°19'04" East, a distance of 1,316.25 feet to a point for corner in the north line of said Camp Bowie West Holdings D, LLC tract; THENCE North 89°35'19" East, along the said north line of the Camp Bowie West Holdings D, LLC tract, a distance of 40.00 feet to a point for corner at the northeast comer of said Camp Bowie West Holdings D, LLC tract; THENCE South 00'19'04" West, along the east line of said Camp Bowie West Holdings D, LLC tract, a distance of 1,316.75 feet to a point for corner; THENCE South 00`18'05" West, continuing along the east line of said Camp Bowie West Holdings D, LLC tract, a distance of 1,078.25 feet to the POINT OF BEGINNING and containing 95,982 square feet or 2.2035 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract described. EXHIBIT "A" PERMANENT WATER EASEMENT _7 /1 j OF.. JONATHAN BURLESON, �.�P�sr�cyq� ABSTRACT NO. 78 MICHAEL C. BILLINGSLEY CITY OF FORT WORTH REGISTERED PROFESSIONAL ...:........................... TARRANT COUNTY, TEXAS LAND SURVEYOR NO.6558 MICHAEL CLEO BILLINGSLEY 801 CHERRY STREET, "' l �'���.............-'.... � UNIT 11 SUITE 1300 :_ o� 6558 P.;:' Kim a * Horn FORT WORTH, TEXAS 76102 A o 801 Cherry Street, Unit 11,.11300 Tel. No.(817) 335-6511 PH. 817-335-6511 D S U R v Fort Worm. Texas 76102 FIRM # 10194040 w6mIcimley-hom.com Scale Drawn bV Checked by Date Proied No. Sheet No. michael.billingsley@kimley-horn.com NIA CDP I MCB I enerzo24 061018380 1OF4 pADILLA, CAELAN 8/291202410:03 AM 1WJMLEY-HORNVCN—FTVV+7W SURVEYW61018380.WS111364NCH V&IDWGIEA� ENTS1061018380.WSIII 36 INCH WL W TER ESMT C MP BOWIE WEST HOLDINGS D, LLC.DWG D224182684 Page 15 of 17 NORTH 0 100 200 GRAPHIC SCALE IN FEET LINE TABLE NO. BEARING LENGTH L1 S76"46'23"W 41.14' L2 N00"18'05"E 1087.8T L3 N00"19'04"E 13162S L4 N89"35'19"E 40.00' L5 S00"19'04"W 1316.75' L6 S00"18'05'1N 1078.25' 1X:w 4U7 P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRSC = 5/8" IRON ROD W/ "KHA" CAP SET IRF = IRON ROD FOUND CMF = CONCRETE MONUMENT FOUND C.M. = CONTROLLING MONUMENT NOTES MATCH LINE (SEE SHEET 3) lllllll� � lllllll� � lllllll� llllltl� llllllt� CALLED 99.662 ACRE TRACT / I CAMP BOWIE WEST _ HOLDINGS D, LLC (INST_ NO_ D224122669) PERMANENT -/I WATER EASEMENT C'J co 2.2035 ACRES J j 95 982 SQ FT P.O. B. �I CV O c TRACT 2 `0 BOURKE C. HARVEY (INST. NO. D218093312) 0 co CALLED 199.587 ACRE TRACT CAMP BOWIE WEST " O.C. HOLDINGS B, LLC (INST. NO. D224122667) WAITER HOUSTON SURVEY, ABS7RACTNO.719 1" IRF JONATHAN BURLESON SURVEY, (C-M.) ABSTRACT NO. 78 �o co N w v ti 0 0 rJ3 WALSH RANCHES LIMITED PARTNERSHIP (VOL 12624, PG. 92) Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that the plat of survey accurately sets out EXHIBIT "B" the metes and bounds of the easement tract. PERMANENT WATER EASEMENT OF JONATHAN BURLESON, �'�Z��iy ,�?�-�►"'�sT"'T-c�,y ABSTRACT NO. 78 MICHAEL C. BILLINGSLEY 'O s CITY OF FORT WORTH REGISTERED PROFESSIONAL ...........................:... TARRANT COUNTY, TEXAS LAND SURVEYOR NO.6558 MICHAEL CLEO BILLINGSLEY 801 CHERRY STREET, Kimlev*Horn 6558 �, UNIT 11 SUITE 1300 �"O� P:' FORT WORTH, TEXAS 76102 9 �FE S S�� : ' O 801 Cherry Street, Unit 11, # 1300 Tel. No. (817) 335-6511 �O "" �y Fort WoMw,Texas 76102 FIRM # 10194040 w.kimley-honn.com PH. 817-335$511 S U R v Scale I Drawn bV Checked bV Date Project No. Sheet Na. michael.billingsley@kimley-horn.com 1"=2ar CDP I MCB 18n62o24 061018380 zOF4 PADILLA, CAELAN 8129/202410:03AM11KIMLEY-HORN\CN_FTWIFTW SURVEYW61018380-WSIII364NCHIALIDWGIE MENTS\061018380-WSIII 36-INCH WL_ ATER ESMT_C P BOWIE WEST HOLDINGS D, LLC.DWG D224182684 Page 16 of 17 NORTH 0 100 200 GRAPHIC SCALE IN FEET CALLED 99.662 ACRE TRACT CAMP BOWIE WEST LEGEND HOLDINGS D, LLC (INST. NO. D224122669) P.O.C- = POINT OF COMMENCING P_O-B. = POINT OF BEGINNING IRSC = 5/8" IRON ROD W/ "KHA" CAP SET IRF = IRON ROD FOUND CMF = CONCRETE MONUMENT FOUND C-M. = CONTROLLING MONUMENT MATCH LINE (SEE SHEET 4) / / I i = N / _ r LU w / Y2 LU / 00 _ Z i PERMANENT WATER EASEMENT J J 2.2035 ACRES 95,982 SQ. FT. - N J co J TRACT 2 BOURKE C.HARVEY (INST. NO. D218O93312) / MATCH LINE (SEE SHEET 2) EXHIBIT "B" PERMANENT WATER EASEMENT JONATHAN BURLESON, ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kim! >>>H o r n ey 801 Cherry Scree; Unit 11, # i300 Tel. No. (817) 335£511 Fort Worttk Texas 76102 FIRM#10194040 wvw.kimley-hom.mm Scale Drawn by Checked by Date Proiect No. Sheet No. 1'=200' CDP MCt3 Il 82024j 061018380 3OF4 PADILLA, CAELAN 8/29/2024 1C:03 AM \WMLEY-HORN\CN_FTVJTTW SURVEY1061018380-WSII1364NCH WL%DWGIEA �MENTS\O61 18380-WSIII 364NCH WL_TER ESMT CA P BOWIE WEST HOLDINGS D, LLC.DWG D224182684 Page 17 of 17 NORTH 0 100 200 GRAPHIC SCALE IN FEET LEGEND P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRSC = 5/8" IRON ROD W/"KHA" CAP SET IRF = IRON ROD FOUND CMF = CONCRETE MONUMENT FOUND C.M. = CONTROLLING MONUMENT CALLED 8.788 ACRE TRACT CAMP BOWIE WEST II HOLDINGS F, LLC (INST. NO. D224122671) L4 / I / rn 2 (V ch u') J / J olj U r 111 /- CALLED 99.662 ACRE TRACT / } w u, CAMP BOWIE WEST r HOLDINGS D, LLC / 1 w (� (INST. NO. 13224122669) / / PERMANENT I WATER j I EASEMENT / 2.2035 ACRES /- 95,982 SQ. FT. / I / / I MATCH LINE (SEE SHEET 3) EXHIBIT "B" PERMANENT WATER EASEMENT JONATHAN BURLESON, ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimlev*Horn 801 Cherry Street, Unit 11. # 1300Tel. No. (817) 335-6511 Fort Worth, Texas 76102 FIRM # 10194040 www.ldmley-hom.mrn Scale Drawn by Checked by Date Project No. Sheet No.' 1'=200' CDP MCB 8/28/2024 061018380 41F4 PADILLA, CAELAN 8/291202410:03 AM UKIMLEY-HORNICN_FTWtFTW SURVEY1061018380-MIII 364NCH WLIDWGIEASEMENTS10610 8380-WSIII 364NCH WL W TER ESMT C MP BOWIE � WEST HOLDINGS D, LLC.DWG D224182685 10/11/2024 04:20 PM Page: 1 of 15 Fee: $76.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records —Wo, � MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102688 Westside III Water Transmission Main Parcel No. 1 PE, Tract 4 12501 Camp Bowie West Blvd. Jonathan Burleson Survey, Abstract 78 STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH WATER FACILITY EASEMENT DATE: �c� "-' �/ 7 GRANTOR: CAMP BOWIE WEST HOLDINGS B, LLC, A TEXAS LIMITED LIABILITY COMPANY GRANTOR'S MAILING ADDRESS (including County): 757 8T" AVENUE FORT WORTH, TARRANT, TX 76104-2552 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a 3.0445 acre tract of land and a 0.0321 tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, Tarrant County, Texas; said tracts being more particularly described in the attached Exhibits "A" and "B" and said tracts hereafter referred to collectively as "Easement Property." Water Facility Easement D224182685 Page 2 of 15 Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys, to Grantee, its successors and assigns, a permanent easement for the construction, operation, maintenance, replacement, upgrade, and repair of a single Water Main Facility, hereafter referred to as "Facility", for the benefit of the public, within the Easement Property. The Facility shall be limited to a single water pipeline for the transportation of water. The Facility includes all incidental and above ground appurtenances, attachments, equipment, manholes, manhole vents, valves, water meters, junction boxes in, upon, under and across a portion of the Easement Property, more fully described in Exhibits "A" and "B," attached hereto and incorporated herein, together with the right and privilege to enter the Easement Property, or any part thereof, subject to the terms of this Easement, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. As initially installed, the depth of the pipeline shall be no less than sixty inches (60") from the surface to the top of the pipe. The Easement Property shall not exceed a width of forty feet (40').The pipeline shall be limited to the transportation of water and shall not exceed a diameter of more than forty-two inches (42"). Grantee shall make every reasonable effort to install and construct the Facility as close as possible to the eastern boundary line of the Easement Property. Grantee shall be responsible to Grantor, its heirs, successors, assigns, or lessees, for any road damage caused by its use of Grantor's roads located within the Easement Property. Within sixty (60) days after completion of construction of the Facility, Grantee shall cause its contractors to restore the roads to their original condition, to Grantor's sole, but reasonable satisfaction, and at no cost to Grantor. This grant and conveyance of this easement does not include the right to carry onto the Easement Property or any other property owned by Grantor, firearms, fishing equipment, or other recreational equipment, or guns, alcohol, dogs or hazardous substances (other than those hazardous substances necessary to further the rights herein granted) or the right to enter Grantor's property, except for the Easement Property. The Grantee shall have the right to cant' onto the Easement Property or any other property owned by Grantor only the equipment necessary for construction, operation, maintenance, replacement, upgrade, and repair of the Facility. Grantee shall keep all access routes free and clear of trash, litter and debris, and Grantee shall not store personal property on the Easement Property. Grantor, its heirs, successors, and assigns reserve the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted. Grantor, its heirs, successors, and assigns reserves all right, title and interest in and to all sulfur, oil, gas, and other minerals in, on or under the Easement Property and elsewhere, including all rights to produce, extract, develop, oil, gas, and other minerals (whether by law classified as part of the mineral estate or the surface estate) provided, however, that operations for exploration or capture of any such sulfur, oil, gas, or other minerals shall be permissible so long as none of such operations shall be conducted so as to substantially interfere with Grantee's permitted uses in the Easement Property. Grantor, its heirs, successors, and assigns retains all right, title and interest in and to all underground water, percolating water, artesian water, and any other water from any and all depths and reservoirs, formations, depths and horizons beneath the surface of the Easement Property ("Grantor's Groundwater Rights"), including all existing permits, and contracts, if any, related to or pertaining to the Grantor's Groundwater Rights provided, however, that operations for exploration or capture of any such groundwater shall be permissible so long as none of such operations shall be conducted so as to substantially interfere with Grantee's permitted uses in the Easement Property. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights -of -way and prescriptive rights, Water Facility Easement D224182685 Page 3 of 15 reservations, any discrepancies, conflicts, or shortages in area or boundary lines; any encroachments or overlapping of improvements, surface agricultural and grazing uses or leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners or interest holders in any fences, structures or any other physical or natural feature situated on a common boundary. Grantee shall not permit any lien by any mechanic, laborer, or supplier to be filed against the Easement Property, Grantor's property, or any part thereof, arising out of work performed or materials supplied by, or at the direction of, or on behalf of Grantee, any Grantee contractor, or their respective officers, agents, employees or representatives or otherwise arising from the acts or omissions of the above -mentioned parties. If any such lien is filed, Grantee shall immediately give notice to Grantor thereof and cause such lien to be released of record. Additionally, this grant and conveyance is further made subject to: i) Insurance. During the course of any operations or use under this Easement, Grantee shall require all of Grantee's agents or contractors and subcontractors operating on the Easement -Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations and use on the property of Grantor in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing Grantor an additional insured under such policies and providing Grantor with the policy. Prior to commencement of operations or use of the Facility, Grantee's contractors operating on the Easement Property shall include Grantor as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance, and automobile liability insurance policies required by Grantee and shall include a waiver of subrogation on the contractor's workers' compensation insurance policy. ii) Damage Claims. During'the course of any operations or use under this Easement by Grantee's contactors, Grantee shall require all of Grantee's contractors to indemnify, hold harmless and defend at their own expense, Grantor and, including but not limited to, Grantor's heirs, successors, assigns, officers, directors, partners, members, managers, employees, agents, representatives, affiliates, tenants, invitees, contractors, successors, interest holders (collectively, the "Grantor Parties"), from and against (a) all claims or suits for property loss, property damage, and personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed in the installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such Grantor Parties, and loss or destruction of Grantor Parties' property arising from the performance of any of the terms and conditions of this Easement. The initial consideration given under this Easement does not include damages arising from Grantee's repair, maintenance, inspection, replacement, operation, or removal of the Facility from and after the initial construction and installation. Grantor has the right to, without limitation to any other damages or remedies whether in law or equity, monetary damages from Grantee arising from any of Grantee's actions on the Easement Property or other property owned by Grantor, including, but not limited to, the repair, maintenance, inspection, replacement, operation, or removal of the Facility after its initial construction and installation. Grantee shall promptly take all necessary remedial action at its sole Water Facility Easement D224182685 Page 4 of 15 cost and expense and promptly pay Grantor for any and all such other damages caused by Grantee. Grantee shall be responsible for any and all damages to persons or property caused by operation of the Facility, or the exercise of any rights granted hereunder to Grantee. To the extent permitted by Texas law and without waiving its sovereign immunity, Grantee agrees to indemnify, protect and hold harmless Grantor, its successors and assigns (collectively "Indemnitees") of and from any and all claims, demands, causes of action, damages, liabilities and costs (including, but not limited to reasonable attorney's fees, reasonable expert's fees and court costs) ("Costs"), arising out of injury to persons (including death), injury or damage to or loss of any property (real or personal) or improvements, remedial obligations required by applicable law, or violations of applicable law caused by Grantee, its agents, employees, servants, contractors, authorized parties. Nothing contained herein shall ever be construed so as to require the Grantee to assess, levy and collect any tax to fund its obligations under this Easement. Article XI Section 5 of the Texas Constitution provides that a city is prohibited from creating a debt unless the city levies and collects a sufficient tax to pay the interest on the debt and provides a sinking fund. The Grantee has not and will not create a sinking fund or collect any tax to pay any obligation created under this Easement. iii) Notice of Entry by Grantee. Prior to the initial entry on the Easement Property by Grantee or any of Grantee's contractors, agents or associated parties, Grantee shall, except in the event of an emergency, ensure written notice of entry is provided to Grantor, or to any party Grantor so designates, at least fifteen (15) calendar days before entry on to the Easement Property. Such notice shall include copies of all blueprints and plans related to such activity, specifying duration and scope of activity, date and time of entry, parties entering, the contact name and telephone number of the individual directing the activity, and timetables for construction, installation, repairs or other activity. Any subsequent, material changes to the aforementioned shall be made in writing to Grantor with (5) business days' advance notice. Should entry be needed for emergency purposes, the information will be provided to Grantor within a reasonable time from entry. iv) Permitted Route of Ingress and Egress. Grantee or its agents, contractors or associated parties' route of ingress and egress to the Easement Property is limited to a single route through a portion of the current public road along the north side of the Grantor's property that is directly in front of the Easement Property and depicted in Exhibit A hereto. Before the gate is installed for the abovementioned route of ingress and egress or in the case of future limitations to this route, Grantee shall coordinate with Grantor a route of ingress and egress in order to minimize the impact to Grantor's property, such alternative route being subject to Grantor's written permission. v) Surface and Subsurface Crossings of Easement Property. Grantor reserves the right, and Grantee hereby consents and agrees, that Grantor, its heirs, successors, assigns, lessees, or authorized parties may construct and maintain one or more concrete, asphalt, gravel or other improved driveways, roads, streets, parking areas, trails, sidewalks, pads, railways, private storm drainage laterals and facilities, electrical lines, telephone lines, gas distribution lines, irrigation or other water lines, pipelines and other private or third -party utilities, or any other Water Facility Easement D224182685 Page 5 of 15 installation (collectively, the "Permitted Crossings") across the Easement Property; provided, however, (a) that the Permitted Crossing does not unreasonably interfere in any material way with the operation and maintenance of the Facility, (b) that Grantor, its heirs, successors, assigns, lessees or authorized parties has submitted plans for any Permitted Crossing within the Easement Property to Grantee for approval through Grantee's encroachment process, which approval will not be unreasonably delayed, conditioned or withheld, (c) that any Permitted Crossing will be constructed with separations and protective measures determined solely and reasonably by Grantee to be sufficient to protect the Facility. vi) Fences and Landscaping within Easement Property_ Notwithstanding the conditions set forth in section v, Grantor, its heirs, successors, assigns, lessees, or authorized parties may (a) build and maintain fences, driveways, roads, and parking lots (unless the construction of such improvements requires a building permit, in which case Grantor must first obtain written consent for such improvement from Grantee) within the Easement Property, and (b) landscape the surface of the Easement Property, but shall not have the right to plant trees or place hardscape (such as fountains, walls, or retaining walls) on the surface of the Easement Property without first obtaining the priorwritten consent for such trees or hardscape from Grantee. Grantee shall reimburse Grantor for any damages caused by Grantee to any landscaping installed on the Easement Property as permitted herein. The fences, landscaping driveways, roads, and parking lots must not restrict Grantee's access to the Easement Property or unreasonably interfere in any material way with the operation and maintenance of the Facility. vii) Fencing of Activity Performed in the Easement Property, Gates, and Grantor Access. Grantee shall ensure that all activities for the construction, installation, repair, upgrade, removal, replacement or maintenance of the Facility be performed in compliance with all applicable and prevailing rules, regulations, and authority, including, but not limited to, permitting requirements at Grantee's sole cost and expense. Additionally, unless required otherwise by applicable authority, all such work shall be conducted in fenced -in areas within the Easement Property at Grantee's sole cost and expense. Grantee shall ensure that two (2) vehicular swinging gates are installed along the temporary fencing and the location of such gates shall be coordinated with Grantor and approved in writing by Grantor prior to the commencement of activity. Fences and gates must be kept secure and locked to prevent unauthorized entry. Arrangement for, installation, maintenance, removal of the fence(s) and gates and other costs or damages arising from the fence(s) and gates shall be the responsibility of Grantee. Grantor and other parties appointed by Grantor shall have a right of ingress and egress through the fenced and gated areas as reasonably necessary so as not to impair their use and access of Grantor's property. The fences shall be five strand barbed wire or fencing of similar quality and construction to fences located on Grantor's property. Upon completion of the Grantee's necessary activity, the fence(s) and gates shall be promptly removed by Grantee upon Grantor's written consent and restored to their original condition. During the period of initial construction and installation of the Facility, and during the period of any subsequent alteration, repair, replacement, removal or other permitted use of the Facility, Grantee shall leave or arrange for reasonable crossings over and across said Easement Property for any vehicles or equipment of Grantor, its tenants, lessees, successors, or assigns. During the period of initial construction and installation of the Facility, and during the period of any subsequent Water Facility Easement D224182685 Page 6 of 15 alteration, repair, replacement, removal or other permitted use of the Facility, Grantee shall assure the right of passage and access to the Grantor, occupants, tenants, lessees, visitors, pedestrians, and other licensees and leave or arrange for reasonable crossings over and across said Easement Property for any vehicles or equipment of Grantor, its tenants, lessees, successors, or assigns, provided that such passage and access does not materially interfere with the construction and installation of the Facility or the subsequent alteration, repair, replacement, removal or other permitted use of the Facility. Grantee shall have no right to cut any fence surrounding or located on Grantor's property, without Grantor's prior written consent, which shall not be unreasonably withheld, conditioned, or delated. In the event of Grantor's prior written consent is obtained, it is agreed that prior to cutting any such fence, Grantee shall brace, at Grantee's sole cost, the existing fence adequately and to the sole but reasonable satisfaction of Grantor or Grantor's agent, on each side of the proposed cut, and shall procure the approval of Grantor, or Grantor's agent, of such bracing prior to cutting such fence, the posts to be properly braced with horizontal braces, and wired so that when the fence is cut there will be no slackening of the wires_ Grantee shall not maintain any openings in Grantor's fence without Grantor prior written consent. viii) Restoration of Surface. Within six (6) months of Substantial Completion of the initial installation of the Facility by Grantee or within thirty (30) days of any subsequent exercise by Grantee of its rights granted in this Easement, Grantee shall, at its sole cost and expense, restore the Easement Property or any areas affected to substantially the same condition in which it existed prior to undertaking any such operations or activities, free of defects or hazardous conditions, at no cost to Grantor. Expressly including without limitation, Grantee shall restore the surface, including and not limited to, ensuring no permanent mounds, ridges, sinks, or trenches exist; the removal of rocks, the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and establishment of natural grasses, soil, or other landscaping and the repair, reconstruction, or replacement of fences, cross braces and cattle guards, sidewalks, driveways, roads or other surface improvements located upon or adjacent to the Easement Property or elsewhere that may have been removed, relocated, altered, damaged or destroyed as a result of Grantee's operation of the Easement_ Grantee shall at its sole cost and expense maintain the Easement Property to minimize erosion. Upon completion and acceptance of the Facility by Grantee or any subsequent exercise by Grantee of its rights granted in this Easement, the Easement Property or any areas affected as result of Grantee's or Grantee's authorized parties' use of the Easement, shall be left in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. Grantor shall also have the right to modify grades over the Easement Property by lowering pre-existing grades up to one foot or raising pre-existing grades up to three feet, provided that Grantor provides Grantee with prior notice of such grade modification through Grantee's encroachment process and Grantee approves such grade modification, which approval will not be unreasonably delayed, conditioned or withheld In all cases where Grantor has submitted plans to modify grades over the Easement Property, Grantor shall provide, at Grantor's sole expense, additional protection of modifications on the Easement Property on a case -by -case basis as determined by Grantee. For purposes of this section viii, Substantial Completion shall mean the completion of the Facility, including its appurtenances, and the completion of satisfactory quality and pressure testing. The Grantee shall be solely Water Facility Easement D224182685 Page 7 of 15 liable for any damage or injury caused to the Grantee or any third party as a result of Grantee's work pursuant to this provision. ix) Double Ditch Method. Grantee shall implement the double ditch method to all areas where disturbed. Double ditch shall mean the removal of topsoil from the excavated trench, separated from the subsoil, and returned to the trench with subsoil returned to trench and topsoil returned to the top of the trench/subsoil. Topsoil and subsoil will not be mixed during construction or disturbance of the Easement. x) Relocation of Facility_ Grantor, at its sole expense, shall have the right to relocate any Facility installed pursuant to this Easement provided that: (i) the Facility's level of service remains unaffected by such relocation process and after the completion of relocation; and (ii) Grantee approves in writing of the of plans for the relocated Facility (including plans for mitigation of risk during such relocation), Grantee's approval not to be unreasonably delayed, conditioned or withheld. A) Delay of Initial Construction Commencement and Termination of Easement. If Grantee does not commence initial construction of the Facility within forty-eight (48) months from the date that this Easement is recorded, then this Easement shall immediately and automatically terminate, fully revert back to Grantor, and Grantee shall vacate and release this Easement. However, Grantee shall be able to extend the forty-eight (48) month deadline to commence construction by one additional period of twelve (12) months upon payment to Grantor in the amount of Twenty - Two Thousand Five Hundred Dollars and 00/100 ($22,500.00). xii) Duration of Initial Facility Construction. Once initial construction of the Facility has commenced on the Easement Property, Grantee will use its best efforts to finish the installation of the Facility within eighteen (18) months and, upon completion, promptly restore the Easement Property and any affected areas to their original condition as set forth herein. xiii) As Built Alignment. Within a reasonable time but no later than thirty (30) days, following completion of the Facility or any subsequent alterations to the Easement Property, Grantee will provide to Grantor an "as built" alignment showing the location of the Facility or other alterations made to the Easement Property. xiv) Release of Easement from Nonuse. In the event that the Facility is not used by Grantee for one hundred and twenty (120) consecutive months after construction of the Facility and its acceptance by Grantee, this Easement shall automatically terminate and Grantee shall vacate and release this Easement. Use under this paragraph includes construction, operation, maintenance, replacement, upgrading, and repair. Grantee shall supply evidence of use to Grantor upon request. Upon release of this Easement, Grantee shall, at the request of Grantor and at Grantee's sole cost and expense, remove any or all of the Facility and restore the Easement Property to substantially the same condition that existed prior to construction and restore any subsequent improvements, to the extent permitted herein, made by Grantor or Grantor's assigns, successors, agents, that exist at the time of Facility removal. Grantee shall complete the removal and restoration within six (6) months from Grantor's request_ Water Facility Easement D224182685 Page 8 of 15 xv) Assignment. Grantee may not assign all or any part of the rights granted herein in the absence of Grantor's written consent, which may be withheld for any reason whatsoever. Further, in accordance with section v, Grantor reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as Grantor deems appropriate which do not interfere with the use of the Facility by Grantee for the purposes set forth herein. xvi) Severability; Construction. If any provision in this Easement agreement is for any reason unenforceable, to the extent the unenforceability does not destroy the basis of the bargain among the parties, the unenforceability will not affect any other provision of this Easement agreement, and this Easement agreement will be construed as if the unenforceable provision had never been a part of it. Whenever context requires, the singular will include the plural and vice versa. Article and section headings in this Easement agreement are for reference only and are not intended to restrict or define the text of any section_ xvii) Right to Repurchase and Request for Information. Grantor and Grantee acknowledge and agree that Grantor's conveyance and Grantee's acquisition of this Easement is through Grantee's exercise of eminent domain. In addition to the rights of Grantor under this Easement and without limitation to any other rights afforded to Grantor in law or equity, upon the occurrence of any event described in Section 21.101, Texas Property Code, the Grantor or the Grantor's heirs, successors, or assigns, are entitled to repurchase the Easement Property or other property as provided in that section with such repurchase price as set forth in Section 21.023(2) of the Texas Property Code and/or request from Grantee certain information relating to the use of the Easement Property and any actual progress made toward that use for which the Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. xviii) Release. At any time following the cessation of the rights set forth herein and/or termination of this Easement, Grantee agrees to, upon request of the Grantor, duly exercise and deliver, without charge, to Grantor, a termination or release (properly executed, acknowledged and in recordable form) of this Easement. xix) Compliance with Law. Notwithstanding anything contained herein to the contrary, the Grantee is solely responsible to abide by prevailing and relevant laws, rules and regulations. In the event any method or terms contained herein is contrary to the prevailing rules and regulations, it is the Grantee's responsibility to promptly notify the Grantor in writing. The Grantor is not responsible for any terms contained herein that may be contrary or in conflict with the relevant provisions of law. xx) Notices. Unless notified in writing of a different address, notices to Grantor shall be sent to: Michael Nazarian, Rachel Nazarian, and Rebekah Nazarian 757 81 Avenue Fort Worth, Texas 76104-2552 Water Facility Easement D224182685 Page 9 of 15 and notices to Grantee shall be sent to: City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 Attn: Telephone: Fax: The terms of this Easement are binding on the parties hereto and their successors and assigns. IT IS DISTINCTLY UNDERSTOOD AND AGREED THAT GRANTOR HAS NOT MADE, DOES NOT MAKE, AND SPECIFICALLY DISCLAIMS ANY WARRANTIES, REPRESENTATIONS, PROMISES, COVENANTS, AGREEMENTS, OR GUARANTIES OF ANY KIND OR CHARACTER, WHETHER EXPRESS, IMPLIED, STATUTORY, ORAL OR WRITTEN, OR OTHERWISE, PAST, PRESENT OR FUTURE, TO GRANTEE WITH RESPECT TO THE EASEMENT PROPERTY OR ABUTTING OR SURROUNDING PROPERTY, OR GRANTOR'S PROPERTY, INCLUDING BUT NOT LIMITED TO WARRANTIES OR REPRESENTATIONS AS TO MATTERS OF TITLE, PHYSICIAL OR ENVIRONMENTAL CONDITIONS, WETLANDS, ENDANGERED SPECIES, RESTRICTIONS DUE TO LANDMARK DESIGNATIONS, AVAILABILITY OF ACCESS, INGRESS OR EGRESS, VALUATION, GOVERNMENTAL APPROVALS, GOVERNMENTAL REGULATIONS, HISTORICAL DESIGNATIONS, ARCHEOLOGICAL SIGNIFICANCE , COVENANTS SET FORTH IN TEX. PROP. CODE ANN. §5.023 OR ANY OTHER MATTER OR THINGS RELATING TO OR AFFECTING THE EASEMENT PROPERTY, OR ABUTTING OR SURROUNDING PROPERTY, OR GRANTOR'S PROPERTY. GRANTEE ACKNOWLEDGES THAT GRANTEE, HAVING BEEN GIVEN THE OPPORTUNITY OF INSPECTION, IS RELYING SOLELY ON ITS OWN INSPECTION AND INVESTIGATION AND GRANTEE AGREES THAT IT HAS NOT RELIED UPON AND WILL NOT RELY UPON, EITHER DIRECTLY OR INDIRECTLY, ANY INFORMATION PROVIDED OR TO BE PROVIDED BY OR ON BEHALF OF GRANTOR OR ANY STATEMENT, ASSERTION, NON -ASSERTION, REPRESENTATION OR WARRANTY MADE BY OR ON BEHALF OF GRANTOR OR ITS OFFICERS, AGENTS OR REPRESENTATIVES_ GRANTEE ACKNOWLEDGES AND AGREES THAT GRATOR 1S TRANSFERRING AND GRANTING THE EASEMENT TO GRANTEE AND GRANTEE IS ACCEPTING SAID EASEMENTS IN ITS "AS IS, WHERE 1S, AND WITH ALL FAULTS" CONDITION WITH ALL FAULTS AND DEFECTS, LATENT AND PATENT. TO HAVE AND TO HOLD the above -described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. Water Facility Easement D224182685 Page 10 of 15 GRANTOR: CAMP BOWIE WEST HOLDINGS B, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER '--tt (7/4 /Z.Y MICHAEL RIAN, TRUSTEt RACHEL NAZARIAN, TRUSTEE REBEKAH NAZARIAN, TRUSTEE ACKNOWLEDGEMENT STATE OF ',J "O § COUNTY OF 'Jam- "t§ BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared 7YU4o4 -7) k known to me to be the same person whose name is subscribed t the foregoing instrument, and acknowledged to me that the same was the act of �W 4 �, and that he/she executed the same as the act of said L-L (-- for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this y day of Dc'� 20� 7� LAVO N N E S K E I T H Notal& Public in and for the State of Texas x° Notary Public, State of Texas `,ram w Comm. Expires 03-31-2028 Notary ID737,7938 j Water Facility Easement D224182685 Page 11 of 15 GRANTOR: CAMP BOWIE WEST HOLDINGS B, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER MICHAEL NAZARIAN, TRUSTEE (,HEL NAZARIAN, TRUSTEE REBEKAH NAZARIAN, TRUSTEE ACKNOWLEDGEMENT STATE OF PM6(1�§ COUNTY OF P&40(t § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ( aLa.'► ov) , 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 Cr',k o F/uew YDi It and that he/she executed the same as the act of said Pv yo-1k for he purposes and consideration therein expressed and in the capacity therein stated. t^ GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of Notary Put�ic In and for the State of Texas BIANCA L. BILLECI NOTARY PUBLIC -STATE OF NEW YORK No. 01816360512 Qualified in Richmond County MYCommission Expires 06-19-2025 Water Facility Easement D224182685 Page 12 of 15 GRANTOR: CAMP BOWIE WEST HOLDINGS B, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER :'� i'J+ s► MICHAEL NAZARIAN, TRUSTEE RACHEL NAZARIAN, TRUSTEE ROBE H RIAN, TRUSTEE ACKNOWLEDGEMENT STATE OF'NQU� (otin§ COUNTY OF u> > BEFORE ME, the undersi ed au ority, a Notary Public in and for the State e€Texa8, on this day personally appeared h e7-a (I cc n , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same w s the ac4 of_ i R}S and that he/she executed the same as . the act of said - (4-0 S for the purposes and consideration therein expressed and in the capacity therein stated. *_ GIVEN UNDER MY HAI�1[3'P►i�[jSE�A�OF-0 F, FI E=#kHs "a "cay'bfi:`""IiI,R''iffi{4�� 202�f 3l otary F ubi c��In�anTcf t:hq1tate of-Texe97 BETTSY MORALES Notary'Public -State of New York Nm 01 M0005464 Qualified in Bronx County My Commiss;o7, Expires April 12, 2027 Water Facility Easement D224182685 Page 13 of 15 GRANTEE: City of Fort Worth By (Signature)-. * i r. (Print Name),D(M iAj Title-)()C,- .APPROVED AS TO FORM AND LEGALITY By (Signature): (Print. Name) Matthew Murray ACKNOWLEDGEMENT STATE. OF 'TEXAS § COUNTY OF TARRANT § , Titre Assistant, City Attorney BEFORE ME, the undersigned auk ; a Notary Pub c'p and for the State of Texas, on this day personally appearedMA on of the City, o Fo orth, known to me to be the same person whose name is subscribed to the foregoi nst.rument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this % day of !0 1"� ' AMrrl,,osj�e o or Water Fadfity Easement .. 4w_ � AotakPu icin and for t St e of Texas D224182685 Page 14 of 15 LEGAL DESCRIPTION PERMANENT WATER EASEMENT BEING a 0.3420 acre (14,896 square foot) tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, City of Fort Worth, Tarrant County, Texas; said tract being part of that tract of land described in Special Warranty Deed to Camp Bowie West Holdings B, LLC recorded in Instrument No. D224122667 of the Official Public Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a 1-inch iron rod found at the southwest comer of a tract of land described as "TRACT 2" in Special Warranty Deed with Vendor's Lien to Bourke C. Harvey recorded in Instrument No. D218093312 of said Official Public Records; from said point a 112-inch iron rod found at the southeast corner of said Camp Bowie West Holdings D, LLC tract bears South 0007'54" East, a distance of 828.46 feet; THENCE North 0`18'05" East, along the east line of said Camp Bowie West Holdings B, LLC tract, a distance of 264.64 feet to the POINT OF BEGINNING; THENCE North 80°03'39" West, departing the said east line of the Camp Bowie West Holdings B, LLC tract, a distance of 32.71 feet to a point for corner, THENCE North 3945'52" West, a distance of 12.05 feet to a point for comer, THENCE North 00'18'05" East, a distance of 357.06 feet to a point for comer in the north line of said Camp Bowie West Holdings B, LLC tract; THENCE North 76°46'23" East, along the north line of said Camp Bowie West Holdings, LLC tract, a distance of 41.14 feet to a point for corner at the northeast corner of said Camp Bowie West Holdings, LLC tract; THENCE South 00°18'05" West, along the east line of said Camp Bowie West Holdings, LLC tract, a distance of 381.38 feet to the POINT OF BEGINNING and containing 14,896 square feet or 0.3420 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract described. MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL ...:.......................:.. LAND SURVEYOR NO.6558 MICHAEL CLEO BILLINGSLE EXHIBIT "A" PERMANENT WATER EASEMENT JONATHAN BURLESON, ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS .......................P.. KiMIe * Horn 801 CHERRY STREET, ` 6558 �,?• UNIT 11 SUITE 1300 •"O,p P: FORT WORTH, TEXAS 76102 9 �FE S S�� = ' 0 801 Cherry Street, Unit 11, # 130o Tel. No. (817) 335-6511 �� �� Fort Wonh, Texas 76102 FIRM # 10194040 www.ldmiey-hom.com PH. 817-335-6511 S � R V Scale I Drawn by I Checked by Date Pmiect No. Sheet No. michael.billingsley@kimley-horn.com N/A CDP MCB 828/2024J 061018380 1OF2 PADILLA, CAELAN 81291202410A0AM1UCIMLEY-HORMTNA CN_FFTW SURVEY1061018380-MI11364NCF V&%I)WC,1EASEMENTS1061018380.W51113 i4NCH WLTER ESMT C MP BOWIE WEST HOLDINGS B, LLC.DWG D224182685 Page 15 of 15 CALLED 99-662 ACRE TRACT :I CAMP BOWIE WEST HOLDINGS D, LLC L4 NORTH (INST. NO. D224122669) — 0 100 200 //1 GRAPHIC SCALE IN FEET J /' J PERMANENT LINE TABLE WATER EASEMENT TRACT2 NO. BEARING LENGTH 0.3420 ACRES BOURKE C. HARVEY (INST. NO. D218093312) L1 N80'03'3Y W 32.71' 14,896 SQ. FT. P.O.B. L2 N39'45'52W 12.05' L3 N00'18'05"E 357.06' I SO'18'05'W CALLED 199.587 ACRE TRACT f 264.64' L4 N76'46'23"E 41.14' CAMP BOWIE WEST L5 S00'18'05"W 381.38' HOLDINGS B, LLC (INST. NO. D224122667) ," IRF (C M) WALTER HOUSTON SURVEY, ABSTRACT NO. 719 P . 0. JONATHAN BURLESON SURVEY, C. ABSTRACTNO. 78 io v co LEGEND P-O.C- = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRSC = 5/8" IRON ROD W/ "KHA' CAP SET IRF = IRON ROD FOUND CMF = CONCRETE MONUMENT FOUND C.M. = CONTROLLING MONUMENT NOTES oNo WALSH RANCHES w LIMITED PARTNERSHIP (VOL. 12624, PG. 92) 0 0 — — — — 1/2"IRF� WALSH RANCHES LIMITED PARTNERSHIP (VOL 12624, PG- 92) Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that the plat of survey accurately sets out the metes and bounds of the easement tract. EXHIBIT "B" PERMANENT WATER EASEMENT OF JONATHAN BURLESON, �%Z ti�� y �?'.� sT-"rF+y ABSTRACT NO.78 MICHAEL C. BILLINGSLEY '•o•'•'s CITY OF FORT WORTH REGISTERED PROFESSIONAL * . •••=---•---------•-•------•=••- TARRANT COUNTY, TEXAS LAND SURVEYOR NO.6558 MICHAEL CLEO BILLINGSLEY ...1.:.::................. Kimlev*Horn 801 CHERRY STREET, 6558 �, UNIT 11 SUITE 1300 •'O� Q;: 9 �FE S S�� Cherty Street, Unit 1,, # 1300 Tel. No. (817) 335m6511 FORT WORTH, TEXAS 76102 ,y'--.., .--.,• Gy eo, Q ` Fort Worth, Texas 76102 FIRM # 10194040 wuw.kimley-hom.com PH. 817-335-6511 S U R� Scale I Drawn by Checked by Date Project No. Sheet No. michael.billingsley@kimley-hom.com 1-200 cDP MCB snsno24 os,o,636o zoF2 PADILLA, CAELAN 8129l202410:10AM\U(IMLEY-HORN\CN_FTIMFTW SURVEY\D61018380-W511136-INCh WLWWG\E.4 EMENTS\061018380-WSIII by) WL ATER ESMT C P BOWIE WEST HOLDINGS B, LLC.DWG D224182680 10/11/2024 04:20 PM Page: 1 of 14 Fee: $72.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records —Wo, � MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102688 Westside III Water Transmission Main Parcel No. 1 TE, Part 1 & 2 12501 Camp Bowie West Blvd. _ Jonathan Burleson Survey, Abstract 78"? CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: D1'1z"_' x J64 GRANTOR: CAMP BOWIE WEST HOLDINGS F, LLC, A TEXAS LIMITED LIABILITY COMPANY GRANTOR'S MAILING ADDRESS (including County): 757 8TH AVENUE FORT WORTH, TARRANT, TX 76104-2552 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, as described and depicted in accordance with Exhibits "A" and "B", attached hereto and made a part hereof. It is further agreed and understood that Grantee will be permitted the use of said Easement Property as a temporary workspace for the purpose of constructing the Westside III Water Transmission Main. All rights granted within this Temporary Construction Easement shall cease upon the earlier to occur of: (i) completion of the Westside III Water Transmission Main Temporary Construction Easement Rev. 20190609 D224182680 Page 2 of 14 and its acceptance by Grantee; or (ii) two (2) years from the date that Grantee begins construction of the Westside III Water Transmission Main on the Property. Grantee shall be responsible to Grantor, its heirs, successors, assigns, or lessees, for any road damage caused by its use of Grantor's roads located within the Easement Property. Within sixty (60) days after completion of construction of the Facility, Grantee shall cause its contractors to restore the roads to their original condition, to Grantor's sole, but reasonable satisfaction, and at no cost to Grantor. This grant and conveyance of this easement does not include the right to carry onto the Easement Property or any other property owned by Grantor, firearms, fishing equipment, or other recreational equipment, or guns, alcohol, dogs or hazardous substances (other than those hazardous substances necessary to further the rights herein granted) or the right to enter Grantor's property, except for the Easement Property. The Grantee shall have the right to carry onto the Easement Property or any other property owned by Grantor only the equipment necessary for construction, operation, maintenance, replacement, upgrade, and repair of the Facility. Grantee shall keep all access routes free and clear of trash, litter and debris, and Grantee shall not store personal property on the Easement Property. Grantor, its heirs, successors, and assigns reserve the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted. Grantor, its heirs, successors, and assigns reserves all right, title and interest in and to all sulfur, oil, gas, and other minerals in, on or under the Easement Property and elsewhere, including all rights to produce, extract, develop, oil, gas, and other minerals (whether by law classified as part of the mineral estate or the surface estate) provided, however, that operations for exploration or capture of any such sulfur, oil, gas, or other minerals shall be permissible so long as none of such operations shall be conducted so as to substantially interfere with Grantee's permitted uses in the Easement Property. Grantor, its heirs, successors, and assigns retains all right, title and interest in and to all underground water, percolating water, artesian water, and any other water from any and all depths and reservoirs, formations, depths and horizons beneath the surface of the Easement Property ("Grantor's Groundwater Rights"), including all existing permits, and contracts, if any, related to or pertaining to the Grantor's Groundwater Rights provided, however, that operations for exploration or capture of any such groundwater shall be permissible so long as none of such operations shall be conducted so as to substantially interfere with Grantee's permitted uses in the Easement Property. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights -of -way and prescriptive rights, reservations, any discrepancies, conflicts, or shortages in area or boundary lines; any encroachments or overlapping of improvements, surface agricultural and grazing uses or leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners or interest holders in any fences, structures or any other physical or natural feature situated on a common boundary. Grantee shall not permit any lien by any mechanic, laborer, or supplier to be filed against the Easement Property, Grantor's property, or any part thereof, arising out of work performed or materials supplied by, or at the direction of, or on behalf of Grantee, any Grantee contractor, or their respective officers, agents, employees or representatives or otherwise arising from the acts or omissions of the above -mentioned parties. If any such lien is filed, Grantee shall immediately give notice to Grantor thereof and cause such lien to be released of record. Temporary Construction Easement Rev. 20190609 D224182680 Page 3 of 14 Additionally, this grant and conveyance is further made subject to: i) Insurance. During the course of any operations or use under this Easement, Grantee shall require all of Grantee's agents or contractors and subcontractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations and use on the property of Grantor in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing Grantor an additional insured under such policies and providing Grantor with the policy_ Prior to commencement of operations or use of the Facility, Grantee's contractors operating on the Easement Property shall include Grantor as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance, and automobile liability insurance policies required by Grantee and shall include a waiver of subrogation on the contractor's workers' compensation insurance policy. ii) Damage Claims_ During the course of any operations or use under this Easement by Grantee's contactors, Grantee shall require all of Grantee's contractors to indemnify, hold harmless and defend at their own expense, Grantor and, including but not limited to, Grantor's heirs, successors, assigns, officers, directors, partners, members, managers, employees, agents, representatives, affiliates, tenants, invitees, contractors, successors, interest holders (collectively, the "Grantor Parties"), from and against (a) all claims or suits for property loss, property damage, and personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed in the installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such Grantor Parties, and loss or destruction of Grantor Parties' property arising from the performance of any of the terms and conditions of this Easement. The initial consideration given under this Easement does not include damages arising from Grantee's repair, maintenance, inspection, replacement, operation, or removal of the Facility from and after the initial construction and installation. Grantor has the right to, without limitation to any other damages or remedies whether in law or equity, monetary damages from Grantee arising from any of Grantee's actions or inactions on the Easement Property or other property owner by Grantor, including, but not limited to, the repair, maintenance, inspection, replacement, operation, or removal of the Facility after its initial construction and installation. Grantee shall promptly take all necessary remedial action at its sole cost and expense and promptly pay Grantor for any and all such other damages caused by Grantee. Grantee shall be responsible for any and all damages to persons or property caused by operation of the Facility, or the exercise of any rights granted hereunder to Grantee. To the extent permitted by Texas law and without waiving its sovereign immunity, Grantee agrees to indemnify, protect and hold harmless Grantor, its successors and assigns (collectively "Indemnitees") of and from any and all claims, demands, causes of action, damages, liabilities and costs (including, but not limited to reasonable attorney's fees, reasonable expert's fees and court costs) ("Costs"), arising out of injury to persons (including death), injury or damage to or loss of any property (real or personal) or improvements, remedial obligations required by applicable law, or violations of applicable law caused by Grantee, its agents, employees, servants, contractors, authorized parties. Nothing contained herein Temporary Construction Easement Rev.20190609 D224182680 Page 4 of 14 shall ever be construed so as to require the Grantee to assess, levy and collect any tax to fund its obligations under this Easement. Article XI Section 5 of the Texas Constitution provides that a city is prohibited from creating a debt unless the city levies and collects a sufficient tax to pay the interest on the debt and provides a sinking fund. The Grantee has not and will not create a sinking fund or collect any tax to pay any obligation created under this Easement. iii) Notice of Entry by Grantee. Prior to the initial entry on the Easement Property by Grantee or any of Grantee's contractors, agents or associated parties, Grantee shall, except in the event of an emergency, ensure written notice of entry is provided to Grantor, or to any party Grantor so designates, at least fifteen (15) calendar days before entry on to the Easement Property. Such notice shall include copies of all blueprints and plans related to such activity, specifying duration and scope of activity, date and time of entry, parties entering, the contact name and telephone number of the individual directing the activity, and timetables for construction, installation, repairs or other activity. Any subsequent, material changes to the aforementioned shall be made in writing to Grantor with (5) business days' advance notice. Should entry be needed for emergency purposes, the information will be provided to Grantor within a reasonable time from entry. iv) Restoration of Surface. Grantee shall, at its sole cost and expense, restore the Easement Property or any areas affected to substantially the same condition in which it existed prior to undertaking any such operations or activities, free of defects or hazardous conditions, at no cost to Grantor. Expressly including without limitation, Grantee shall restore the surface, including and not limited to, ensuring no permanent mounds, ridges, sinks, or trenches exist; the removal of rocks, the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and establishment of natural grasses, soil, or other landscaping and the repair, reconstruction, or replacement of fences, cross braces and cattle guards, sidewalks, driveways, roads or other surface improvements located upon or adjacent to the Easement Property or elsewhere that may have been removed, relocated, altered, damaged or destroyed as a result of Grantee's operation of the Easement. Grantee shall at its sole cost and expense maintain the Easement Property to minimize erosion. The Easement Property or any areas affected as result of Grantee's or Grantee's authorized parties' use of the Easement, shall be left in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. v) Assignment. Grantee may not assign all or any part of the rights granted herein in the absence of Grantor's written consent, which may be withheld for any reason whatsoever. Further, Grantor reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as Grantor deems appropriate which do not interfere with the use of the Facility by Grantee for the purposes set forth herein. vi) Severability; Construction. If any provision in this Easement agreement is for any reason unenforceable, to the extent the unenforceability does not destroy the basis of the bargain among the parties, the unenforceability will not affect any other provision of this Easement agreement, and this Easement agreement will be construed as if the unenforceable provision had never been a part of it. Whenever context requires, the singular will include the plural and vice versa. Article and Temporary Construction Easement Rev. 20190609 D224182680 Page 5 of 14 section headings in this Easement agreement are for reference only and are not intended to restrict or define the text of any section. vii) Release. At any time following the cessation of the rights set forth herein and/or termination of this Easement, Grantee agrees to, upon request of the Grantor, duly exercise and deliver, without charge, to Grantor, a termination or release (properly executed, acknowledged and in recordable form) of this Easement. viii) Compliance with Law. Notwithstanding anything contained herein to the contrary, the Grantee is solely responsible to abide by prevailing and relevant laws, rules and regulations. In the event any method or terms contained herein is contrary to the prevailing rules and regulations, it is the Grantee's responsibility to promptly notify the Grantor in writing. The Grantor is not responsible for any terms contained herein that may be contrary or in conflict with the relevant provisions of law. ix) Notices. Unless notified in writing of a different address, notices to Grantor shall be sent to: Michael Nazarian, Rachel Nazarian, and Rebekah Nazarian 757 81h Avenue Fort Worth, Texas 76104-2552 and notices to Grantee shall be sent to: City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 Attn: Telephone: Fax: The terms of this Easement are binding on the parties hereto and their successors and assigns. IT IS DISTINCTLY UNDERSTOOD AND AGREED THAT GRANTOR HAS NOT MADE, DOES NOT MAKE, AND SPECIFICALLY DISCLAIMS ANY WARRANTIES, REPRESENTATIONS, PROMISES, COVENANTS, AGREEMENTS, OR GUARANTIES OF ANY KIND OR CHARACTER, WHETHER EXPRESS, IMPLIED, STATUTORY, ORAL OR WRITTEN, OR OTHERWISE, PAST, PRESENT OR FUTURE, TO GRANTEE WITH RESPECT TO THE EASEMENT PROPERTY OR ABUTTING OR SURROUNDING PROPERTY, OR GRANTOR'S PROPERTY, INCLUDING BUT NOT LIMITED TO WARRANTIES OR REPRESENTATIONS AS TO MATTERS OF TITLE, PHYSICIAL OR ENVIRONMENTAL CONDITIONS, WETLANDS, ENDANGERED SPECIES, RESTRICTIONS DUE TO LANDMARK DESIGNATIONS, AVAILABILITY OF ACCESS, INGRESS OR EGRESS, VALUATION, GOVERNMENTAL APPROVALS, GOVERNMENTAL REGULATIONS, HISTORICAL DESIGNATIONS, ARCHEOLOGICAL SIGNIFICANCE , COVENANTS SET FORTH IN TEX. PROP. CODE ANN. §5.023 OR ANY OTHER MATTER OR THINGS RELATING TO OR AFFECTING THE EASEMENT PROPERTY, OR ABUTTING OR SURROUNDING PROPERTY, OR GRANTOR'S PROPERTY. GRANTEE ACKNOWLEDGES THAT GRANTEE, HAVING BEEN GIVEN THE OPPORTUNITY OF INSPECTION, IS RELYING SOLELY ON ITS OWN INSPECTION AND INVESTIGATION AND GRANTEE AGREES THAT IT HAS NOT RELIED UPON AND WILL NOT RELY UPON, EITHER Temporary Construction Easement Rev.20190609 D224182680 Page 6 of 14 DIRECTLY OR INDIRECTLY, ANY INFORMATION PROVIDED OR TO BE PROVIDED BY OR ON BEHALF OF GRANTOR OR ANY STATEMENT, ASSERTION, NON -ASSERTION, REPRESENTATION OR WARRANTY MADE BY OR ON BEHALF OF GRANTOR OR ITS OFFICERS, AGENTS OR REPRESENTATIVES. GRANTEE ACKNOWLEDGES AND AGREES THAT GRATOR IS TRANSFERRING AND GRANTING THE EASEMENT TO GRANTEE AND GRANTEE IS ACCEPTING SAID EASEMENTS IN ITS "AS IS, WHERE IS, AND WITH ALL FAULTS" CONDITION WITH ALL FAULTS AND DEFECTS, LATENT AND PATENT. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument_ When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement Rev.20190609 D224182680 Page 7 of 14 GRANTOR: CAMP BOWIE WEST HOLDINGS F, LLC, A By: NAZARIAN LIVING TRUST, MANAGING MEMBER DR. MICH 4LN RIAN, TRUSTEE RACHEL NAZARIAN, TRUSTEE REBEKAH NAZARIAN, TRUSTEE ACKNOWLEDGEMENT STATE OF JUG— ✓3 COUNTY OF TEXAS LIMITED LIABILITY COMPANY BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared cMk- (aW 71 &owttj-.- , known to me to be the same person whose name is subscribed to the forgoing instrument, and acknowledged to me that the same was the act of `( 604 F . I-U., and that he/she executed the same as the act of said L1_C— for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 7 day of , 204Y Y P� LAV O NN 5 K"E -ve, as Notary Public in and for the State of Texas oPF , Notary Public, StatE of z , Comm. Expires 03-31- 0 8 sjq�YYOF he Notary ID 73�79 38 Temporary Construction Easement Rev.20190609 D224182680 Page 8 of 14 GRANTOR: CAMP BOWIE WEST HOLDINGS F, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER DR. MICHAEL NAZARIAN, TRUSTEE Cf 0EL NAZARIAN, TRUSTEE REBEKAH NAZARIAN, TRUSTEE ACKNOWLEDGEMENT STATE OF1yt&Jq()1 L § COUNTY OF WvYor4 BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared RA'' "I /V0'Lo. ►-i D.n . 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 e. - o I' NPw Yof r and that he/she executed the same as the act of said New Yo i It for We purposes and consideration therein expressed and in the capacity therein stated. I� GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of c-o-tl , 20 a Notary Publictin an the State of Texas BIANCA L. BILLECI NOTARY PUBLIC -STATE OF NEW YORX No. 01816360512 Qualified in Richmond County My Commission Expires 06-19.202t Temporary Construction Easement Rev.20190609 D224182680 Page 9 of 14 GRANTOR: CAMP BOWIE WEST HOLDINGS F, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER DR. MICHAEL NAZARIAN, TRUSTEE RACHEL NAZARIAN, TRUSTEE EKATXFIVAZARIAN, TRUSTEE ACKNOWLEDGEMENT STATE OF Ot-A COUNTY OF0-wYcIt'§ �Qwioy� BEFORE ME, the undersigped authority, a Notary Public in and for the State of -Texas, - on this day personally appeared LL.p VPNG7Afis r7 , known to me to be the same person whose name is sub cribed tQ the foregoing instrument, and acknowledged to me that the same was lthO;a of1JTP : �, e::. and that he/she executed the same as the act of said f i�5for the purposes ur and consideration therein expressed and in the iilill�ir p p, I' capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of ,dd yy, Ip{� • .ems [ f C { ,p Jill[ fI,G14Fp s�. sli l� l+4I�i�kSJ .Se�h,�iy:il�l��'G �s'�!�',IGu tl�{i IN'��'�ia C: :r•`.da �lSIV xI�'�Wfi a�i2 a7�a1�i�S? , ° ,fi i .r'i �;,i. ... z' otary Public in a t e S to of-Tvir" BETTSY MORALES Notary Public - State of New York No. O1 M0005464 Qualified in Bronx County . My Commission F;xpires April 12 2027,, Temporary Construction Easement Rev. 20190609 D224182680 Page 10 of 14 By (Signature); . .. MIA (Print Name) itle Dana Burghdo Assistant City Manager APPROVED AS TO FORM AND LEGALITY By` (Signature): (Print Name) Title Matthew Murray Sr. Assistant City Attorney , ACKNOWLEDGEMENT STATE OF TEXAS §: COUNTY OF TARRANT §_ BEFORE ME, the undersigned au n, a Notary ubli in nd for the State of Texas,. on this day personally appeared v , of the City o : rt h, known to me to be the same person whose name is subscribed to the foregoing: ' trument, and acknowledged, to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND. AND SEAL OF OFFICE this I' day of ,2 ai117ililtiiifTtt U R P Notary Public in and for a St to of Texas - q i E of P. Temporary Construction Easement Rev.2019060.9 D224182680 Page 11 of 14 LEGAL DESCRIPTION TEMPORARY CONSTRUCTION EASEMENT BEING a 0.9403 acre (40,960 square foot) tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, City of Fort Worth, Tarrant County, Texas; said tract being part of that tract of land described in Special Warranty Deed to Camp Bowie West Holdings F, LLC recorded in Instrument No. D224122671 of the Official Public Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a concrete monument found in the south right-of-way line of West Freeway (a variable width right-of-way); THENCE along the said south line of West Freeway, the following three (3) calls: North 89*35'17" East, a distance of 195.50 feet to a concrete monument found; North 00°01'1T' East, a distance of 19.90 feet to a point; North 89°35'20" East, a distance of 1853.16 feet to a point; THENCE South 00°07'19" West, departing the said south line of West Freeway, a distance of 35.00 feet to the POINT OF BEGINNING; THENCE North 89'35'20" East, a distance of 90.00 feet to a point for comer, THENCE South 00007'19" West, a distance of 77.50 feet to a point for comer, THENCE South 45000'00" East, a distance of 152.68 feet to a point for comer, THENCE North 90°00'00" East, a distance of 114.30 feet to a point for comer, THENCE South 45°00'00" East, a distance of 74.27 feet to a point for comer; THENCE South 00'19'04" West, a distance of 125.07 feet to a point for corner in the south line of said Camp Bowie West Holdings F, LLC tract; - THENCE South 89035'19" West, along the said south line of the Camp Bowie West Holdings F, LLC tract, a distance of 10.00 feet to a point for corner; THENCE North 00'19'04" East, departing the said south line of the Camp Bowie West Holdings F, LLC tract, a distance of 126.41 feet to a point for corner; THENCE North 89'5241" West, a distance of 355.12 feet to a point for comer; THENCE North 00°07'19" East, a distance of 235.30 feet to the POINT OF BEGINNING and containing 40,960 square feet or 0.9403 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract described. EXHIBIT "A" TEMPORARY CONSTRUCTION EASEMENT pF T JONATHAN BURLESON, j �P: = ;"''~-c�•y ABSTRACT NO. 78 MICHAEL C. BILLINGSLEY CITY OF FORT WORTH •••=•"'••••••-"•••"•'• REGISTERED PROFESSIONAL *' - ...........................=••• TARRANT COUNTY, TEXAS LAND SURVEYOR NO. 6558 MICHAEL CLEO BILLINGSLEY CHERRY STREET, Kimlev*Horn 6558UN UNIT 11 SUITE 1300,p Q;FORT WORTH, TEXAS 76102 9 -�FES SX �: ' 0801 CherryStreet Unit 11, # 1300Tel. No. (817) 335-6511 'k FoctWoM, Texas 76102 FlRM # 10194040 www.ldmley-horn.com P H. 817-335-6511 S U R NI Drawn by I :ChM Date Pied No. Sheet No. michael.billingsley@kimley-horn.com N/A CDP 827a024 061291602 1OF2 PADILLA, CAELAN 8129)2024 9:58 AM 1\KIMLEY-HORN\CN_FTIMFTWSURVEVW61018380-WSI11364NCH NL\DVIGYEASE ENTS\0610 8i CH WL TC _CAMP BOWIE111WWWEEEST HOLDINGS F. LLC.DWG D224182680 Page 12 of 14 NORTH 0 100 200 GRAPHIC SCALE IN FEET WEST FREEWAY (A VARIABLE WDTH RIGHT-017-WAY) PROPOSED FUTURE RIGHT-0F4VAY LINE CMF (BY SEPARATE INSTRUMENT) (C.M.)—\�" N89'3520'E 1853.16 �N89.35`17"E �—NO.01'17"E 195'50' 19.90, CMF (C.M.) I - P.O.C.I LINE TABLE NO. BEARING L1 S00'07'19"W L2 N89'35'20"E L3 S00'07'19'W L4 S45°00'00"E L5 N90'00'00"E L6 S45`00'00"E NOTES :Ti L2 LEGEND P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRSC = 518" IRON ROD W1 "KHA" CAP SET IRF = IRON ROD FOUND CMF = CONCRETE MONUMENT FOUND C.M. = CONTROLLING MONUMENT T.C.E. = TEMPORARY CONSTRUCTION EASEMENT c+) I J T_C.E. L5 0.9403 ACRES 40,960 SQ. FT. CALLED 8.788 ACRE TRACT L10 CAMP BOWIE WEST HOLDINGS F, LLC (INST. NO. D224122671) LINE TABLE LENGTH NO. BEARING LENGTH CALLED 99.662 ACRE TRACT 35.00' L7 S00"19'04"W 125.07' CAMP BOWIE WEST 90.00, L8 S89'35'19'W 10.00' HOLDINGS D, LLC (INST. NO. D224122669) 77.50' L9 N00'19'04"E 126.41' 152.68' L10 N89'52'41'W 355.12' 114.30' L11 N00"07'19"E 235.30' 74.27' I r` = N ai$�� LU } U I w LO r Y W Vr J rn r` 0 > J _1 197 I 'C-1 I o U > 2A 0 o co� ~ = aO W t- F �¢ U N w jU =� Y z zy �¢.wQ i 13 I m U) z c o � Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone_ (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that the plat of survey accurately EXHIBIT "A" sets out the metes and bounds of the easement tract �QAk OF MICZC. INGSLEY REGISTERED PROFESSIONAL *'• ............................... LAND SURVEYOR NO. 6558 MICHAEL CLEO BILLINGSLEY! 801 CHERRY STREET, ..••'.....558 •�������'"'.--'" UNIT 11 SUITE 1300 `:,off 6�P\, � FORT WORTH, TEXAS 76102 9,Y•FESSk�: yo PH. 817-335-6511 •S U R michael.billingsley@kimley-horn.com PADILLA, CAELAN 8/29/2024 9:58AM \UCIMLEY+10RN1CN_FTIMFMI SURVEY%0610183804MS11136-INCH TEMPORARY CONSTRUCTION EASEMENT JONATHAN BURLESON, ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimlev*Horn 801 Cherry Street, Unit 11, #700Tel. No. (817) 335-6511 Fort Worth, Texas 76102 FIRM # 10194040 www.ldmley-hom.com Scale Drawn by Checked by Date Proied No; Sheet No. V=2W GDP MCB 8WIM4 061291602 2OF2 AULIDWGkEA8 MENTSX06101 380-WSIII h1CH WL TC -_CAMP BOVA WEST D224182680 Page 13 of 14 LEGAL DESCRIPTION TEMPORARY CONSTRUCTION EASEMENT BEING a 0.0723 acre (3,150 square foot) tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, City of Fort Worth, Tarrant County, Texas; said tract being part of that tract of land described in Special Warranty Deed to Camp Bowie West Holdings F, LLC recorded in Instrument No. D224122671 of the Official Public Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a concrete monument found in the south right-of-way line of West Freeway (a variable width right-of-way); THENCE along the said south line of West Freeway, the following three (3) calls: North 89*35'17" East, a distance of 195.50 feet to a concrete monument found; North 0000117" East, a distance of 19.90 feet to a point, North 89°35'20" East, a distance of 1853.16 feet to the POINT OF BEGINNING, - THENCE North 89°35'20" East, continuing along the said south line of West Freeway, a distance of 90.00 feet to a point for corner; THENCE South 00°07'19" West, departing the said south line of West Freeway, a distance of 35.00 feet to a point for comer; THENCE South 89°35'20" West, a distance of 90.00 feet to a point for comer, THENCE North 00'07'19" East, a distance of 35.00 feet to the POINT OF BEGINNING and containing 3,150 square feet or 0.0723 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract described. MICHA C. BILLINGSLEY mt::uIJ.I r-mED PROFESSIONAL ...:.......................:.. LAND SURVEYOR NO. 6558 MICHAEL CLEO BILLINGSLE EXHIBIT "B" TEMPORARY CONSTRUCTION EASEMENT JONATHAN BURLESON, ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS 801 CHERRY STREET, •'`•"'•'•••"'•'••'•"•""•' UNIT 11 SUITE 1300 ':,0 6558 �:= Kimlev)))Horn .p0 OAP: � FORT WORTH, TEXAS 76102 9N ••. F E S SX • : yo 801 Cherry Street, Unit 11, * 1300 Tel. No. (817) 335-6511 Fort Worth, Texas 76102 FIRM # 10194040 www.kimley4iom.com PH. 817-335-6511 S U Rv Scale Drawn by Checked by Date Proied No. Sheet No. michael.billingsley@kimley-horn.com N/A cDP Mce tiY172o2a os,2s,soz ,OF2 PADILLA, CAELAN 8292C24 9:28AM XWIMLEY-HORNICN—FTVNFTW SURVEYt061018380-WSIII36-INCH wUDVJQEAS MENTS\06101 380-WSII13 INCH M& TC _CAMP BOW11 WEST HOLDINGS F, LLC.DWG D224182680 Page 14 of 14 NORTH 0 100 200 GRAPHIC SCALE IN FEET CMF (C.M.) �N89"35'17"E "--NO°01'17"E 195.50' 19.90, CMF (C.M.) I - P.O.C.I LEGEND WEST FREEWAY (A VARIABLE VNDTH RIGHT-OF-WAY) PROPOSED FUTURE P.O.B. . O . B . RIGHT-OF-WAY LINE (BY SEPARATE INSTRUMENT) N89"3520.E 1853.15 L1 � J ` L3 T.C.E. 0.0723 ACRES 3,150 SQ. FT. CALLED 8.788 ACRE TRACT CAMP BOWIE WEST HOLDINGS F, LLC (INST. NO. D224122671) CALLED 99.662 ACRE TRACT CAMP BOWIE WEST HOLDINGS D, LLC (INST. NO. D224122669) P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRSC = 5/8" IRON ROD W/ "KHA" CAP SET IRF = IRON ROD FOUND CMF = CONCRETE MONUMENT FOUND C.M. = CONTROLLING MONUMENT T.C.E. = TEMPORARY CONSTRUCTION EASEMENT NOTES BOURKE C. HARVEY IRREVOCABLE TRUST (2012) (INST. NO. D218093312) LINE TABLE NO. BEARING LENGTH L1 N89"35'20"E 90.00, L2 SOO"07'19"W 35.00' L3 S89"35'20'W 90.00' L4 N00"OT19"E 35.00' 1 W ^ :z yCL CiZ Qm o m NC W CEO 2 � � O Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that the plat of survey accurately sets out the metes and bounds of the easement tract. MICHAEL C. BILLINGSLEY *.• = REGISTERED PROFESSIONAL .............................. LAND SURVEYOR NO. 6558 MICHAEL CLEO BILLINGSLEY] 801 CHERRY STREET, ............................... is 6558 UNIT 11 SUITE 1300 FORT WORTH, TEXAS 76102 ,0 9y•0FESSXCJ PH. 817-335-6511 michael.billingsley@kimley-horn.com PADILLA, CAELAN 8/29/2024 9:28 AM UKIMLEY-HORNICN_FTNAFTW SURVEYW61018380-WSIII 364NCH EXHIBIT "B" TEMPORARY CONSTRUCTION EASEMENT JONATHAN BURLESON, ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimlev*Horn 801 Chary Street.Unit 11.# 1300Tel. No. (817) 335-6511 Fort Worth, Texas 76102 FIRM # 10194040 ww .ldmley-hom.com Scale I Drawn by Checked by Date Pmiect No. Sheet No. 1-= 2W CDP MC B Z/2024 061291602 2 OF 2 11L\DWGIEAS MENTS\061018386-WSIII 36-NCH WL TC _CAMP BOWIE WEST D224182681 10/11/2024 04:20 PM Page: 1 of 14 Fee: $72.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records 0,� MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102688 Westside III Water Transmission Main Parcel No. 1 TE, Part 3 12501 Camp Bowie West Blvd. Jonathan Burleson Survey, Abstract 78 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: G� owy / GRANTOR: CAMP BOWIE WEST HOLDINGS D, LLC, A TEXAS LIMITED LIABILITY COMPANY GRANTOR'S MAILING ADDRESS (including County): 757 8TH AVENUE FORT WORTH, TARRANT, TX 76104-2552 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, as described and depicted in accordance with Exhibits "A" and "B", attached hereto and made a part hereof. It is further agreed and understood that Grantee will be permitted the use of said Easement Property as a temporary workspace for the purpose of constructing the Westside III Water Transmission Main. All rights granted within this Temporary Construction Easement shall cease upon the earlier to occur of. (i) completion of the Westside III Water Transmission Main Temporary Construction Easement Rev. 20190609 D224182681 Page 2 of 14 and its acceptance by Grantee; or (ii) two (2) years from the date that Grantee begins construction of the Westside III Water Transmission Main on the Property. Grantee shall be responsible to Grantor, its heirs, successors, assigns, or lessees, for any road damage caused by its use of Grantor's roads located within the Easement Property. Within sixty (60) days after completion of construction of the Facility, Grantee shall cause its contractors to restore the roads to their original condition, to Grantor's sole, but reasonable satisfaction, and at no cost to Grantor. This grant and conveyance of this easement does not include the right to carry onto the Easement Property or any other property owned by Grantor, firearms, fishing equipment, or other recreational equipment, or guns, alcohol, dogs or hazardous substances (other than those hazardous substances necessary to further the rights herein granted) or the right to enter Grantor's property, except for the Easement Property. The Grantee shall have the right to carry onto the Easement Property or any other property owned by Grantor only the equipment necessary for construction, operation, maintenance, replacement, upgrade, and repair of the Facility. Grantee shall keep all access routes free and clear of trash, litter and debris, and Grantee shall not store personal property on the Easement Property_ Grantor, its heirs, successors, and assigns reserve the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted. Grantor, its heirs, successors, and assigns reserves all right, title and interest in and to all sulfur, oil, gas, and other minerals in, on or under the Easement Property and elsewhere, including all rights to produce, extract, develop, oil, gas, and other minerals (whether by law classified as part of the mineral estate or the surface estate) provided, however, that operations for exploration or capture of any such sulfur, oil, gas, or other minerals shall be permissible so long as none of such operations shall be conducted so as to substantially interfere with Grantee's permitted uses in the Easement Property. Grantor, its heirs, successors, and assigns retains all right, title and interest in and to all underground water, percolating water, artesian water, and any other water from any and all depths and reservoirs, formations, depths and horizons beneath the surface of the Easement Property ("Grantor's Groundwater Rights"), including all existing permits, and contracts, if any, related to or pertaining to the Grantor's Groundwater Rights provided, however, that operations for exploration or capture of any such groundwater shall be permissible so long as none of such operations shall be conducted so as to substantially interfere with Grantee's permitted uses in the Easement Property. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights -of -way and prescriptive rights, reservations, any discrepancies, conflicts, or shortages in area or boundary lines; any encroachments or overlapping of improvements, surface agricultural and grazing uses or leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners or interest holders in any fences, structures or any other physical or natural feature situated on a common boundary. Grantee shall not permit any lien by any mechanic, laborer, or supplier to be filed against the Easement Property, Grantor's property, or any part thereof, arising out of work performed or materials supplied by, or at the direction of, or on behalf of Grantee, any Grantee contractor, or their respective officers, agents, employees or representatives or otherwise arising from the acts or omissions of the above -mentioned parties. If any such lien is filed, Grantee shall immediately give notice to Grantor thereof and cause such lien to be released of record. Temporary Construction Easement Rev. 20190609 D224182681 Page 3 of 14 Additionally, this grant and conveyance is further made subject to: i) Insurance. During the course of any operations or use under this Easement, Grantee shall require all of Grantee's agents or contractors and subcontractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations and use on the property of Grantor in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing Grantor an additional insured under such policies and providing Grantor with the policy_ Prior to commencement of operations or use of the Facility, Grantee's contractors operating on the Easement Property shall include Grantor as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance, and automobile liability insurance policies required by Grantee and shall include a waiver of subrogation on the contractor's workers' compensation insurance policy. ii) Damage Claims. During the course of any operations or use under this Easement by Grantee's contactors, Grantee shall require all of Grantee's contractors to indemnify, hold harmless and defend at their own expense, Grantor and, including but not limited to, Grantor's heirs, successors, assigns, officers, directors, partners, members, managers, employees, agents, representatives, affiliates, tenants, invitees, contractors, successors, interest holders (collectively, the "Grantor Parties"), from and against (a) all claims or suits for property loss, property damage, and personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed in the installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such Grantor Parties, and loss or destruction of Grantor Parties' property arising from the performance of any of the terms and conditions of this Easement. The initial consideration given under this Easement does not include damages arising from Grantee's repair, maintenance, inspection, replacement, operation, or removal of the Facility from and after the initial construction and installation. Grantor has the right to, without limitation to any other damages or remedies whether in law or equity, monetary damages from Grantee arising from any of Grantee's actions or inactions on the Easement Property or other property owner by Grantor, including, but not limited to, the repair, maintenance, inspection, replacement, operation, or removal of the Facility after its initial construction and installation. Grantee shall promptly take all necessary remedial action at its sole cost and expense and promptly pay Grantor for any and all such other damages caused by Grantee. Grantee shall be responsible for any and all damages to persons or property caused by operation of the Facility, or the exercise of any rights granted hereunder to Grantee. To the extent permitted by Texas law and without waiving its sovereign immunity, Grantee agrees to indemnify, protect and hold harmless Grantor, its successors and assigns (collectively "Indemnitees") of and from any and all claims, demands, causes of action, damages, liabilities and costs (including, but not limited to reasonable attorney's fees, reasonable expert's fees and court costs) ("Costs"), arising out of injury to persons (including death), injury or damage to or loss of any property (real or personal) or improvements, remedial obligations required by applicable law, or violations of applicable law caused by Grantee, its agents, employees, servants, contractors, authorized parties. Nothing contained herein Temporary Construction Easement Rev.20190609 D224182681 Page 4 of 14 shall ever be construed so as to require the Grantee to assess, levy and collect any tax to fund its obligations under this Easement. Article XI Section 5 of the Texas Constitution provides that a city is prohibited from creating a debt unless the city levies and collects a sufficient tax to pay the interest on the debt and provides a sinking fund. The Grantee has not and will not create a sinking fund or collect any tax to pay any obligation created under this Easement. iii) Notice of Entry by Grantee. Prior to the initial entry on the Easement Property by Grantee or any of Grantee's contractors, agents or associated parties, Grantee shall, except in the event of an emergency, ensure written notice of entry is provided to Grantor, or to any party Grantor so designates, at least fifteen (15) calendar days before entry on to the Easement Property. Such notice shall include copies of all blueprints and plans related to such activity, specifying duration and scope of activity, date and time of entry, parties entering, the contact name and telephone number of the individual directing the activity, and timetables for construction, installation, repairs or other activity. Any subsequent, material changes to the aforementioned shall be made in writing to Grantor with (5) business days' advance notice. Should entry be needed for emergency purposes, the information will be provided to Grantor within a reasonable time from entry. iv) Restoration of Surface. Grantee shall, at its sole cost and expense, restore the Easement Property or any areas affected to substantially the same condition in which it existed prior to undertaking any such operations or activities, free of defects or hazardous conditions, at no cost to Grantor. Expressly including without limitation, Grantee shall restore the surface, including and not limited to, ensuring no permanent mounds, ridges, sinks, or trenches exist; the removal of rocks, the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and establishment of natural grasses, soil, or other landscaping and the repair, reconstruction, or replacement of fences, cross braces and cattle guards, sidewalks, driveways, roads or other surface improvements located upon or adjacent to the Easement Property or elsewhere that may have been removed, relocated, altered, damaged or destroyed as a result of Grantee's operation of the Easement. Grantee shall at its sole cost and expense maintain the Easement Property to minimize erosion. The Easement Property or any areas affected as result of Grantee's or Grantee's authorized parties' use of the Easement, shall be left in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. v) Assignment. Grantee may not assign all or any part of the rights granted herein in the absence of Grantor's written consent, which may be withheld for any reason whatsoever. Further, Grantor reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as Grantor deems appropriate which do not interfere with the use of the Facility by Grantee for the purposes set forth herein. vi) Severability; Construction. If any provision in this Easement agreement is for any reason unenforceable, to the extent the unenforceability does not destroy the basis of the bargain among the parties, the unenforceability will not affect any other provision of this Easement agreement, and this Easement agreement will be construed as if the unenforceable provision had never been a part of it. Whenever context requires, the singular will include the plural and vice versa. Article and Temporary Construction Easement Rev. 20190609 D224182681 Page 5 of 14 section headings in this Easement agreement are for reference only and are not intended to restrict or define the text of any section. vii) Release. At any time following the cessation of the rights set forth herein and/or termination of this Easement, Grantee agrees to, upon request of the Grantor, duly exercise and deliver, without charge, to Grantor, a termination or release (properly executed, acknowledged and in recordable form) of this Easement. viii) Compliance with Law_ Notwithstanding anything contained herein to the contrary, the Grantee is solely responsible to abide by prevailing and relevant laws, rules and regulations. In the event any method or terms contained herein is contrary to the prevailing rules and regulations, it is the Grantee's responsibility to promptly notify the Grantor in writing_ The Grantor is not responsible for any terms contained herein that may be contrary or in conflict with the relevant provisions of law. ix) Notices. Unless notified in writing of a different address, notices to Grantor shall be sent to: Michael Nazanan, Rachel Nazanan, and Rebekah Nazarian 757 8tn Avenue Fort Worth, Texas 76104-2552 and notices to Grantee shall be sent to: City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 Attn: Telephone: Fax: The terms of this Easement are binding on the parties hereto and their successors and assigns. IT IS DISTINCTLY UNDERSTOOD AND AGREED THAT GRANTOR HAS NOT MADE, DOES NOT MAKE, AND SPECIFICALLY DISCLAIMS ANY WARRANTIES, REPRESENTATIONS, PROMISES, COVENANTS, AGREEMENTS, OR GUARANTIES OF ANY KIND OR CHARACTER, WHETHER EXPRESS, IMPLIED, STATUTORY, ORAL OR WRITTEN, OR OTHERWISE, PAST, PRESENT OR FUTURE, TO GRANTEE WITH RESPECT TO THE EASEMENT PROPERTY OR ABUTTING OR SURROUNDING PROPERTY, OR GRANTOR'S PROPERTY, INCLUDING BUT NOT LIMITED TO WARRANTIES OR REPRESENTATIONS AS TO MATTERS OF TITLE, PHYSICIAL OR ENVIRONMENTAL CONDITIONS, WETLANDS, ENDANGERED SPECIES, RESTRICTIONS DUE TO LANDMARK DESIGNATIONS, AVAILABILITY OF ACCESS, INGRESS OR EGRESS, VALUATION, GOVERNMENTAL APPROVALS, GOVERNMENTAL REGULATIONS, HISTORICAL DESIGNATIONS, ARCHEOLOGICAL SIGNIFICANCE , COVENANTS SET FORTH IN TEX. PROP. CODE ANN. §5.023 OR ANY OTHER MATTER OR THINGS RELATING TO OR AFFECTING THE EASEMENT PROPERTY, OR ABUTTING OR SURROUNDING PROPERTY, OR GRANTOR'S PROPERTY. GRANTEE ACKNOWLEDGES THAT GRANTEE, HAVING BEEN GIVEN THE OPPORTUNITY OF INSPECTION, IS RELYING SOLELY ON ITS OWN INSPECTION AND INVESTIGATION AND GRANTEE AGREES THAT IT HAS NOT RELIED UPON AND WILL NOT RELY UPON, EITHER Temporary Construction Easement Rev.20190609 D224182681 Page 6 of 14 DIRECTLY OR INDIRECTLY, ANY INFORMATION PROVIDED OR TO BE PROVIDED BY OR ON BEHALF OF GRANTOR OR ANY STATEMENT, ASSERTION, NON -ASSERTION, REPRESENTATION OR WARRANTY MADE BY OR ON BEHALF OF GRANTOR OR ITS OFFICERS, AGENTS OR REPRESENTATIVES. GRANTEE ACKNOWLEDGES AND AGREES THAT GRATOR IS TRANSFERRING AND GRANTING THE EASEMENT TO GRANTEE AND GRANTEE IS ACCEPTING SAID EASEMENTS IN ITS "AS IS, WHERE IS, AND WITH ALL FAULTS" CONDITION WITH ALL FAULTS AND DEFECTS, LATENT AND PATENT. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument- When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement Rev.20190609 D224182681 Page 7 of 14 GRANTOR: CAMP BOWIE WEST HOLDINGS D, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER t 11116 b (tt 2y DR. MICH L N RIAN TRUSTE( RACHEL NAZARIAN, TRUSTEE REBEKAH NAZARIAN, TRUSTEE ACKNOWLEDGEMENT STATE OF COUNTY OFD"^& BEFORE ME, the undersigned authority, a Notary Pubic in and for the State of Texas, on this day personally appeared 77 "a-.- - , . known to me to be the same person whose name is subscribed to the fol7going instrument, and acknowledged to me that the same was the act of MGd H -�, L,L-C— and that he/she executed the same as the act of said L/ C1 for the purposes and consideration therein expressed and in the capacity therein stated. c�Z 1 GIVEN UNDER MY HAND AND SEAL OF OFFICE this _ day of 20a ONE SPRY PVe LAV O N N 1= 5 KEITH Not Public inand for the State of Texas o Notary Public, State of Texas +� Comm. Expires 03-31-2028 q�oF� Notary l07377938 Temporary Construction Easement Rev.20190609 D224182681 Page 8 of 14 GRANTOR: CAMP BOWIE WEST HOLDINGS D, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER DR. MICHAEL NAZARIAN, TRUSTEE 4RACEL NAZARIAN, TRUSTEE REBEKAH NAZARIAN, TRUSTEE ACKNOWLEDGEMENT STATE OF N E"lr y0'(k- § COUNTY OF P6i-YOlff § jC BEFORE ME, the undersign d authority, a Notary Public in and for the State of T vAaa, on this day personally appeared Pali J /VaZoviA/n , 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 0- vk a +F)vew yd/K, and that he/she executed the same as the act of said Pevg61 K- for the purposes and consideration therein expressed and in the capacity therein stated. h GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of Notary Public ih and for the State of Texas BIANCA L. BILLECI NOTARY PUBLIC -STATE OF NEW YORK No. 0 t B 16360512 Qualified in Richmond County MYCommission Expires 06-19-2025 Temporary Construction Easement Rev.20190609 D224182681 Page 9 of 14 GRANTOR: CAMP BOWIE WEST HOLDINGS D, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER DR. MICHAEL NAZARIAN, TRUSTEE RACHEL NAZARIAN, TRUSTEE (:I' EKAH NA N, TRUSTEE ACKNOWLEDGEMENT STATE OFNt', UYak-§ COUNTY OF(,LVYJA'-§ BEFORE ME, the unders ned authority, a Notary Public in and for the State of Texas, on this day: personally appeared C%0.n known to me to be the same person whose name is su to the.foregaing instrument, and acknowledged to me i that the same w sthe a of and that he/she executed the same as the act of said v .S for the purposes and oonslderation therein expressed and in the 4 capacity therein stated: r ; GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of *i 7- sue' State of Texas BETTSY MORALES Notary Public •- State of New York c il 4 i _ : it . � I;. No:`�1M0005464 Ouaffiied in Bronx County :! „ ; _ ! W,COm 'ssiani Sxplrse April.12, 2027: It;r. Temporary Construction Easement Rev. 20190609 D224182681._._....___...._......................_... Page 10 of 14 By (Signature): ---- ` (Print Name) Dana Burghdoff itle Assistant City Manager APPROVED AS TO FORM AND LEGALITY ��eluu� ✓l�uiir.�� By (Signature):. (Print Name) Matthew Murray Title Sr. Assistant. City Attorney , ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE. ME, the undersigned arnly, a Nota u is i and for the State of Texas, on this day personally appeared > of the City o Fo orth, known to me to be the same person whose name is. subscribed to the foregoi nstrument, and acknowledged to me that the. same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER.MY HAND AND SEAL OF OFFICE this /�' day of &t4 N Zcti2 ,XN'� M U lip ���ff ✓r �'v$� . Notary Public in and for th Sta of Texas < 01 •'t; ..; ytY4aio Temporary construction Easement Rev. 20i90609 D224182681 Page 11 of 14 LEGAL DESCRIPTION TEMPORARY CONSTRUCTION EASEMENT BEING a 0.5522 acre (24,053 square foot) tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, City of Fort Worth, Tarrant County, Texas; said tract being part of that tract of land described in- Special Warranty Deed to Camp Bowie West Holdings D, LLC recorded in Instrument No. D224122669 of the Official Public Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a concrete monument found in the south right-of-way line of West Freeway (a variable width right-of-way); THENCE along the said south line of West Freeway, the following three (3) calls: North 89°35'17" East, a distance of 195.50 feet to a concrete monument found; North 00001'17" East, a distance of 19.90 feet to a point; North 89035'20" East, a distance of 1300.66 feet to a point at the northwest corner of a tract of land described in Special Warranty Deed to Camp Bowie West Holdings F, LLC recorded in Instrument No. D224122671 of said Official Public Records; THENCE South 00°07'47" West, departing the said south line of West Freeway and along the west line of said Camp Bowie West Holdings F, LLC tract, a distance of 400.00 feet to a point at the southwest corner of said Camp Bowie West Holdings F, LLC tract; THENCE North 89°35'19" East, along the south line of said Camp Bowie West Holdings F, LLC tract, a distance of 905.45 feet to the POINT OF BEGINNING; THENCE North 89°35'19" East, continuing along said south line of the Camp Bowie West Holdings F, LLC tract, a distance of 10.00 feet to a point for corner, THENCE South 00°19'04" West, departing the said south line of the Camp Bowie West Holdings F, LLC tract, a distance of 1,316.25 feet to a point for corner, THENCE South 00018'05" West, a distance of 1,087.87 feet to a point for comer in the south line of said Camp Bowie West Holdings D, LLC tract; THENCE South 76'46'23" West, along the said south line of the Camp Bowie West Holdings D, LLC tract, a distance of 10.29 feet to a point for corner; THENCE North 00`18'05" East, departing the said south line of the Camp Bowie West Holdings D, LLC tract, a distance of 1,090.28 feet to a point for comer, THENCE North 00*19'"' East, a distance of 1,316.13 feet to the POINT OF BEGINNING and containing 24,053 square feet or 0.5522 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract described. EXHIBIT "At' TEMPORARY CONSTRUCTION EASEMENT 0F.•T cuJONATHAN BURLESON, �?_: • ' T •-.y ABSTRACT NO. 78 MICHAEL C. BILLINGSLEY Ar CITY OF FORT WORTH REGISTERED PROFESSIONAL ... :....................... :... TARRANT COUNTY, TEXAS LAND SURVEYOR NO.6558 MICHAEL CLEO BILLINGSLEY 801 CHERRY STREET, ..1.................... Kimlev)>> Horn 6558 �, UNIT 11 SUITE 1300 •= O� Q;: FORT WORTH, TEXAS 76102 9 �FE S S��; = 0 801 Cherry Street, Unit 11. # 1300 Tel. No. (817) 335-6511 P H. 817-335-6511 tiQ S R E. Fort worm, Texas 76102 FIRM # 10194M wwwArnley-horn.com Scale Drawn by I Checked by Date Project No. �OFN40 michael.billingsley@kimley-horn.com NIA cDP MCB an9/2oz4 os,zslsoz pADILLA, CAELAN 8/29/2024 9:22 AM \WMLEY-HORNICN_FTVNFTW SURVEY1061018380-WSIII 364NCH NLIDWG\EAS ENTS10610 8360-WSIII 36-h1CH VrIL T� _CAMP BOWIE HOLDINGS D, LLC.DWG D224182681 Page 12 of 14 NORTH 0 100 200 GRAPHIC SCALE IN FEET CMF N89"35'20"E (C.M.) 1300.66, � — — -1-z— — �N89"35'17"E �NO"01'17"E 195.50' 19.90, CMF o (C.M.) v - P.O.O. ti 0 c LINE TABLE NO. BEARING LENGTH L1 N89"35'19"E 10.00, L2 S76"46'23'W 10.29' LEGEND WEST FREEWAY (A VARIABLE WIDTH RIGHT-OF-WAY) — PROPOSED FUTURE RIGHT-OF-WAY LINE (BY SEPARATE INSTRUMENT) o; CS UJ 0 2 rn � j¢ �Q atSU� 2 cc �— =)CALLED 8.788 ACRE TRACT za co rr m ¢ = a CAMP BOWIE WESTLO HOLDINGS F, LLC z I 6 W (INST. NO. D224122671) L1 Y L P.O.B. N89`3519"E 905.45' MANUCHER NAZARIAN (VOL. 9813, PG. 324) j P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRSC = 5/8" IRON ROD W/ "KHA' CAP SET IRF = IRON ROD FOUND CMF = CONCRETE MONUMENT FOUND C-M. = CONTROLLING MONUMENT T.C.E. = TEMPORARY CONSTRUCTION EASEMENT NOTES 0.5522 ACRES 24,053 SQ. FT. - N r ro cf) r CALLED 99.662 ACRE TRACT r CAMP BOWIE WEST I HOLDINGS D, LLC o 0 (INST_ NO. D224122669) rn r r 0 CD Z 0 (D U) TRACT 2 BOURKE C. HARVEY — (INST. NO. D218093312) MATCHLINE (SEE SHEET 3) Bearing system based on the Texas Coordinate. System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that the plat of survey accurately EXHIBIT "Btt sets out the metes and bounds of the easement tract. TEMPORARY CONSTRUCTION EASEMENT OF r JONATHAN BURLESON, ��?•��sT��y� ABSTRACT NO. 78 MICHAEL C. BILLINGSLEY *: :* CITY OF FORT WORTH REGISTERED PROFESSIONAL ... :....................... :... TARRANT COUNTY, TEXAS LAND SURVEYOR NO. 6558 MICHAEL CLEO BILLINGSLEY 801 CHERRY STREET, •`' 0 6558 •• ' •• • ""• UNIT 11 SUITE 1300 Kimlev)))Horn FORT WORTH, TEXAS 76102 9,y • .'` E S S� , O 801 Cherry Street, Unit 11, # 1300 Tat. No. (817) 335-6511 PH. 817-335-6511 0 .S U R E Fort Worth, Texas 76102 FIRM # 10194040 wm0ftley-hom.com Scale Drawn by Checked by Date Protect No. �ee' No. michael.billingSley@kimley-horn1"=200' CDP MCB 8/29/2024 0fi12916020F4PADILLA, CAELAN 8/29/2024 9:22 AM \\KIMLEY-HORNICN_FTIMFTW SURVEY\061018380-WSIII 36-INCH \/L\DWG\EASEMENTS1061018380-WSIII 36- NCH WLTCE_CAMP BOWIEST D224182681 Page 13 of 14 NORTH 0 100 200 GRAPHIC SCALE IN FEET LEGEND MATCHLINE (SEE SHEET 2) m m m Fm m T.C.E. _ I 0.5522 ACRES P.O.C. = POINT OF COMMENCING 24,053 SQ. FT. P.O.B. = POINT OF BEGINNING IRSC = 5/8" IRON ROD W/ "KHA" CAP SET IRF = IRON ROD FOUND CMF = CONCRETE MONUMENT FOUND C.M. = CONTROLLING MONUMENT T.C.E. = TEMPORARY CONSTRUCTION EASEMENT N C6 CID r r l.11 > II I '2CD N it m ��a. 0 0 } U r Z O �I W a YW~ J U O Cill I U . ¢ IC " co m CALLED 99.662 ACRE TRACT ¢ CAMP BOWIE WEST HOLDINGS D, LLC - (INST. NO. D224122669) z _ 0 w w m �^ a zZ O I2y J 13 N w N0D O I M w Cl 00 O CDN=or CD r UUcq FYO Z to O I w u) O O r rI O m Z Z cov I MATCHLINE (SEE SHEET 4) EXHIBIT "B" TEMPORARY CONSTRUCTION EASEMENT JONATHAN BURLESON, ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimlev*Horn 801 Cherry Street, Unit 11, # 1300l Tel. No. (817) 335-6511 FortWorth, Texas 76102 FIRM # 10194040 w .ldmley-hom.com Scale Drawn by Checked by Date Project No. Sheet No. V=21V CDP MCB 8f29..24 061291602 3OF4 PADILLA, CAELAN 812900249:22AMXAKIMLEY-HORNICN_FTVOFTW SURVEYW61018380-WS11136-INCH NLXDV40EAS� MENTS\0610 8380-WSIII36-INCH WL TCE_CAMP BOWIE ST D224182681 Page 14 of 14 NORTH 0 100 200 GRAPHIC SCALE IN FEET LEGEND P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRSC = 5/8" IRON ROD W/ "KHA" CAP SET IRF = IRON ROD FOUND CMF = CONCRETE MONUMENT FOUND C.M. = CONTROLLING MONUMENT T.C.E. = TEMPORARY CONSTRUCTION EASEMENT MATCHLINE (SEE SHEET 3) T.C.E. 0.5522 ACRES CD CR 24,053 SQ. FT. oco ti C) I 0 r r CALLED 99.662 ACRE TRACT CAMP BOWIE WEST HOLDINGS D, LLC (INST. NO. D224122669) CALLED 199.587 ACRE TRACT CAMP BOWIE WEST HOLDINGS B, LLC (INST_ NO. D224122667) w III c _c� P r o r o z w IC6 I'z2 o c U ¢ IZ� �m �¢ .3 w c m� 2a U, lZ � U m� 2co ¢¢ ti 2 I iN W M M rn F=� 0U� �LuO O co mz EXHIBIT "B" TEMPORARY CONSTRUCTION EASEMENT JONATHAN BURLESON, ABSTRACT NO. 78 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimlev*Horn 801 Cherry Street. Unit 11, # 1300Tel. No. (817) 335-6511 Fort Worth, Texas 76102 FIRM # 10194040 www.kimley-hom.cam Scale l Drawn by Checked by I Date Project No. �40F! etNPADILLA, CAELAN6/29@0249:22AM\U(IMLEY-FtORN1CN_FTNAFTWSURVEYl06101ti380-WSII13FrINCH(/JL\DWG\EASEMENTS\06101I 380-INS1113CrINCH9WL�TC l_CAMP BOWIETr D224182682 10/11/2024 04:20 PM Page: 1 of 12 Fee: $64.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records —Wo, � MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102688 Westside III Water Transmission Main Parcel No. 1 TE, Part 4 12501 Camp Bowie West Blvd. Jonathan Burleson Survey, Abstract 78 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: C/ `7, as '7 GRANTOR: CAMP BOWIE WEST HOLDINGS B, LLC, A TEXAS LIMITED LIABILITY COMPANY GRANTOR'S MAILING ADDRESS (including County): 757 8TH AVENUE FORT WORTH, TARRANT, TX 76104-2552 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, as described and depicted in accordance with Exhibits "A" and "B", attached hereto and made a part hereof. It is further agreed and understood that Grantee will be permitted the use of said Easement Property as a temporary workspace for the purpose of constructing the Westside III Water Transmission Main. All rights granted within this Temporary Construction Easement shall cease upon the earlier to occur of. (i) completion of the Westside III Water Transmission Main Temporary construction Easement Rev.20190609 D224182682 Page 2 of 12 and its acceptance by Grantee; or (ii) two (2) years from the date that Grantee begins construction of the Westside III Water Transmission Main on the Property. Grantee shall be responsible to Grantor, its heirs, successors, assigns, or lessees, for any road damage caused by its use of Grantor's roads located within the Easement Property. Within sixty (60) days after completion of construction of the Facility, Grantee shall cause its contractors to restore the roads to their original condition, to Grantor's sole, but reasonable satisfaction, and at no cost to Grantor. This grant and conveyance of this easement does not include the right to carry onto the Easement Property or any other property owned by Grantor, firearms, fishing equipment, or other recreational equipment, or guns, alcohol, dogs or hazardous substances (other than those hazardous substances necessary to further the rights herein granted) or the right to enter Grantor's property, except for the Easement Property. The Grantee shall have the right to carry onto the Easement Property or any other property owned by Grantor only the equipment necessary for construction, operation, maintenance, replacement, upgrade, and repair of the Facility. Grantee shall keep all access routes free and clear of trash, litter and debris, and Grantee shall not store personal property on the Easement Property. Grantor, its heirs, successors, and assigns reserve the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted. Grantor, its heirs, successors, and assigns reserves all right, title and interest in and to all sulfur, oil, gas, and other minerals in, on or under the Easement Property and elsewhere, including all rights to produce, extract, develop, oil, gas, and other minerals (whether by law classified as part of the mineral estate or the surface estate) provided, however, that operations for exploration or capture of any such sulfur, oil, gas, or other minerals shall be permissible so long as none of such operations shall be conducted so as to substantially interfere with Grantee's permitted uses in the Easement Property. Grantor, its heirs, successors, and assigns retains all right, title and interest in and to all underground water, percolating water, artesian water, and any other water from any and all depths and reservoirs, formations, depths and horizons beneath the surface of the Easement Property ("Grantor's Groundwater Rights"), including all existing permits, and contracts, if any, related to or pertaining to the Grantor's Groundwater Rights provided, however, that operations for exploration or capture of any such groundwater shall be permissible so long as none of such operations shall be conducted so as to substantially interfere with Grantee's permitted uses in the Easement Property. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights -of -way and prescriptive rights, reservations, any discrepancies, conflicts, or shortages in area or boundary lines; any encroachments or overlapping of improvements, surface agricultural and grazing uses or leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners or interest holders in any fences, structures or any other physical or natural feature situated on a common boundary_ Grantee shall not permit any lien by any mechanic, laborer, or supplier to be filed against the Easement Property, Grantor's property, or any part thereof, arising out of work performed or materials supplied by, or at the direction of, or on behalf of Grantee, any Grantee contractor, or their respective officers, agents, employees or representatives or otherwise arising from the acts or omissions of the above -mentioned parties. If any such lien is filed, Grantee shall immediately give notice to Grantor thereof and cause such lien to be released of record. Temporary Construction Easement Rev.20190609 D224182682 Page 3 of 12 Additionally, this grant and conveyance is further made subject to: i) Insurance. During the course of any operations or use under this Easement, Grantee shall require all of Grantee's agents or contractors and subcontractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations and use on the property of Grantor in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing Grantor an additional insured under such policies and providing Grantorwith the policy_ Priorto commencement of operations or use of the Facility, Grantee's contractors operating on the Easement Property shall include Grantor as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance, and automobile liability insurance policies required by Grantee and shall include a waiver of subrogation on the contractor's workers' compensation insurance policy. ii) Damage Claims. During the course of any operations or use under this Easement by Grantee's contactors, Grantee shall require all of Grantee's contractors to indemnify, hold harmless and defend at their own expense, Grantor and, including but not limited to, Grantor's heirs, successors, assigns, officers, directors, partners, members, managers, employees, agents, representatives, affiliates, tenants, invitees, contractors, successors, interest holders (collectively, the "Grantor Parties"), from and against (a) all claims or suits for property loss, property damage, and personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed in the installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such Grantor Parties, and loss or destruction of Grantor Parties' property arising from the performance of any of the terms and conditions of this Easement. The initial consideration given under this Easement does not include damages arising from Grantee's repair, maintenance, inspection, replacement, operation, or removal of the Facility from and after the initial construction and installation. Grantor has the right to, without limitation to any other damages or remedies whether in law or equity, monetary damages from Grantee arising from any of Grantee's actions or inactions on the Easement Property or other property owner by Grantor, including, but not limited to, the repair, maintenance, inspection, replacement, operation, or removal of the Facility after its initial construction and installation. Grantee shall promptly take all necessary remedial action at its sole cost and expense and promptly pay Grantor for any and all such other damages caused by Grantee. Grantee shall be responsible for any and all damages to persons or property caused by operation of the Facility, or the exercise of any rights granted hereunder to Grantee_ To the extent permitted by Texas law and without waiving its sovereign immunity, Grantee agrees to indemnify, protect and hold harmless Grantor, its successors and assigns (collectively "Indemnitees°) of and from any and all claims, demands, causes of action, damages, liabilities and costs (including, but not limited to reasonable attorney's fees, reasonable expert's fees and court costs) ("Costs"), arising out of injury to persons (including death), injury or damage to or loss of any property (real or personal) or improvements, remedial obligations required by applicable law, or violations of applicable law caused by Grantee, its agents, employees, servants, contractors, authorized parties. Nothing contained herein Temporary Construction Easement Rev. 20190609 D224182682 Page 4 of 12 shall ever be construed so as to require the Grantee to assess, levy and collect any tax to fund its obligations under this Easement. Article XI Section 5 of the Texas Constitution provides that a city is prohibited from creating a debt unless the city levies and collects a sufficient tax to pay the interest on the debt and provides a sinking fund. The Grantee has not and will not create a sinking fund or collect any tax to pay any obligation created under this Easement. iii) Notice of Entry by Grantee. Prior to the initial entry on the Easement Property by Grantee or any of Grantee's contractors, agents or associated parties, Grantee shall, except in the event of an emergency, ensure written notice of entry is provided to Grantor, or to any party Grantor so designates, at least fifteen (15) calendar days before entry on to the Easement Property_ Such notice shall include copies of all blueprints and plans related to such activity, specifying duration and scope of activity, date and time of entry, parties entering, the contact name and telephone number of the individual directing the activity, and timetables for construction, installation, repairs or other activity. Any subsequent, material changes to the aforementioned shall be made in writing to Grantor with (5) business days' advance notice. Should entry be needed for emergency purposes, the information will be provided to Grantor within a reasonable time from entry. iv) Restoration of Surface. Grantee shall, at its sole cost and expense, restore the Easement Property or any areas affected to substantially the same condition in which it existed priorto undertaking any such operations or activities, free of defects or hazardous conditions, at no cost to Grantor. Expressly including without limitation, Grantee shall restore the surface, including and not limited to, ensuring no permanent mounds, ridges, sinks, or trenches exist; the removal of rocks, the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and establishment of natural grasses, soil, or other landscaping and the repair, reconstruction, or replacement of fences, cross braces and cattle guards, sidewalks, driveways, roads or other surface improvements located upon or adjacent to the Easement Property or elsewhere that may have been removed, relocated, altered, damaged or destroyed as a result of Grantee's operation of the Easement. Grantee shall at its sole cost and expense maintain the Easement Property to minimize erosion. The Easement, Property or any areas affected as result of Grantee's or Grantee's authorized parties' use of the Easement, shall be left in a neat, clean and sanitary condition, free -of all trash, litter, garbage, refuse and debris. v) Assignment. Grantee may not assign all or any part of the rights granted herein in the absence of Grantor's written consent, which may be withheld for any reason whatsoever. Further, Grantor reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as Grantor deems appropriate which do not interfere with the use of the Facility by Grantee for the purposes set forth herein. vi) Severability; Construction. If any provision in this Easement agreement is for any reason unenforceable, to the extent the unenforceability does not destroy the basis of the bargain among the parties, the unenforceability will not affect any other provision of this Easement agreement, and this Easement agreement will be construed as if the unenforceable provision had never been a part of it. Whenever context requires, the singular will include the plural and vice versa. Article and Temporary Construction Easement Rev. 20190609 D224182682 Page 5 of 12 section headings in this Easement agreement are for reference only and are not intended to restrict or define the text of any section. vii) Release. At any time following the cessation of the rights set forth herein and/or termination of this Easement, Grantee agrees to, upon request of the Grantor, duly exercise and deliver, without charge, to Grantor, a termination or release (properly executed, acknowledged and in recordable form) of this Easement. viii) Compliance with Law. Notwithstanding anything contained herein to the contrary, the Grantee is solely responsible to abide by prevailing and relevant laws, rules and regulations. In the event any method or terms contained herein is contrary to the prevailing rules and regulations, it is the Grantee's responsibility to promptly notify the Grantor in writing. The Grantor is not responsible for any terms contained herein that may be contrary or in conflict with the relevant provisions of law. ix) Notices. Unless notified in writing of a different address, notices to Grantor shall be sent to: Michael Nazarian, Rachel Nazarian, and Rebekah Nazarian 757 8tn Avenue Fort Worth, Texas 76104-2552 and notices to Grantee shall be sent to: City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 Attn: Telephone: Fax: The terms of this Easement are binding on the parties hereto and their successors and assigns. IT IS DISTINCTLY UNDERSTOOD AND AGREED THAT GRANTOR HAS NOT MADE, DOES NOT MAKE, AND SPECIFICALLY DISCLAIMS ANY WARRANTIES, REPRESENTATIONS, PROMISES, COVENANTS, AGREEMENTS, OR GUARANTIES OF ANY KIND OR CHARACTER, WHETHER EXPRESS, IMPLIED, STATUTORY, ORAL OR WRITTEN, OR OTHERWISE, PAST, PRESENT OR FUTURE, TO GRANTEE WITH RESPECT TO THE EASEMENT PROPERTY OR ABUTTING OR SURROUNDING PROPERTY, OR GRANTOR'S PROPERTY, INCLUDING BUT NOT LIMITED TO WARRANTIES OR REPRESENTATIONS AS TO MATTERS OF TITLE, PHYSICIAL OR ENVIRONMENTAL CONDITIONS, WETLANDS, ENDANGERED SPECIES, RESTRICTIONS DUE TO LANDMARK DESIGNATIONS, AVAILABILITY OF ACCESS, INGRESS OR EGRESS, VALUATION, GOVERNMENTAL APPROVALS, GOVERNMENTAL REGULATIONS, HISTORICAL DESIGNATIONS, ARCHEOLOGICAL SIGNIFICANCE , COVENANTS SET FORTH IN TEX. PROP. CODE ANN. §5.023 OR ANY OTHER MATTER OR THINGS RELATING TO OR AFFECTING THE EASEMENT PROPERTY, OR ABUTTING OR SURROUNDING PROPERTY, OR GRANTOR'S PROPERTY. GRANTEE ACKNOWLEDGES THAT GRANTEE, HAVING BEEN GIVEN THE OPPORTUNITY OF INSPECTION, IS RELYING SOLELY ON ITS OWN INSPECTION AND INVESTIGATION AND GRANTEE AGREES THAT IT HAS NOT RELIED UPON AND WILL NOT RELY UPON, EITHER Temporary Construction Easement Rev. 20190609 D224182682 Page 6 of 12 DIRECTLY OR INDIRECTLY, ANY INFORMATION PROVIDED OR TO BE PROVIDED BY OR ON BEHALF OF GRANTOR OR ANY STATEMENT, ASSERTION, NON -ASSERTION, REPRESENTATION OR WARRANTY MADE BY OR ON BEHALF OF GRANTOR OR ITS OFFICERS, AGENTS OR REPRESENTATIVES. GRANTEE ACKNOWLEDGES AND AGREES THAT GRATOR IS TRANSFERRING AND GRANTING THE EASEMENT TO GRANTEE AND GRANTEE 1S ACCEPTING SAID EASEMENTS IN ITS "AS IS, WHERE IS, AND WITH ALL FAULTS" CONDITION WITH ALL FAULTS AND DEFECTS, LATENT AND PATENT. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement Rev.20190609 D224182682 Page 7 of 12 GRANTOR: CAMP BOWIE WEST HOLDINGS B, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER DR. MICH L N, TRUSTE RAC H E L NAZARIAN, TRUSTEE REBEKAH NAZARIAN, TRUSTEE ACKNOWLEDGEMENT STATE OF § COUNTY OF'1)1t''1'--�'6 BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared roing atuz��, known to me to be the same person whose name is subscribed to the foreinstrument, and acknowledged to me that the same was the act of C164JI-i 8, and that he/she executed the same as the act of said Z-&C- for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 7 day of 20 d Notaryy Public in and for the State of Texas F ONNE S KEITHry Public, State of7exas m. Expires 03-31-2028 otary ID 7377938 Temporary Construction Easement Rev.20190609 D224182682 Page 8 of 12 GRANTOR: CAMP BOWIE WEST HOLDINGS B, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER DR. MICHAEL NAZARIAN, TRUSTEE r EL NAZARIAN, TRUSTEE REBEKAH NAZARIAN, TRUSTEE ACKNOWLEDGEMENT STATE OF Ntj q0, t_ § COUNTY OFP,,vgo(c § N=w Yv�C BEFORE ME, the undersigned authont,Y, a Notary Public in and for the State of Trx s on this day personally appeared :A L1 N�zO�fO/� known to me to be the same person whose name is sub cribed to the foregoing instrument, and acknowledged to me that the same was the ac of a � r- NP w LIof and that he/she executed the same as the act of said POL, q D r for We purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this l J �'-4 b�� , 20 9Y Nka Publi4n'and for the State of Texas Temporary Construction Easement Rev.20190609 day of BIANCA L. BILLECI NOTARY PUBLIC -STATE OF NEW YORK No. 01816360512 Qualified in Richmond County MY Commission Expires 06-19-2025 D224182682 Page 9 of 12 GRANTOR: CAMP BOWIE WEST HOLDINGS B, LLC, A TEXAS LIMITED LIABILITY COMPANY By: NAZARIAN LIVING TRUST, MANAGING MEMBER DR. MICHAEL NAZARIAN, TRUSTEE RACHEL NAZARIAN, TRUSTEE REB KAH'N , TRUSTEE ACKNOWLEDGEMENT STATE OFJ r t,v &§ COUNTY OF N)eWYAJ BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texee, on this day personally appeared P.i e.k K)(-A7,ari ah , known to me to be the same person whose name is sybscribeo to the foregoing instrument, and acknowledged to me. that the same w s the a t of � 0 S-V'e' (�_ and that he/she executed the same as the act of said ST 0 for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of ,��Ew��dVlfl III 20� ht. ,,... Els i - I pa '� (�_,� "•'lil-=�:i� otary Public aifd e S to o T es1—l� Uh�l. i �a � �..ralMt��lg�tr'1a'{��IIiI��1P�^ 4Wikki�"^i.,"is>`q!Nj4!F•��'kFIP�G"i`.,:,q,sl• isu 11Va?r�t, �r, eprewya�d�tiF�r�mllp';PFIaIhRrtir-+clp¢'>Clt�al�nrrennu• r3nlriC+�°"��F?^hl�Jfi`'�w�.•:irwr�k,�il I�IdralP P v .BETTSY MORALES `"' - Notary Publlc -State of New Yorl� No. 01 M0005464 Qualified in Bronx County My Commission Expires April 12, 2027 ' { lj.;�i;.. �•.;�' I•:�'i;i' .i ii,`i :, Gikp ., i:' ! ,. QfJ �...:I•{: k'I' .. �i,. j.:,C. ;�!Ch' ;'j� •I. i'9Ri dCPe,'1; :; lLi !i- 1'!'.� aDl� ,.i: �'d;l� if!:• ,:IY ({ ip!t:iSI�i4'i�� i'.6S�i � P Temporary Cwiis .A&fEasehieiit'., . Rev. 2019d609 ' D224182682 Page 10 of 12 By (Signature)-' (Print Name) itle Dana Burghd Assistant City Manager APPROVED AS TO FORM AND LEGALITY By (Signature): M (Print Name) Matthew Murray ,Title ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § Sr. Assistant City Attorney BEFORE ME, the undersigned a on , a Notarvipubli.c q and for the State of Texas, on this day personally appeared , of the City PTorgkorth, known to me to be the same person whose name is subscribed to the foregoin strument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the: same as the act of the City of Fort Worth for the purposes and consideration therein, expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this /Q day of /Y �IffJTly 2lIJCl�. t3 K E f40Tfi�� �i K0Tq y _ 9T Notary Public in and for the Stat of Texas c: C: Temporary Construction. Easement Rev.-20190609 D224182682 Page 11 of 12 LEGAL DESCRIPTION TEMPORARY CONSTRUCTION EASEMENT BEING a 0.0938 acre (4,088 square foot) tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, City of Fort Worth, Tarrant County, Texas; said tract being part of that tract of land described in Special Warranty Deed to Camp Bowie West Holdings B, LLC recorded in Instrument No. D224122667 of the Official Public Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a 1-inch iron rod found at the southwest corner of a tract of land described as "TRACT 2" in Special Warranty Deed with Vendor's Lien to Bourke C. Harvey recorded in Instrument No. D218093312 of said Official Public Records; from said point a 1/24nch iron rod found at the southeast coiner of said Camp Bowie West Holdings B, LLC tract bears South 0'07'54" East, a distance of 828.46 feet; THENCE North 0'18'05" East, along the east line of said Camp Bowie West Holdings B, LLC tract, a distance of 254.50 feet to the POINT OF BEGINNING; THENCE North 80'03'39" West,, departing the said east line of the Camp Bowie West Holdings B, LLC tract, a distance of 38.07 feet to a point for corner; THENCE North 39'45'52" West, a distance of 19.36 feet to a point for corner, THENCE North 00'18'05" East, a distance of 358.30 feet to a point for comer in the north line of said Camp Bowie West Holdings B, LLC tract; THENCE North 76'46'23" East, along the said north line of the Camp Bowie West Holdings B, LLC tract, a distance of 10.29 feet to a point for corner; THENCE South 00'18'05" West, departing the said north line of the Camp Bowie West Holdings B, LLC tract, a distance of 357.06 feet to a point for corner, THENCE South 39'4952" East, a distance of 12.05 feet to a point for comer, THENCE South 80'03'39" East, a distance of 32.71 feet to a point for comer in the east line of said Camp Bowie West Holdings B, LLC tract; THENCE South 00'18'05" West, along the said east line of the Camp Bowie West Holdings B, LLC tracta distance of 10.14 feet to the POINT OF BEGINNING and containing 4,088 square feet or 0.0938 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract described. EXHIBIT 'W' TEMPORARY CONSTRUCTION EASEMENT OF JONATHAN BURLESON, 9/ / Z Z y �Q'.�••sT••'T�"q ABSTRACT NO. 78 G'• •`r CITY OF FORT WORTH MICHAELC. BILLINGSLEY *:• REGISTERED PROFESSIONAL ... :........................... TARRANT COUNTY, TEXAS LAND SURVEYOR NO.6558 MICHAEL CLEO BILLINGSLEY 801 CHERRY STREET, �� `...•.•�...•.•••••••••••••• UNIT 11 SUITE 1300 ,0 �Po6558 �:= Kimlev)))Horn FORT WORTH, TEXAS 76102 9y ••. FES S�� = yo 801 Cherry Sheet, Unit 11, # 1300 1 Tel. No. (81-1) 335,6511 PH. 817-335-6511 o Fort Worth, Texas 76102 RRM#10194040 www.kimley-hom.com S 8 R Scale Drawn by Checked by Date Project No. Sheet No. michael.billingsley@kimley-horn.com NIA CDP MOB 8rz6n024 061291602 1OF2 PADILLA, CAELAN 8/29/202410:05 AM \\IOMLEY-HORN\CN_FTVAFN SURVEV1061018380-WSI11364NCFINL\DWGIEA EMENTS\0610 8380-WS111 36-INCH WL T E_CAMP BONWEST HOLDINGS B, LLC.DWG D224182682 Page 12 of 12 LINE TABLE NO. BEARING LENGTH L1 N80°03'39'W 38.07' I CALLED 99.662 ACRE TRACT I� CAMP BOWIE WEST HOLDINGS D, LLC (INST. NO. D224122669) Il L 0.0938 ACRES 4,088 SQ. FT. NORTH 0 100 200 GRAPHIC SCALE IN FEET tY � CO II '02 U TRACT 2 w Q BOURKE C. HARVEY 3 (INST. NO. D218093312) L2 N39°45'52"W 19.36' L6 L3 N00°18'05"E 358.30' L7 L4 N76°4623"E 10.29' �L, L8 P.O.B. L5 S00°18'05"W 357.06' .�� JONATHAN BURLESON SURVEY, N L6 S39°45'52"E 12.05' ABs7RAcrNO.7E w L7 S80°03'39"E 32.71' CALLED 199.587 ACRE TRACT o CAMP BOWIE WEST CO L8 S00°18'05"W 10.14' HOLDINGS B, LLC (INST. NO. D224122667) z 1"IRF L LEGEND P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRSC = 5/8" IRON ROD W/ "KHA" CAP SET IRF = IRON ROD FOUND CMF = CONCRETE MONUMENT FOUND C.M. = CONTROLLING MONUMENT T.C.E. = TEMPORARY CONSTRUCTION EASEMENT NOTES P.O.C. m N <� w 'v 0 0 1/2"IRF U) ..V4 WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, EXHIBIT "B" hereby certifies that the plat of survey accurately sets out the metes and bounds of the easement tract TEMPORARY CONSTRUCTION EASEMENT OF JONATHAN BURLESON, �. �srE��"q� ABSTRACT NO. 78 ICHAEL C. BILLINGSLEY „�:• CITY OF FORT WORTH REGISTERED PROFESSIONAL ... :....................... ... TARRANT COUNTY, TEXAS LAND SURVEYOR NO.6558 MICHAEL CLEO BILLINGSLEY l 801 CHERRY STREET, ��•��•�---------•----•- UNIT 11 SUITE 1300 6558 �P,, Kim kov* Horn FORT WORTH, TEXAS 76102 801 Cherry Street, Unit 11, # 1300 / Tel. No. (817) 335-6511 PH. 817-335-6511 g R y EA Fort Worth, Texas 76102 FIRM # 10194040 ww .kimley-hom.com Scale I Drawn by Checked bV Date ProieclNo. Sheet No. michael.billingsley@kimley-horn.com 1"=20ty CDP MCB W/28=24 061291602 IOF2 PADILLA, CAELAN 8/291202410.05AM\WMLEY-HORNICN_FTVNFIW SURVEY1061018380-WSI1136-INCHNIL%DWGIEASEMENTS\061 18380-WSIII 3 INCH WL T E_CAMP Bo E WEST D222286329 12/13/2022 03:19 PM Page: 1 of 13 Fee: $67.00 Submitter: City of Fort Worth, TX Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK CPN 102688 Westside III Water Transmission Main Parcel # 5 PWFE JONATHAN BURLESON SURVEY, Abstract No. 78; WILLIAM ROBINSON SURVEY, Abstract No. 1274 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: M GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership GRANTOR'S MAILING ADDRESS (including County): 155 WALSH DRIVE ALEDO, PARKER COUNTY, TEXAS 76008 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TEXAS 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached and incorporated Exhibit "A", consisting of a 2-page metes and bounds description, and Exhibit "B", consisting of a 5-page plat depiction. GRANTOR, for the consideration of the agreements and covenants contained in GRANTOR and GRANTEE's Economic Development Agreement dated May 6, 2003 (City Secretary Contract No. 28585) (the "Economic Development Agreement"), as amended, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, a permanent easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility (hereafter referred to as the "Facility") within the Easement Property. The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to, manholes, manhole vents, lateral line connections, valves, transmission and Permanent Water Facility Easement -Walsh Rev. 20220203 D222286329 Page 2 of 13 reclaimed water pipelines, water meters, junction boxes in, upon, under and across a portion of the GRANTOR'S property as more fully described in Exhibit "A" and Exhibit "B" (the "Easement Property") attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter the Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing the Facility, but only through the Easement Property or on other routes across the GRANTOR'S property approved in writing by GRANTOR prior to commencement of construction of the Facility by GRANTEE. GRANTEE shall be responsible to GRANTOR for any road damage caused by its use of GRANTOR'S roads. Within 60 days after completion of construction of the Facility, GRANTEE shall cause its contractors to restore such roads to substantially the same condition in which they existed prior to construction of the Facility, at no cost to GRANTOR. This grant does not include the right to carry onto the Easement Property or any other property owned by GRANTOR firearms, fishing equipment, or other recreational equipment, or guns, alcohol, drugs, dogs, or hazardous substances (other than those necessary to further the rights herein granted), or the right to enter GRANTOR'S property, except for the Easement Property and approved roads. GRANTEE shall keep all access routes free and clear of trash, litter and debris, and GRANTEE shall not store personal property on the Easement Property. GRANTOR reserves the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted, provided, however, that GRANTOR covenants and agrees it will not use the Easement Property, nor allow third parties to use the Easement Property, in a manner that interferes with the operation, repair, or maintenance of the Facility. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights -of -way and prescriptive rights, reservations, surface agricultural and grazing leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners in any fences situated on a common boundary. This grant is further subject to and controlled in all respects by the terms and provisions of the Economic Development Agreement referenced above. Copies of this agreement may be obtained in the offices of GRANTEE shown above. Additionally, this grant and conveyance is further made subject to: i) Insurance. During the course of any construction activity under this Easement, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations on the property of GRANTOR in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing GRANTOR as an additional insured under such policies. Prior to commencement of construction of the Facility, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to include GRANTOR as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance and automobile liability insurance policies required by GRANTEE and shall require GRANTEE'S contractors operating on the Easement Property to provide GRANTOR with a waiver of subrogation on the contractor's workers' compensation insurance policy. Permanent Water Facility Easement -Walsh Rev. 20220203 D222286329 Page 3 of 13 ii) Damage Claims. During the course of any construction activity under this Easement or entry on the Easement Property by GRANTEE'S contractors, GRANTEE shall require all of GRANTEE'S contractors to indemnify, hold harmless and defend at their own expense, GRANTOR and its officers, directors, partners, members, managers, employees, agents, representatives, affiliates, successors and assigns (collectively, the "GRANTOR PARTIES"), from and against (a) all claims or suits for property loss, property damage, and personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed in installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such GRANTOR PARTIES, and loss or destruction of GRANTOR PARTIES' property arising from the performance of any of the terms and conditions of this Easement. iii) Notice of When Work Begins. GRANTEE shall notify GRANTOR at least 15 calendar days before beginning installation of the Facility. iv) Surface and Subsurface Crossings of Easement Property. GRANTOR may construct and maintain one or more concrete, asphalt, gravel or other improved driveway(s), road(s), parking area(s) or railway(s), as well as private storm drainage laterals and facilities, electrical lines, irrigation or other water lines, pipelines and other private or third -party utilities (collectively, the "Permitted Crossings") on the Easement Property; provided, however, (a) that each Permitting Crossing (other than parking areas) crosses the Facility at an angle between 45 degrees and 90 degrees, (b) that the Permitted Crossing does not interfere with the operation and maintenance of the Facility, (c) that GRANTOR has submitted plans for any Permitted Crossing within the Easement Property to GRANTEE for approval, which approval will not be unreasonably delayed, conditioned or withheld, (d) that any Permitted Crossing will be constructed with separations determined solely and reasonably by GRANTEE to be sufficient to protect the Facility, that no such separation shall be less than any statutory required minimum, and (e) that any measures determined solely by GRANTEE to be necessary to protect or relocate the Facility as a result of any Permitted Crossing shall be at the sole cost and expense of GRANTOR. v) Fences and Landscaping within Easement Property. GRANTOR may (a) build fences (unless construction of such fences requires a building permit, in which case Grantor must first obtain written consent for such fence from GRANTEE'S Water Department Director) within the Easement Property, and (b) landscape the surface of the Easement Property, but shall not have the right to plant trees or place hardscape (such as fountains, walls, or retaining walls) on the surface of the Easement Property without first obtaining the prior written consent for such hardscape from GRANTEE'S Water Department Director. Notwithstanding the foregoing, any fence constructed by GRANTOR across the Easement Property must not restrict GRANTEE's access to, along, or through the Easement Property and must, at a minimum, include 20' gates installed perpendicularly to the boundary of the Easement Property. vi) Restoration of Surface. Upon completion and acceptance of the Facility by GRANTEE, GRANTEE shall cause its contractors to promptly restore the Easement Property to substantially the same condition in which it existed prior to construction of the Facility, at no cost to GRANTOR. Expressly including without limitation, GRANTEE shall cause its contractors to restore the surface, including and not limited to, the removal of rocks, Permanent Water Facility Easement -Walsh Rev. 20220203 D222286329 Page 4 of 13 the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and establishment of natural grasses, and the repair, reconstruction, or replacement of fences, cross braces and cattle guards, or other surface improvements that may have been removed, relocated, altered, damaged or destroyed as a result of GRANTEE'S use of the Easement Property. Upon completion and acceptance of the Facility by GRANTEE, the Easement Property shall be left in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. GRANTOR shall also have the right to modify grades over the Facility by lowering pre-existing grades up to one foot or raising pre-existing grades up to three feet, provided that GRANTOR provides GRANTEE with prior notice of such grade modification, and in those cases where GRANTOR has submitted plans to modify grades over the Facility by more than the amounts stated above, provide additional protection of the Facility on a case -by -case basis as determined by GRANTEE. vii) Relocation of Facility. GRANTOR, at its expense, shall have the right to relocate any Facility installed pursuant to this Easement provided that the level of service provided by such Facility at the new location will not be impaired or disrupted in any respect either in the process of such relocation or after the completion thereof, and subject to GRANTEE'S approval of plans for the relocated Facility (including plans for mitigation of risk during such relocation), not to be unreasonably delayed, conditioned or withheld. viii) Consistent with the Economic Development Agreement. The rights granted herein are granted specifically to GRANTEE pursuant to and consistent with the terms of the Economic Development Agreement. GRANTEE may not assign all or any part of the rights granted herein in the absence of GRANTOR'S written consent, which may be withheld for any reason whatsoever. Further, GRANTOR reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as GRANTOR deems appropriate which do not interfere with the use of the Facility by GRANTEE for the purposes set forth herein. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto GRANTEE, and GRANTEE'S successors and assigns forever. But it is distinctly understood and agreed that this conveyance is made and accepted without covenants or warranties of any kind, either express, implied, statutory or otherwise, including but not limited to the covenants set forth in TEX. PROP. CODE ANN. §5.023. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [signatures on following page(s)] Permanent Water Facility Easement -Walsh Rev.20220203 D222286329 Page 5 of 13 GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership By: Walsh North Star Company, LLC, a Delaware limited liability company, its general partner By: RraZickerson, Vice President ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF PARKER § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Ryan Dickerson, Vice President of Walsh North Star Company, LLC, a Delaware limited liability company, as general partner of Walsh Ranches Limited Partnership, a Texas limited partnership, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Walsh Ranches Limited Partnership, a Texas limited partnership, and that he/she executed the same as the act of said limited liability company and limited partnership for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of I 1' ,JD' - YP BEXIE NOBLES * S* Notary Public, State of Texas a Comm. Expires 06-07-2023 WI-6oF Notary ID13204280-4 r(: 1� � Iotc public in and for the xas Permanent Water Facility Easement -Walsh Rev. 20220203 D222286329 Page 6 of 13 ACCEPTED BY: GRANTEE: City of Fort -Worth By (Signature). ZL u I (Print Name) (Title) Steve Cooke, Property Management Director APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) ►&-rc t azuv (Title) Ass%s ax Gvry Avh*+av ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Director, Property Management Department, City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of�-- 1p�Y p`. JEREMY VAN RITE o Notary Publlc- t of Texas * * Tarrant County Notary ID #12933313.0 of '` CommluM Exp. JUNE 15, 202a Not ublicydari f rb the State of Texas Permanent Water Facility Easement -Walsh Rev.20220203 D222286329 Page 7 of 13 EXHIBIT A LEGAL DESCRIPTION PERMANENT WATER FACILITY EASEMENT BEING a 9.5392 acre (415,528 square foot) tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, and the William Robinson Survey, Abstract No. 1274, City of Fort Worth, Tarrant County, Texas; said tract being part of those tracts of land described in Special Warranty Deed to Walsh Ranches Limited Partnership recorded in Volume 12624, Page 92 of the Deed Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a 1-inch iron rod found for the southwest corner of Lot 1, Block 10, Linkwood Estates, an addition to the City of Fort Worth, Tarrant County, Texas, according to the plat recorded in Volume 388-7, Page 87 of the Plat Records of Tarrant County, Texas; from said point a 1/2-inch iron rod found for the southwest corner of Lot 7, said Block 10 bears North 87e43'56" East, a distance of 480.00 feet; THENCE South 89051'54" East, along the south line of a called 54.709 acre tract of land (Tract 2) described in Special Warranty Deed with Vendor's Lien to Bourke C. Harvey, recorded in Instrument No. D218093312 of the Official Public Records of Tarrant County, Texas, a distance of 35.09 feet to the POINT OF BEGINNING; THENCE South 00*08'14" East, departing the said south line of Tract 2, a distance of 30.19 feet to a point for corner; THENCE North 89°52'00" East, a distance of 861.94 feet to a point for corner; THENCE South 64°01'32" East, a distance of 406.44 feet to a point for corner; THENCE South 42056'34" East, a distance of 171.72 feet to a point for corner; THENCE South 82023'43" East, a distance of 105.04 feet to a point for corner in the west line of Tract 1 described in the Substitute Trustee's Deed to Beryl Ariz Bypass, recorded in Instrument No. D220256447 of said Official Public Records; THENCE South 0001014" West, along the said west line of Tract 1, a distance of 436.73 feet to a point for corner; said point being the northwest corner of Lot 19, Block 30, Lost Creek Addition, an addition to the City of Fort Worth according to the plat recorded in Instrument No. D205157412 of said Plat Records; THENCE South 00010'37" West, at a distance of 141.91 feet passing a 5/8-inch iron rod found for the southwest corner of said Lot 19 and continuing in all a total distance of 1530.00 feet to a point for corner; THENCE South 89e37'52" East, a distance of 505.74 feet to a point for corner; THENCE South 34°23'59" East, a distance of 248.33 feet to a point for corner; THENCE South 03018'55" West, a distance of 691.16 feet to a point for corner; THENCE South 22034'46" West, a distance of 379.52 feet to a point for corner; THENCE South 01 e09'51" West, a distance of 989.91 feet to a point for corner; THENCE South 44000'43" West, a distance of 815.37 feet to a point for corner; THENCE South 83*29'18" East, a distance of 186.80 feet to a point for corner; THENCE South 06043'00" West, a distance of 49.99 feet to a point for corner; THENCE North 83029'22" West, a distance of 155.00 feet to a point for corner; CONTINUED ON SHEET 2 PERMANENT WATER & RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON SURVEY, ABST. NO. 78 AND THE WILLIAM ROBINSON SURVEY, ABST. NO. 1274 CITY OF FORT WORTH TARRANT COUNTY, TEXAS Kimlev*Horn 801 Cherry Street, Unit 11.111300Tel. No. (817) 3354511 Fort Worth, Texas 76102 FIRM N 10194040 wwwArnley-hom.com c le Drewn by Checked b I Date I Proled o I Sheet No, NA CRO MCS 7/1WI322 061018380 1OF7 HOPPER, BRAOIN 11/2912022 4:50 PM K:IFTW SURVEY1061018380-WSIII 36-INCH WL1DW01EASEMENTS1061018380- III 36-INCH _PERMANENT ESMT.DM D222286329 Page 8 of 13 EXHIBIT A LEGAL DESCRIPTION (CONTINUED) PERMANENT WATER FACILITY EASEMENT THENCE South 00801'02" West, a distance of 51.07 feet to a point for corner in the north right-of-way line of Interstate Highway No 20 (a variable width right-of-way); THENCE North 83*29'18" West, along the said north right-of-way of Interstate Highway No. 20, a distance of 32.71 feet to a point for corner; THENCE North 85853'18" West, continuing along the said north right-of-way of Interstate Highway No. 20, a distance of 218.97 feet to a point for corner; from said point a brass disk stamped "TXDOT" found bears North 85'53'18" West, a distance of 261.46 feet; THENCE North 03'51'11" East, departing the said north right-of-way of Interstate Highway No. 20, a distance of 49.99 feet to a point for corner; THENCE South 86°10'12" East, a distance of 158.78 feet to a point for corner; THENCE North 00800'26" East, a distance of 51.99 feet to a point for corner; THENCE North 44°00'43" East, a distance of 835.23 feet to a point for corner; THENCE North 01809'50" East, a distance of 979.75 feet to a point for corner; THENCE North 22°34'46" East, a distance of 380.49 feet to a point for corner; THENCE North 03*18'57" East, a distance of 665.60 feet to a point for corner; THENCE North 34°24'05" West, a distance of 205.11 feet to a point for corner THENCE North 89837'52" West, a distance of 549.22 feet to a point for corner; THENCE North 00*10'14" East, a distance of 1454.40 feet to a point for corner; THENCE North 45*10'14" East, a distance of 28.28 feet to a point for corner THENCE North 00°10'14" East, a distance of 424.68 feet to a point for corner; THENCE North 42°56'34" West, a distance of 295,06 feet to a point for corner; THENCE North 64°01'32" West, a distance of 385.54 feet to a point for corner; THENCE South 89°51'50" West, a distance of 858.52 feet to a point for corner; THENCE North 45*08'10" West, a distance of 31.57 feet to a point for corner; THENCE North 33853'10" West, a distance of 70.04 feet to a point for corner in the said south line of Tract 2; THENCE South 89°51'39" East, along the said south line of Tract 2, a distance of 69.41 feet to the POINT OF BEGINNING and containing 415,528 square feet or 9.5392 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. OF `MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL *' '* LAND SURVEYOR NO.6558 MICHAEL CLEO BILLINGSLE PERMANENT WATER & RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON SURVEY, ABST. NO. 78 AND THE WILLIAM ROBINSON SURVEY, ABST. NO. 1274 CITY OF FORT WORTH TARRANT COUNTY, TEXAS CHERRY STREET, ':•,0 6558 v,' UN Kimlleav* Horn UNIT 11 SUITE 1300 � •.,,po D�Q,•; Q FORT WORTH, TEXAS 76102 9,f;'•. FE S S� ..•;LO Bot cne"y sbeel, Unit 11, a 13oD Tel. Ne. (817� 335-6511 PH. 817-335-6511 D S R v E Furl Wor1n, Texas 76102 FIRM 11 10194040 wvnv.kimley-ham.mm Scale DreR by Checked by Dale 01 a. Sheet o michael.billingsley@kimley-horn.com N/A CRG MCB 7/16rz022 06101838D 1 20F7 HOPPER, BRADIN 11/29/2022 4:60 PM K:IFTW SURVEYW61018380-WSIII 36-INCH WLIDWGIEASEMENTZ061018380- SIII 38 INCH 4—PERMANEI ) SMT.DWG D222286329 Page 9 of 13 EXHIBIT B CALLED 54.709 ACRES (TRACT 2) BOURKE C. HARVEY -LINKHILL DRIVE (A 60 FOOT RIGHT-OF-WAY) NORTH 0 100 200 GRAPHIC SCALE IN FEET (INST. NO. D218093312) JI _I— LAq� P. O.1 I W. HOUSTON SURVEY- ABST. NO.719 P.O.B. — C. i 4 15 7 I i1 2 3 N87'43'66"E 6 1/2"IRF 1" IRF r480.00' r I. — �1_2 A 89 52' "E 861.94' L17 S 9°51'50 85B.52' JONATHAN BURLESON SURVEY- ABST. NO.78 LEGEND P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRF = IRON ROD FOUND BDF = BRASS DISK FOUND NOTES 9.6392 ACRES 415,528 SQ. FT. W BL0 3K 10 CO LIN�WOOD ESTNTES w (V L. 38E -7, PC 87) cn i— — w - z \ J U Q PERMANENT SEWER LINES AND WATER RECLAMATION EASEMENT (INST. NO. D205207195) WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract. PERMANENT WATER & RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON SURVEY, O F ABST. NO. 78 AND THE WILLIAM .�P.•••'�Isr' �y ROBINSON SURVEY, ABST. NO. 1274 MICHAEL C. BILLINGSLEY `''° ''d' CITY OF FORT WORTH REGISTERED PROFESSIONAL TARRANT COUNTY, TEXAS LAND SURVEYOR NO.6658 MICHAEL CLEO BILLINGSLEY . UN CHERRY STREET, 6558 Kimlev))Horn UNIT 11 SUITE 1300 �••;°,p0 �Q� FORT WORTH, TEXAS 76102 '�y' •. F8 S SRO.• y0 601 Chem street, Unit 11, a 1300 Tel. No. (817) 335-6511 PH. 817-335-6511 S U R V Fen Worth, Texas 76102 FIRMA 10194040 www.ldmloy-hom.com S_le Drewn by Checked by Dale I ProeG o. 18 eel michael.billingsley@kimley-horn.com 1'-2W cRG Mce 717LO22 0610183e0 30F7 HOPPER, BRADIN 11/29/2022 4:50 PM K:1FTW SURVEYl061018380-WSIII 36-INCH WL1DINMEASEMENTS.061018380- III 36-INCH _PERMANEIJ )=SMT,DWG D222286329 Page 10 of 13 EXHIBIT B — — —� SEWER LINE AND WATER \ RECLAMATION MAIN EAST-MENT 013 2 \ (INST. NO. D217291998) F � I—' /V64 07 4� q4 �� PERMANENT SEWER LINES Z 3 , AND WATER RECLAMATION rn ? EASEMENT m' 38Ssy, \ (INST. NO. D205207195) M _ rn9.5392 ACRES L4_ --I' 415,528 SQ. FT. w NORTH 0 100 200 GRAPHIC SCALE IN FEET vj- TRACT 1 � BERYL ARTZ BYPASS jc1 (INST. NO. D220256447) v C) o o / ; W. HOUSTON SURVEY-ABST. NO. 719 \ Z \to 18 SUN VIEW LANE SO°10'37"W JONATHAN BURLESON SURVEY- �141.91' 17 (A 50 FOOT RIGHT-OF-WAY) ABST. NO. 78 L15� / (\�C� 5/8" IRF DRAINAGE EASEMENT (INST. NO. D205047881) % 10' UTILITY EASEMENT CLO _—INST. NO. D205157412) 0 I BLOCK 30 WALSH RANCHES LIMITED — -i -4 LOST CREEK ADDITION \ PARTNERSHIP / z n I (INST.NO. D205157412) (VOL. 12624, PG. 92) m m o cn 4 O 9.5392 ACRES N z 415,528 SQ. FT. III I li• � 14ta �fi� � li. I� �+ � i+l .� .�. � � J.. MATCH LINE (SEE SHEET 5) PERMANENT WATER & RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON SURVEY, ABST. NO. 78 AND THE WILLIAM ROBINSON SURVEY, ABST. NO. 1274 CITY OF FORT WORTH LEGEND TARRANT COUNTY, TEXAS P.O.C. = POINT OF COMMENCING Kimle Horn P.O.B. = POINT OF BEGINNING IRF = IRON ROD FOUND 801 Cherry Street. Unit 11, 91300 Tel. No. (817) 33"511 BDF = BRASS DISK FOUND Pod Worth, Texas 76102 FIRM 410194040 www.ldmisy-hom.com cale by Dole Prolart No. 1 S 20V I DCRG I chocked CB b— B I 7/1182022 I 0610 8360 I Shoat 40F7 HOPPER, BRADIN 11292022 4:50 PM K:1FTW SURVEY1061018380-WSIII 36-INCH WL%DWG%EASEMENTSi061018380-WSIII361NCH D222286329 Page 11 of 13 EXHIBIT B MATCH LINE (SEE SHEET 4) Nip= 'um WPM iiiiimii no" 05 NORTH y o I 0 100 200 m ¢ 20 II / �0 I I I I I { GRAPHIC SCALE IN FEET / O fT1 O I I { M��I { a, A 0 �z 10' UTILITY EASEMENT (INST. NO. D205157412) z z/ WALSH RANCHES LIMITED PARTNERSHIP— 1 / WHO TON SURV=Y-ABST O. 719 LOST rREEK ADDITION 9.5392 ACRES PHASE VI I 415,528 SQ. FT. (INST. VO. D21019676 S8 °3 52"E 505.74' N89 37 52'W 549.22� ma's WALSH RANCHES LIMITE JONATHAN BURLESON SURVEY- PARTNERSHIP ABST, NO. 78 �y a�p d� (VOL. 12624, PG. 92) i i i MATCH LINE (SEE SHEET 6) k PERMANENT WATER & RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON SURVEY, ABST. NO. 78 AND THE WILLIAM ROBINSON SURVEY, ABST. NO. 1274 CITY OF FORT WORTH TARRANT COUNTY, TEXAS LEGEND P.O.C. = POINT OF COMMENCING Kimlev)))Horn P.O.B. =POINT OF BEGINNING IRF = IRON ROD FOUND 801 Cherry Street, Unll 11, A 13o0 Tel. No, (817) 335-8511 BDF = BRASS DISK FOUND Fort Worth, Texas 76102 FIRM 810194040 ~.kimley-hom.com Date1S 2k00 I DCRG y I �MCB by I 7/118Q022 I 06101B3B0 Prolect No. I SOF7 TOPPER, BRADIN 11129120224:50 PM K1FIW SURVEYW6101B3B0-WS11136-INCH WLIDWG%EASEMENTS.o81018380-WSIII38-INCH D222286329 Page 12 of 13 EXHIBIT B LEGEND MATCH LINE (SEE SHEET 5) CO 00 io N � M z WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) 9.5392 ACRES 0 416,528 SQ. FT. MATCH LIW (SEE SHEET 7) -� y NORTH 0 100 200 GRAPHIC SCALE IN FEET WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) PERMANENT WATER & RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON SURVEY, ABST. NO. 78 AND THE WILLIAM ROBINSON SURVEY, ABST. NO. 1274 CITY OF FORT WORTH TARRANT COUNTY, TEXAS P.O.C. = POINT OF COMMENCING Kimlav*Horn P.O.B. =POINT OF BEGINNING IRF = IRON ROD FOUND 801 Cherry slreel, unit t1, q 138o Tel. No. (817) 3358511 BDF = BRASS DISK FOUND Fort Worlh, Texas 76102 FIRM H 10194040 www.kimley-hom.com Scale Drawn bV I C e ed b I Dale I Pro No I Sheet No. V - 2W CRG MCB 7l1W022 861018380 8 OF 7 HOPPER, BRADIN 11I2912022 4:50 PM K:1FTW SURVEY108101838D-WSIII 36-INCH WLIDWGIEASEMENTS.061018380- 11136-INCH _PERMANENT ESMT.DWG D222286329 Page 13 of 13 EXHIBIT B NORTH 0 100 200 GRAPHIC SCALE IN FEET BDF "rxoor'� LINE TABLE NO. BEARING L1 S89'51'54"E L2 S00'08'14"E L3 S42'56'34"E L4 S82'23'43"E L5 583'29'1 WE L6 S06'43'00"W L7 N83'29'22"W L8 S00'01'02"W L9 N83'29'18"W L10 N85'53'18"W L11 NO3'51'11"E L12 S86'10'12"E L13 N00'00'26"E L14 N34'24'05"W L15 N45'10'14"E L16 N42'56'34"W L17 N45'08'10"W L18 N33'53'10W L19 S89'51'39"E (f L5 N85"53' — 16"yV 261.46 L10 9 LENGTH 39.05' 30.19' 171.72' 105.04' 186.80' 49.99' 165.00' 51.07' 32.71' 218.97' 49.99' 158.78' 51.99, 205.11' 28.28' 295.06' 31.57' 70.04' 69.41' MATCH LINE (SEE SHEET 6) rn w / o /N P / Z / 9.5392 ACRES 416,528 SQ. FT. / / WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) E . INTERSTATE HIGHWAY NO. 20 (A VARIABLE WIDTH RIGHT-OF-WAI) WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) JONATHAN BURLESON SURVEY- ABST NO. 78 PERMANENT WATER & RECLAIMED WATER LINE EASEMENT JONATHAN BURLESON SURVEY, ABST. NO. 78 AND THE WILLIAM ROBINSON SURVEY, ABST. NO. 1274 CITY OF FORT WORTH TARRANT COUNTY, TEXAS LEGEND P.O.C. = POINT OF COMMENCING Kimlev)))Horn P.O.B. = POINT OF BEGINNING IRF = IRON ROD FOUND 601 Cherry street, Unit 11. 01300 Tel. No. (817) 335-6511 BDF=BRASS DISK FOUND Fort worth, Taxes 76102 FIRM#10194040 www.ldmley-hom.00m Stele Dre b I Che ed b t l I Proled No. I el 1"= 200' CRG MCB 7/18R022 061018380 7 OF 7 HOPPER, BRADIN 11/29/2022 4:50 PM KAFTW SURVEY1061018380-WSIII 36-INCH WLIDWGIEASEMENTS11061018380- III 36-INCH PERMANE )=SMT.DWG D223190001 10/20/2023 04:46 PM Page: 1 of 8 Fee: $47.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records to, � MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU AREA NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CPN 102688 Westside III Water Transmission Main Parcel No. 6 PWFE 1 LIVE OAK PL, TARRANT COUNTY, TEXAS HOUSTON, WALTER SURVEY Abstract 719 Tract 7A r , • .,;:.;,�; STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH WATER FACILITY EASEMENT DATE: 94 ) �3 - D-,�D )-- 3 GRANTOR: BOURKE C. HARVEY, TRUSTEE OF THE BOURKE C. HARVEY IRREVOCABLE TRUST (2012) GRANTOR'S MAILING ADDRESS (including County): 1608 ROGERS RD FORT WORTH, TARRANT COUNTY, TX, 76107 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit A. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, inspection and repair of a single Permanent Water Main Facility, hereafter referred to as "Facility." The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to WATER FACILITY EASEMENT FORTWORTH. Rev. 20220109 D223190001 Page 2 of 8 manholes, manhole vents, lateral line connections, valves, a single main pipeline, water meters, and junction boxes in, upon, under and across a portion of the Easement Property, more fully described in Exhibit A attached hereto and incorporated herein for the transportation of water and reclaimed water, together with the right and privilege at any and all times to enter the Easement Property, including through the Grantor's adjacent property, for the purposes of constructing, operating, maintaining, replacing, upgrading, inspecting and repairing said Facility. In no event shall Grantor use the Easement Property in any manner which interferes in a material way or is inconsistent with the rights granted hereunder. Grantor may not erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit without Grantee's consent and only then in accordance with all applicable laws, rules, and regulations of general applicability. Notwithstanding the foregoing, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road, parking lot, or pad across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Grantee will use best efforts to avoid any contact with trees or bushes and to avoid damaging any improvements. If Grantee does not commence construction of the Facility within forty-eight (48) months from the date that this Easement is recorded, then this Easement shall immediately terminate. However, Grantee shall be able to extend the forty-eight (48) month deadline to commence construction by one additional period of twelve (12) months upon payment to Grantee in the amount of Twenty -Two Thousand Five Hundred Dollars and 00/100 ($22,500.00). In the event that the Facility is not used by Grantee for one hundred and twenty (120) consecutive months after construction of the Facility and its acceptance by Grantee, Grantee shall, upon the written request of Grantor, vacate and release this Easement. Use under this paragraph includes, without limitation, construction, operation, maintenance, replacement, upgrading, inspection, and repair. Grantee shall install any pipelines a minimum depth of forty-eight (48) inches from the surface of the ground. Grantee shall double ditch areas of the Easement Property that are disturbed by Grantee for the installation of the Facility. Double ditch shall mean removal of topsoil from the excavated trench, separated from the subsoil, and returned to the trench with subsoil returned to trench and topsoil returned to the top of the trench/subsoil. Topsoil and subsoil will not be mixed during construction. The initial consideration does not include damages arising from the repair, maintenance, inspection, replacement, operation, or removal of the Facility after the initial construction and installation. Grantor has the right to monetary damages arising from the repair, maintenance, inspection, replacement, operation, or removal of the Facility after its initial construction and installation. Grantee shall promptly pay Grantorforany and all other such reasonable damages caused by Grantee. WATER FACILITY EASEMENT FOR Rev. 20220109 D223190001 Page 3 of 8 Grantee agrees to notify Grantor at least one (1) week prior to entry upon the property for initial construction of the Facility. Within a reasonable time, following completion of the Facility, Grantee will provide Grantor an "as built" alignment showing the location of the Facility within the Easement Property. To the extent permitted by Texas law and without waiving its sovereign immunity, Grantee agrees to indemnify, protect and hold harmless the parties herein designated as "Grantor" and their successors and assigns (collectively' "Indemnitees") of and from any and all claims, demands, causes of action, damages, liabilities and costs (including, but not limited to reasonable attorney's fees, reasonable expert's fees and court costs) ("Costs"), arising out of injury to persons (including death), injury or damage to or loss of any property (real or personal) or improvements, remedial obligations required by applicable law, or violations of applicable law caused by Grantee, its agents, employees, servants, contractors. 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. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10th anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which this property interest was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this permanent easement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor. Grantee is fully entitled to rely on this warranty and representation in accepting this permanent easement. TO HAVE AND TO HOLD the above -described permanent easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, forever; and Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural_ [SIGNATURES APPEAR ON THE FOLLOWING PAGE] FORS H. WATER FACILITY EASEMENT Rev. 20220109 D223190001 Page 4 of 8 GRANTOR: BOURKE C. HARVEY, Trustee of the BOURKE C. HARVEY IRREVOCABLE TRUST (2012) 4- By: Bourke C. Harv�ustee BK Bourke C. Harvey, In idually ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF / lL►rrawt § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Bourke C. Harvev. Individually and as Trustee of the Bourke C Harvey Irrevocable Trust (2012), 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 Bourke C. Harvev and the Bourke C. Harvev Irrevocable Trust (2012) and that they executed the same as the act of said Bourke C. Harvev and the Bourke C. Harvev Irrevocable Trust (2012) for the purposes and consideration therein expressed and in the capacity therein stated. l GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of [SEAL] _ 6. rh Gt,ra- -� r- n L4 J t� BARBARAANN BROWN Notary Public, State of Texas _ Notary ID #131314565 My Commission Expires Name (printed): '�ortt� October 12, 2025 Notary's commission expires: WATER FACILITY EASEMENT Rev. 20220109 FoR_ r�WOR�TH. � D223190001 Page 5 of 8 ACCEPTED BY: GRANTEE: City of Fort Worth Aya LutAG k ff By (Signature): - aourghdoff(oct , 0317: scoil (Print Name) Dana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND LEGALITY -z&mow -, 41., By (Signature): (Print Name) Matt Murray (Title) Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Dana Burghdoff Assistant City Manager of the City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that they executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of [SEAL] G JEREMY VAN R(TE Notary Publiozwta of TTexas Tarrant County Notary ID #12933313-0 00mrrd"n EiP, JUNE 15, 2026 WATER FACILITY EASEMENT Rev. 20220109 Not ublic, Sfate of Texas NaKe Notary's commission expires: Foe` r - D223190001 Page 6 of 8 EXHIBIT A LEGAL DESCRIPTION PERMANENT WATER FACILITY EASEMENT BEING a tract of land situated in the Walter Houston Survey, Abstract No. 719, City of Fort Worth, Tarrant County, Texas, being part of a called 54.709 acre tract of land (Tract 2) described in Special Warranty Deed with Vendor's Lien to Bourke C. Harvey, recorded in Instrument No. D218093312 of the Official Public Records of Tarrant County, Texas, and being more particularly described as follows: COMMENCING at a 1-inch iron rod found for the southwest corner of Lot 1, Block 10, Linkwood Estates, an addition to the City of Fort Worth, according to the plat recorded in Volume 388-7, Page 87 of the Plat Records of Tarrant County, Texas; THENCE North 89°51'39" West, along the south line of said 54.709 acre tract, a distance of 39.16 feet to the POINT OF BEGINNING; THENCE continuing along the said south line of the 54.709 acre tract, North 89°51'39" West, a distance of 69.30 feet to a point for corner; THENCE departing the said south line of the 54.709 acre tract, North 33°53'10" West, a distance of 77.91 feet to a point for corner; THENCE North 79052'42" West, a distance of 1,119.66 feet to a point for corner in the west line of said 54.709 acre tract; from said point a 1-inch iron rod found for the southwest corner of said 54.709 acre tract bears South 00018,05" West, a distance of 258.67 feet; THENCE North 00018'05" East, along the said west line of the 54.709 acre tract, a distance of 30.45 feet to a point for corner; THENCE departing the said west line of the 54.709 acre tract, South 79052'42" East, a distance of 1,233.84 feet to a point for corner, THENCE South 00'08'14" East, a distance of 75.23 feet to the POINT OF BEGINNING and containing 41,775 square feet or 0.9590 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983 (2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. MICHAEL C. BILLINGSLEY ��� �•�•'� REGISTERED PROFESSIONAL ............................... LAND SURVEYOR NO.6558 MICHAEL CLEO BILLINGSLE PERMANENT WATER & RECLAIMED WATER LINE EASEMENT WALTER HOUSTON SURVEY, ABSTRACT NO. 719, CITY OF FORT WORTH TARRANT COUNTY, TEXAS 801 CHERRY STREET, '` """"""""""" UNIT 11 SUITE 1300 0 6558 �.' Kimlev*Horn FORT WORTH, TEXAS 76102 '94,1,••. F E S S��..•yo 801 Cherry Street, Unit 11, # 1300 Tel. No. (817) 335-6511 PH. 817-335-6511 Q .S U'R v Fort Worth, Texas 76102 FIRM # 10194040 www.kimley-hom.com Scale I Drawn by I Checked by Date Proect No. Sheet No. michael.billingsley@kimley-horn.com N/A GRW MCB 1 7/26/2022 1 061018380 1OF2 WILLIS, REN 7/28/2022 1:17 PM K:\FTW_SURVEY\061018380-WSIII 36-INCH WL\DWG\EASEMENTS\06101 1360-WSIII 361CH WL_PW WLE HARVEY.DWG D223190001 Page 7 of 8 LINE TABLE NO. BEARING LENGTH L1 N89°51'39"W L2 N89°51'39"W L3 N33"53'10"W L4 N00°18'05"E L5 S00°08'14"E U a L O _J r W a 00 00 0 L0 Z 0N as in �U'i ZO �o 0 Z > W U 1• IRF Z Q 39.16' 69.30' 77.91' 30.45' 75.23' NORTH -y 0 100 200 GRAPHIC SCALE IN FEET BLOCK 10 LINKWOOD ESTATES (VOL. 388-7, PG. 87) CALLED 54.709 ACRES (TRACT 2) BOURKE C. HARVEY I (INST. NO. D218093312) I PERMANENT SEWER LINE EASEMENT (INST. NO. D206060299) 0.9590 ACRES 41,775 SQ. FT. LINKHILL DRIVE (A 60 FOOT RIGHT-OF-WAY) 7 � 1zr—_� 11 i-�66' �1 WALTER HOUSTON SURVEY, ABSTRACT NO- 719 JONATHAN BURLESON, ABSTRACT NO. 78 I WALSH RANCHES LIMITED PARTNERSHIP (VOL. 12624, PG. 92) LEGEND P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING IRF = IRON ROD FOUND NOTES L2 P.O.B. P.O.C. 1" IRF — PERMANENT SEWER LINES AND WATER RECLAMATION EASEMENT (INST. NO. D205207195) Bearing system based on the Texas Coordinate System of 1983 (2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract. PERMANENT WATER FACILITY EASEMENT .OF.. WALTER HOUSTON SURVEY,'tP'�srE��.�q�, ABSTRACT NO. 719, MICHAEL C. BILLINGSLEY �� - *: � �:� CITY OF FORT WORTH REGISTERED PROFESSIONAL ...........................e... TARRANT COUNTY, TEXAS LAND SURVEYOR NO.6558 MICHAEL CLEO BILLINGSLEY UN CHERRY STREET, •';• A •••6558••••v:.• Kimlev*Horn UNIT 11 SUITE 1300 l •....0 �Q;•� FORT WORTH, TEXAS 76102 9,f; ••. F E S S��.: y o sot Cherry Sheet, Unit 11. # 1300 Tel. No. (817) 335.6511 • • Fort Worth, Texas 76102 FIRM # 10194040 w .klmley-ham.cam P H , 817-335-6511 S R Scale Draw„ I v Checked by D_le Project No, Sheet No. michael.billingsley@kimley-hom.com 11-200* GRw Mcs 7/26/2022 1 061018380 2OF2 WILLIS, REN 7/28/2022 1:17 PM K:1FTW_SURVEY1081018380-WSIII 36-INCH WLIDWG\EASEMENTS106101 :380-WSIII 36- NCH WL_PWR LE_HARVE .DWG D223190001 Page 8 of 8 CONSENT OF LIEN HOLDER Alamo Title GF# 6000182300049-LSK Origin Bank ("Lien Holder"), is the current lienholder of a Mortgage Deed of Trust dated Mav 1. 2018 executed by Bourke C. Harvev. Trustee of the Bourke C. Harvev Irrevocable Trust (2012).. to Richard E. Roberts. Trustee, as recorded Mav 1. 2018 in clerk's file No. D218093313, in the Real Property Records, of Tarrant County Texas, hereby consents to the foregoing Water Facility Easement and Temporary Construction Easement, executed by Bourke C. Harvev. Trustee of the Bourke C. Harvev Irrevocable Trust (2012) to Citv of Fort Worth and joins in the execution hereof solely as Lien Holder and does hereby agree that in the event of the foreclosure of said mortgage, or other sale of said property described in said mortgage and below under judicial or non -judicial proceedings, the same shall be sold subject to said Easement. SIGNED AND EXECUTED THIS 133'1"' STATE OF:py-(kS COUNTY OFTA,YI UINb, ) DAY OF 0AA-1 , 2023. Origin Bank, successor in National Associ i By: _ merger with BTH Bank, BEFORE ME, the undersigned authority, on this day personally appeared Uhii I J)-P81 noLr es, SV F for Origin Bank. known to me to be the person who acknowledged to me that they executed the same for the purposes and consideration therein expressed, in the capacity therein stated, as the act and deed of said Lienholder. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS FMEE WOOTEN ry Public, State of Torras m. Expires O1-24.2026 tary10 13354956-0 1001 day of O V f" 2023. Ar t/Wl V V NoiaPublic, State of -►�P,,c�ic My commission expires: D 1 p. lxy-u D222286331 12/13/2022 03:19 PM Page: 1 of 8 Fee: $47.00 Submitter: City of Fort Worth, TX Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK CPN 102688 Westside III Water Transmission Main Parcel # 17 & 18 TAE JONATHAN BURLESON SURVEY, Abstract No. 78 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY ACCESS EASEMENT DATE: ( 301 7027- GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership GRANTOR'S MAILING ADDRESS (including County): 155 WALSH DRIVE ALEDO, PARKER COUNTY, TEXAS 76008 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached and incorporated Exhibit'W', consisting of a 1-page metes and bounds description, and Exhibit "B", consisting of a 1-page plat depiction. GRANTOR, for the consideration of the agreements and covenants contained in GRANTOR and GRANTEE's Economic Development Agreement dated May 6, 2003 (City Secretary Contract No. 28585) (the "Economic Development Agreement"), as amended, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, the non-exclusive, temporary right to use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, as described and depicted in accordance with Exhibit "A" and Exhibit "B" (the "Easement Property") attached hereto and made a part hereof. Any such entry and use of the Easement Property by GRANTEE or its agents and independent contractors shall be permissive and shall not constitute a trespass. TEMPORARY ACCESS EASEMENT-WALSH Rev.20220810 D222286331 Page 2 of 8 It is further agreed and understood that GRANTEE will be permitted the use of said Easement Property for the purpose of accessing the Westside 111 Water Transmission Main improvements (the "Facility"), with the usual rights of ingress and egress in the necessary use of such Temporary Access Easement, providing free and uninterrupted pedestrian and vehicular ingress to and egress from GRANTEE'S adjacent properties or easements. GRANTEE'S permitted uses of this Temporary Access Easement shall NOT include material, equipment, and vehicular storage, staging, stockpiling, and layout within the Easement Property and GRANTEE shall not block the Easement Property from passage by others. All rights granted within this Temporary Access Easement shall cease and automatically terminate on the earlier of (i) upon completion of the Facility and its acceptance by GRANTEE, or (ii) the date that is three (3) years after the date of this Easement. GRANTEE shall be responsible to GRANTOR for any road damage caused by its use of the GRANTOR'S roads provided, however, that GRANTOR must notify GRANTEE of any such damage before the cessation of the rights set forth herein and/or termination of this Easement. This grant does not include the right to carry onto the Easement Property or any other property owned by GRANTOR firearms, fishing equipment, or other recreational equipment, or guns, alcohol, drugs, dogs, or hazardous substances (other than those necessary to further the rights herein granted), or the right to enter GRANTOR'S property, except for the Easement Property. GRANTEE shall keep all access routes free and clear of trash, litter and debris, and GRANTEE shall not store personal property on the Easement Property. GRANTOR reserves the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights -of -way and prescriptive rights, reservations, surface agricultural and grazing leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners in any fences situated on a common boundary. This grant is further subject to and controlled in all respects by the terms and provisions of the Economic Development Agreement referenced above. Copies of this agreement may be obtained in the offices of GRANTEE shown above. Additionally, this grant and conveyance is further made subject to: i) Insurance. During the course of any construction activity under this Easement, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations on the property of GRANTOR in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing GRANTOR as an additional insured under such policies. Prior to commencement of construction of the Facility, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to include GRANTOR as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance and automobile liability insurance policies required by GRANTEE and shall require GRANTEE'S contractors operating on the Easement Property to provide GRANTOR with a waiver of subrogation on the contractor's workers' compensation insurance policy. TEMPORARY ACCESS EASEMENT-WALSH Rev.20220810 D222286331 Page 3 of 8 ii) Damage Claims. During the course of any construction activity under this Easement or entry on the Easement Property by GRANTEE'S contractors, GRANTEE shall require all of GRANTEE'S contractors to indemnify, hold harmless and defend at their own expense, GRANTOR and its officers, directors, partners, members, managers, employees, agents, representatives, affiliates, successors and assigns (collectively, the "GRANTOR PARTIES"), from and against (a) all claims or suits for property loss, property damage, and personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed in installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such GRANTOR PARTIES, and loss or destruction of GRANTOR PARTIES' property arising from the performance of any of the terms and conditions of this Easement. iii) Notice of When Work Begins. GRANTEE shall notify GRANTOR at least 15 calendar days before beginning installation of the Facility. iv) Restoration of Surface. Upon completion and acceptance of the Facility by GRANTEE, GRANTEE shall cause its contractors to promptly restore the Easement Property to substantially the same condition in which it existed prior to construction of the Facility, at no cost to GRANTOR. Expressly including without limitation, GRANTEE shall cause its contractors to restore the surface, including and not limited to, the removal of rocks, the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and establishment of natural grasses, and the repair, reconstruction, or replacement of fences, cross braces and cattle guards, or other surface improvements that may have been removed, relocated, altered, damaged or destroyed as a result of GRANTEE'S use of the Easement Property. Upon completion and acceptance of the Facility by GRANTEE, the Easement Property shall be left in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. v) Relocation of Access Easement. GRANTOR, at its expense, shall have the right to relocate the Easement Property provided that such relocated Easement Property provides GRANTEE with access to the Facility. vi) Consistent with the Economic Development Agreement. The rights granted herein are granted specifically to GRANTEE pursuant to and consistent with the terms of the Economic Development Agreement. GRANTEE may not assign all or any part of the rights granted herein in the absence of GRANTOR'S written consent, which may be withheld for any reason whatsoever. Further, GRANTOR reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as GRANTOR deems appropriate which do not interfere with the use of the Facility by GRANTEE for the purposes set forth herein. vii) Release. Notwithstanding the foregoing, at any time following the cessation of the rights set forth herein and/or termination of this Easement, GRANTEE agrees to, upon request of GRANTOR, duly execute and deliver freely, without charge, to GRANTOR, a termination or release (properly executed, acknowledged and in recordable form) of this Easement. TEMPORARY ACCESS EASEMENT-WALSH Rev.20220810 D222286331 Page 4 of 8 TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto GRANTEE, and GRANTEE'S successors and assigns, shall continue until the cessation or expiration of the rights granted hereunder. But it is distinctly understood and agreed that this conveyance is made and accepted without covenants or warranties of any kind, either express, implied, statutory or otherwise, including but not limited to the covenants set forth in TEX. PROP. CODE ANN. §5.023. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [signatures on following page(s)] TEMPORARY ACCESS EASEMENT-WALSH Rev.20220810 D222286331 Page 5 of 8 GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership By: Walsh North Star Company, LLC, a Delaware limited liability company, its general partner By: Ryan rickerson, Vice President ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF PARKER § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Ryan Dickerson, Vice President of Walsh North Star Company, LLC, a Delaware limited liability company, as general partner of Walsh Ranches Limited Partnership, a Texas limited partnership, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Walsh Ranches Limited Partnership, a Texas limited partnership, and that he/she executed the same as the act of said limited liability company and limited partnership for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of 11- 3n -'ZA — — — iY1 BRIE NOBLES po ota ublic� for the StateCe s * Notary Public, State of Texas ,n�ro, Comm. Expires 06-07-2023 of Notary ID13204280-4 TEMPORARY ACCESS EASEMENT-WALSH Rev.20220810 D222286331 Page 6 of 8 ACCEPTED BY: GRANTEE: Ci Fort Worth By (Signature): X- (Print Name) (Title) Steve Cooke, Property Management Director APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) h4krc hkwv av (Title) AsssS%%--r Iry Anmv vy ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Director, Property Management Department, City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of %a--lo7—PeP— JEREMY VAN RITE Notary PubNo,State of Tepee * * Tarrant County Notary ID #12933313.0 COMM lubft EXP, JUNE 10, M No)&Y" ub�in and for the State of Texas TEMPORARY ACCESS EASEMENT-WALSH Rev. 20220810 D222286331 Page 7 of 8 EXHIBIT A LEGAL DESCRIPTION BEING a 0.3646 acre (15,883 square foot) tract of land situated in the Jonathan Burleson Survey, Abstract No. 78, City of Fort Worth, Tarrant County, Texas; said tract being part of those tracts of land described in Special Warranty Deed to Walsh Ranches Limited Partnership recorded in Volume 12624, Page 92 of the Deed Records of Tarrant County, Texas; said tract being more particularly described as follows: COMMENCING at a concrete monument found in the north right-of-way line of Interstate Highway No. 30 (a variable width right-of-way); THENCE North 83°50'21" East, along said north right-of-way line of Interstate Highway No. 30, a distance of 38.06 feet to the POINT OF BEGINNING; THENCE North 0°15'46" East, departing said north right-of-way line of Interstate Highway No. 30, a distance of 50.32 feet to a point for corner; THENCE North 0*17'34" East, a distance of 268.77 feet to a point for corner; THENCE North 86011'52" East, a distance of 49.98 feet to a point for corner in the west line of a called 45.87 acre tract of land (Tract 1), described in the Special Warranty Deed to Waste Management of Texas, Inc., recorded in Volume 12208, Page 2281 of said Deed Records; THENCE South 0015'45" West, along said west line of Tract 1, a distance of 317.00 feet to a point for corner; said point being in said north right-of-way line Interstate Highway No. 30; from said point a brass disk stamped "TXDOT" found in the said north right-of-way line of Interstate Highway No. 30 bears North 84040'01" East, a distance of 12.31 feet; THENCE South 83°50'21" West, a distance of 50.32 feet to the POINT OF BEGINNING and containing 15,883 square feet or 0.3646 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. TEMPORARY ACCESS EASEMENT JONATHAN BURLESON SURVEY T ABSTRACT NO. 78 MICHAEL C. BILLINGSLEY �''Os CITY OF FORT WORTH REGISTERED PROFESSIONAL ............................. TARRANT COUNTY, TEXAS LAND SURVEYOR NO.6558 MICHAEL CLEO BILLINGSLEY B01 CHERRY STREET, "'! """" 6558 5.! UNIT 11 SUITE 1300 ,0 Kimlev*Horn P FORT WORTH, TEXAS 76102 E S S�� yob BO, Cherry Sheet, Unit ll, n,3oo It Tel. No. (8,7) 335-65„ ' • ' (� Fort Worth, Texas 76102 FIRM k 10194040 vnxv.klmley hom.com PH. 817-335-6511 S U R v scale Dream by c e ea Date I eo e I Sheet No. michael.billingsley@kimley-horn.com NIA cRG MCB 10/3/2022 os,o,9350 1oF2 GENSHEIMER. RILEY 10/3/2022 3:04 PM K:IFTW SURVEY1081018380-WSIII 38-INCH WLIDWGIEASEMEN.51081018380- SIII 38-INC WL TAE 4.D G D222286331 Page 8 of 8 EXHIBIT B I NORTH 50' BARNETT GATHERING, I LP PIPELINE EASEMENT (INST. NO. D212068611) I 0 50 100 I GRAPHIC SCALE IN FEET WALSH RANCHES LIMITED PARTNERSHIP 50' ATMOS ENERGY (VOL. 12624, PG. 92) CORPORATION NATURAL I L3 GAS PIPELINE EASEMENT- (INST. NO. D213174809) � L�� I o I I N h I I w 50' ATMOS ENERGY r` -CORPORATION NATURAL I I z GAS PIPELINE EASEMENT I I y (INST. NO. D213174809) I 0.3646 ACRES / iJ 15,883 SC) PT ___-_______-,-------- --------------------- 30' SOUTHWESTERN GAS PIPELINE, INC. - NATURAL GAS PIPELINE EASEMENT (INST. NO. D207432986) LEGEND P.O.C. = POINT OF COMMENCING P.O.B. = POINT OF BEGINNING CMF = CONCRETE MONUMENT FOUND BDF = BRASS DISK FOUND NOTES P.O.C. CALLED 45.87 ACRES (TRACT 1) WASTE MANAGEMENT OF TEXAS, INC. (VOL. 12208, PG. 2281) LINE TABLE NO. BEARING LENGTH L1 N83°50'21"E 38.06' L2 N00°1546"E 50.32' L3 N86°11'52"E 49.98' L4 N84'40'01"E 12.31' L5 S83'50'21 "W 50.32' BDF "TXDOT" .1 INTERSTATE HIGHWAY NO. 30 (A VARIABLE WIDTH RIGHT-OF-WAY) Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract. TEMPORARY ACCESS EASEMENT JONATHAN BURLESON SURVEY CD F ABSTRACT NO. 78 MICHAEL C. BILLINGSLEY TOs CITY OF FORT WORTH REGISTERED PROFESSIONAL ............. *.TARRANT COUNTY, TEXAS LAND SURVEYOR NO.6558 O BILLINGSLEY801 CHERRY STREET, .. "' """'UNIT 11 SUITE 1300 58 �: Kim a >>>Horn PFORT WORTH, TEXAS 76102 S S��Gyo� 801 Cherry Street Un11,1, a 1300 Tel. No. (817) 335-8511 PH. 817-335-6511 .U.R v 4 Fort Worth, Texas 76102 FIRM # 10194040 www.ldmley-hom.com Scale Drewn b hacked by Da a Pro 01 o. eel o michael.billingsley@kimley-horn.com rS-18 CRG MCB 10/3/2022 0rolert o. 20F 2 tN GENSHEIMER, RILEY 1013/2022 4:08 PM K:1FTW SURVEY1061018380-WSIII 36-INCH WLIDWG%EASEMEWtS106,018380- SIII 36-INCH TAE 4.D D222286332 12/13/2022 03:19 PM Page: 1 of 8 Fee: $47.00 Submitter: City of Fort Worth, TX Electronically Recorded by Tarrant County Clerk in Official Public Records MARY LOUISE NICHOLSON COUNTY CLERK CPN 102688 Westside III Water Transmission Main Parcel # 19 TCE JONATHAN BURLESON SURVEY, Abstract No. 78 TARRANT COUNTY, TX STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: �Ogemwe 301 uwz, GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership GRANTOR'S MAILING ADDRESS (including County): 155 WALSH DRIVE ALEDO, PARKER COUNTY, TEXAS 76008 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached and incorporated Exhibit "A", consisting of a 1-page metes and bounds description, and Exhibit "B", consisting of a 1-page plat depiction. GRANTOR, for the consideration of the agreements and covenants contained in GRANTOR and GRANTEE's Economic Development Agreement dated May 6, 2003 (City Secretary Contract No. 28585) (the "Economic Development Agreement"), as amended, hereby grants, sells, and conveys to GRANTEE, its successors and assigns, the non-exclusive, temporary right to use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, as described and depicted in accordance with Exhibit "A" and Exhibit "B" (the "Easement Property") attached hereto and made a part hereof. Any such entry and use of the Easement Property by GRANTEE or its agents and independent contractors shall be permissive and shall not constitute a trespass. TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev.20220204 D222286332 Page 2 of 8 It is further agreed and understood that GRANTEE will be permitted the use of said Easement Property for the purpose of constructing the Westside III Water Transmission Main improvements (the "Facility"). All rights granted within this Temporary Construction Easement shall cease and automatically terminate on the earlier of (i) the date that is two (2) years after completion of the Facility and its acceptance by GRANTEE, or (ii) the date that is three (3) years after the date of this Easement. GRANTEE shall be responsible to GRANTOR for any road damage caused by its use of the GRANTOR'S roads. This grant does not include the right to carry onto the Easement Property or any other property owned by GRANTOR firearms, fishing equipment, or other recreational equipment, or guns, alcohol, drugs, dogs, or hazardous substances (other than those necessary to further the rights herein granted), or the right to enter GRANTOR'S property, except for the Easement Property. GRANTEE shall keep all access routes free and clear of trash, litter and debris, and GRANTEE shall not store personal property on the Easement Property. GRANTOR reserves the right to full use and enjoyment of the Easement Property, and the right to grant such rights to third parties, subject only to the rights herein granted. This grant and conveyance is made subject to: (1) all recorded and unrecorded restrictions, encumbrances, easements, covenants and conditions, rights -of -way and prescriptive rights, reservations, surface agricultural and grazing leases, oil, gas or other exploration agreements and leases and other instruments or contractual rights or obligations that affect the Easement Property; and (2) any rights of adjoining property owners in any fences situated on a common boundary. This grant is further subject to and controlled in all respects by the terms and provisions of the Economic Development Agreement referenced above. Copies of this agreement may be obtained in the offices of GRANTEE shown above. Additionally, this grant and conveyance is further made subject to: i) Insurance. During the course of any construction activity under this Easement, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to obtain and maintain in effect at all times comprehensive general liability insurance covering operations on the property of GRANTOR in an amount not less than Two Million Dollars ($2,000,000) per occurrence with an umbrella liability policy in an amount not less than Five Million Dollars ($5,000,000), showing GRANTOR as an additional insured under such policies. Prior to commencement of construction of the Facility, GRANTEE shall require all of GRANTEE'S contractors operating on the Easement Property to include GRANTOR as an additional insured party on the contractor's comprehensive general liability insurance, umbrella liability insurance and automobile liability insurance policies required by GRANTEE and shall require GRANTEE'S contractors operating on the Easement Property to provide GRANTOR with a waiver of subrogation on the contractor's workers' compensation insurance policy. ii) Damage Claims. During the course of any construction activity under this Easement or entry on the Easement Property by GRANTEE'S contractors, GRANTEE shall require all of GRANTEE'S contractors to indemnify, hold harmless and defend at their own expense, GRANTOR and its officers, directors, partners, members, managers, employees, agents, representatives, affiliates, successors and assigns (collectively, the "GRANTOR PARTIES"), TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev.20220204 D222286332 Page 3 of 8 from and against (a) all claims or suits for property loss, property damage, and personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed in installation of the Facility by such contractor and its officers, agents, employees, subcontractors, licensees, or invitees, and (b) any and all injuries to such GRANTOR PARTIES, and loss or destruction of GRANTOR PARTIES' property arising from the performance of any of the terms and conditions of this Easement. iii) Notice of When Work Begins. GRANTEE shall notify GRANTOR at least 15 calendar days before beginning installation of the Facility. iv) Restoration of Surface. Upon completion and acceptance of the Facility by GRANTEE, GRANTEE shall cause its contractors to promptly restore the Easement Property to substantially the same condition in which it existed prior to construction of the Facility, at no cost to GRANTOR. Expressly including without limitation, GRANTEE shall cause its contractors to restore the surface, including and not limited to, the removal of rocks, the replacement of topsoil to a minimum depth of six inches (6"), the reseeding and establishment of natural grasses, and the repair, reconstruction, or replacement of fences, cross braces and cattle guards, or other surface improvements that may have been removed, relocated, altered, damaged or destroyed as a result of GRANTEE'S use of the Easement Property. Upon completion and acceptance of the Facility by GRANTEE, the Easement Property shall be left in a neat, clean and sanitary condition, free of all trash, litter, garbage, refuse and debris. v) Consistent with the Economic Development Agreement. The rights granted herein are granted specifically to GRANTEE pursuant to and consistent with the terms of the Economic Development Agreement. GRANTEE may not assign all or any part of the rights granted herein in the absence of GRANTOR'S written consent, which may be withheld for any reason whatsoever. Further, GRANTOR reserves the right to grant other rights and easements across, over and under the Easement Property to such other persons as GRANTOR deems appropriate which do not interfere with the use of the Facility by GRANTEE for the purposes set forth herein. vi) Release. Notwithstanding the foregoing, at any time following the cessation of the rights set forth herein and/or termination of this Easement, GRANTEE agrees to, upon request of GRANTOR, duly execute and deliver freely, without charge, to GRANTOR, a termination or release (properly executed, acknowledged and in recordable form) of this Easement. TO HAVE AND TO HOLD the above -described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto GRANTEE, and GRANTEE'S successors and assigns, shall continue until the cessation or expiration of the rights granted hereunder. But it is distinctly understood and agreed that this conveyance is made and accepted without covenants or warranties of any kind, either express, implied, statutory or otherwise, including but not limited to the covenants set forth in TEX. PROP. CODE ANN. §5.023. TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev.20220204 D222286332 Page 4 of 8 This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [signatures on following page(s)] TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev,20220204 D222286332 Page 5 of 8 GRANTOR: WALSH RANCHES LIMITED PARTNERSHIP, a Texas limited partnership By: Walsh North Star Company, LLC, a Delaware limited liability company, its general partner By: RyanfDiers-on, Vice President ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF PARKER BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Ryan Dickerson, Vice President of Walsh North Star Company, LLC, a Delaware limited liability company, as general partner of Walsh Ranches Limited Partnership, a Texas limited partnership, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Walsh Ranches Limited Partnership, a Texas limited partnership, and that he/she executed the same as the act of said limited liability company and limited partnership for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of 1 1- I D' LZ F�Kotary BEXIE NOBLES Public, State of Texas Comm. Expires 06-07-2023`� NotaryID13204280-4 to lic ih and for the State_o `Te--xas TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev.20220204 D222286332 Page 6 of 8 ACCEPTED BY: GRANTEE: City of Fo Worth By (Signature): v (Print Name) (Title) Steve Cooke, Property Management Director APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) MAR •i (Title) As*ov%w Gov Awwwv ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Director, Property Management Department, City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this the date of JEREMY VAN RITE Notary PuWW0 State Of TOM * * Tiwant County) ". �� Notary ID #12933313-0 Of COMMI01on Exp. JUNE 15, 2= /ublic Noand for the State of Texas TEMPORARY CONSTRUCTION EASEMENT-WALSH Rev. 20220204 D222286332 Page 7 of 8 EXHIBIT A LEGAL DESCRIPTION BEING a 0.5658 acre (24,646 square foot) tract of land (Tract 1) and a 0.9723 acre (42,352 square foot) tract of land (Tract 2) situated in the Jonathan Burleson Survey, Abstract No. 78, City of Fort Worth, Tarrant County, Texas; said tracts being part of those tracts of land described in Special Warranty Deed to Walsh Ranches Limited Partnership recorded in Volume 12624, Page 92 of the Deed Records of Tarrant County, Texas; said tracts being more particularly described as follows: TRACT 1 COMMENCING at a concrete monument found in the north right-of-way line of Interstate Highway No. 30 (a variable width right-of-way); from said point a concrete monument found in the said north right-of-way line of Interstate Highway No. 30 bears South 89°34'48" West, a distance of 700.00 feet; THENCE North 83°50'21" East, along said north right-of-way line of Interstate Highway No. 30, a distance of 43.69 feet to a point; THENCE North 06`06'26" West, departing said north right-of-way line of Interstate Highway No. 30, a distance of 50.03 feet to the POINT OF BEGINNING; THENCE South 83°52'27" West, a distance of 41.09 feet to a point for corner; THENCE South 89°34'27" West, a distance of 179.50 feet to a point for corner; THENCE North 0e17'01" East, a distance of 0.87 feet to a point for corner; THENCE North 45e1T01" East, a distance of 70.71 feet to a point for corner; THENCE North 0*1T01" East, a distance of 88.49 feet to a point for corner; THENCE South 89°42'59" East, a distance of 170.32 feet to a point for corner; THENCE South 0°17'01" West, a distance of 132.55 feet to the POINT OF BEGINNING and containing 24,646 square feet or 0.5658 acres of land, more or less. COMMENCING at a concrete monument found in the north right-of-way line of Interstate Highway No. 30 (a variable width right-of-way); from said point a concrete monument found in the said north right-of-way line of Interstate Highway No. 30 bears South 89°34'48" West, a distance of 700.00 feet; THENCE South 89°34'48" West, along said north right-of-way line of Interstate Highway No. 30, a distance of 208.76 feet to a point; THENCE North 0°25'12" West, departing said north right-of-way line of Interstate Highway No. 30, a distance of 289.76 feet to the POINT OF BEGINNING; THENCE North 0017'01" East, a distance of 233.10 feet to a point for corner; THENCE South 89e44'14" East, a distance of 200.02 feet to a point for corner; THENCE South 0*15'46" West, a distance of 200.57 feet to a point for corner; THENCE South 86'11'52" West, a distance of 148.64 feet to a point for corner; THENCE South 45'17'01" West, a distance of 31.14 feet to a point for corner; THENCE North 89e42'59" West, a distance of 29.82 feet to the POINT OF BEGINNING and containing 42,352 square feet or 0.9723 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. TEMPORARY CONSTRUCTION EASEMENT 14 MICHAEL C. BILLINGSLEY REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6558 E �F. JONATHAN BURLESON SURVEY C '�P��sro (ys ABSTRACT NO. 78 :' #:' '••.* CITY OF FORT WORTH .......................:••• TARRANT COUNTY, TEXAS MICHAEL CLEO BILLINGSLEY 801 CHERRY STREET, "'! """"""'."""""" UNIT 11 SUITE 1300 ,off 6558 Pvr' Kimlev*Horn FORT WORTH, TEXAS 76102 �y �FE S S\0OQ fiot cherry slreel, unle 11, a 1300Tel. No. (817) 335.6511 • PH, 817-335-6511 S U RNI �� Fort Worth, Taxes 76102 FIRM # 10194040 www.kimley-hom.com Scale W Drawn by a e b I Pa No I Shoat No michael.billingsley@kimley-horn.com NIA CRG MCB 10/32022 06m1018380 10F2 GENSHEIMER. RILEY 10/3/2022 3:04 PM K:IFTW SURVEYX061018380-WSIII 36-INCH WLIDWGIEASEMEWRS1061o18380- SIII 36 INC WL TCE 4.D D222286332 Page 8 of 8 EXHIBIT B C S89°44'14"E 200.02' ^ NORTH j I Z Z it 2 TRACT 1 / � I N 50 100 N WASTE MANAGEMENT 0 0 o I m N OF TEXAS, INC. TRACT 2 N W M I Z o (VOL. 12208, PG. 2281) GRAPHIC SCALE IN FEET N �yj J Z W /0.9723 ACRES/ 7 I W a WALSH RANCHES /42,352 SQ. FT. " I m a z LIMITED PARTNERSHIP o/ N i J V I LINE TABLE (VOL. 12624, PG. 92) Z / I � NO. BEARING LENGTH L1 N83°50'21 "E 43.69' P.O.B. g °1 '52 W 14 .64 L8 � I L2 N06°O6'26'W 50.03' L3 S83°52'27'W 41.09' L4 N00°17'01"E 0.87' 50' ATMOS ENERGY L' — � I � I CORPORATION NATURAL L5 N45°17'01 "E 70.71' — I I I GAS PIPELINE EASEMENT I I I L6 N00°17'01"E 88.49' (INST. NO. D213174809) Z. I S89°42'59"E 170.32' L7 S45°17'01"W 31.14' co , 50' ATMOS ENERGY � I � r> L8 N89°42'59'W 29.82 CORPORATION NATURAL_ zv / TRACT 1 GAS PIPELINE EASEMENT NI oJ /Q°5658 ACRES — — (INST. NO. D213174809) — — zz , � � I -24,646 SQ. FT.� I1-4 / � P.O.B. -_—_—_---- — S8 °34'11 9.5' _ _ I 889°34'48"W 208.76"— S89°34'48"W 700.09 VCMF 30' SOUTHWESTERN GAS PIPELINE, INC. P • O • C • — NATURAL GAS PIPELINE EASEMENT (INST. NO. D207432986) LEGEND INTERSTATE HIGHWAY NO. 30 P.O.C. = POINT OF COMMENCING (A VARIABLE WIDTH RIGHT-OF-WAY) P.O.B. = POINT OF BEGINNING CMF = CONCRETE MONUMENT FOUND NOTES Bearing system based on the Texas Coordinate System of 1983(2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract. TEMPORARY CONSTRUCTION EASEMENT �E OF JONATHAN BURLESON SURVEY /0�3�2 z ��''��sTrac�'rycsl ABSTRACT NO. 78 ICHAEL C, BILLINGSLEY �' REGISTERED PROFESSIONAL *� •'* CITY OF FORT WORTH ...:....................•••.••• TARRANT COUNTY, TEXAS LAND SURVEYOR NO. 6558 MICHAEL CLEO BILLINGSLEY 801 CHERRY STREET, " `" " " ""' •""'• UNIT 11 SUITE 1300 '.,off 6558 Pvr Kimlev)))Horn FORT WORTH, TEXAS 76102 9y �FE S S�� O� 801 Chem Street, unit 11. # 1300I Tel. No. (817) 335-6511 PH. 817-335-6511 •S R �� Fen Werth, Texas 78102 FIRM#10194040 w"Almley-hom.com Scale Drewn b Che ed b Dee I P ecl No. I S ea michael.blllingSley@klmley-horn.Com 1^=100 cRG Mce 10r�n022 061018380 20F2 GENSHEIMER. RILEY 10/3/2022 3:04 PM KAFTW SURVEY1081018380-WSIII 36-INCH WLOWGWASEMENTS1061018380- 8III36-INC WL TCE 4.D G D223190000 10/20/2023 04:46 PM Page: 1 of 7 Fee: $43.00 Submitter: Alamo Title Company - DFW Electronically Recorded by Tarrant County Clerk in Official Public Records o�.� 1,3 MARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU AREA NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD /N THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER, CPN 102688 Westside III Water Transmission Main Parcel No. 21 TCE 1 LIVE OAK PL, TARRANT COUNTY, TEXAS HOUSTON, WALTER SURVEY Abstract 719 Tract 7A�'�`°```� STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: BOURKE C. HARVEY, TRUSTEE OF THE BOURKE C. HARVEY IRREVOCABLE TRUST (2012) GRANTOR'S MAILING ADDRESS (including County): 1608 ROGERS RD FORT WORTH, TARRANT COUNTY, TX, 76107 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING a tract of land more particularly described in the attached Exhibit B. Grantor, for the Consideration paid to Grantor, hereby grants, sells, and conveys to Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, as described and depicted in accordance with Exhibit B attached hereto and made a part hereof, and ingress and egress over Grantor's property to the Easement Property. Foe H. TEMPORARY CONSTRUCTION EASEMENT Rev. 20220109 D223190000 Page 2 of 7 It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the single purpose of constructing the Westside III Water Transmission Main improvements. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. If Grantee does not commence construction of the improvements within forty-eight (48) months from the date that this Temporary Construction Easement is recorded, then this Easement shall immediately terminate. Once construction has commenced, Grantee will use its best efforts to finish the install the improvements and restore the Easement Property to its original condition within six (6) months. The person signing this document on behalf of the Grantor warrants that he or she has the legal authority to execute this temporary easement for the purposes and consideration therein expressed, and in the capacity therein stated, and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the Grantor. Grantee is fully entitled to rely on Grantor's warranty and representation in accepting this temporary easement. TO HAVE AND TO HOLD the above -described temporary easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, its successors and assigns, until the cessation or expiration of the rights granted hereunder. Grantor does hereby bind itself, its heirs, successors and assigns, to warrant and forever defend, all and singular, the said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] TEMPORARY CONSTRUCTION EASEMENT FORTWORTH. Rev. 20220109 D223190000 Page 3 of 7 GRANTOR: BOURKE C. HARVEY, Trustee of the BOURKE C. HARVEY IRREVOCABLE TRUST (2012) By' / e- --,—/ Bourke C. Harvey, %stee By: Bourke C. Harvey,ually ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF `�(L r V' n` § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Bourke C. Harvev. Individually and as Trustee of the Bourke C Harvey Irrevocable Trust (2012), 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 Bourke C. Harvey and the Bourke C. Harvey Irrevocable Trust (2012) and that they executed the same as the act of said Bourke C. Harvey and the Bourke C. Harvey Irrevocable Trust (2012) for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of [SEAL] Fcv- BARBARAANN BROWNNotary ID #131314585 Notary Public, State of Texas My Commissic:n Expires Name (printed): October 1z, zoz5Notary's commission expires: TEMPORARY CONSTRUCTION EASEMENT FOR_ �WORT H. Rev. 20220109 D223190000 Page 4 of 7 9 ACCEPTED BY: GRANTEE: City of Fort Worth TGi a &�46ff By (Signature): Dana Bu rghdoff (Oct 02317:9CDT) (Print Name) Dana Burghdoff (Title) Assistant City Manager APPROVED AS TO FORM AND LEGALITY By (Signature): (Print Name) Matt Murray (Title) Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Dana Burghdoff Assistant City Manager of the City of Fort Worth, a Texas home rule municipal corporation, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that they executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this date of /-9c-74-. [SEAL] JEF;d.W VAN RITE Notary Publio-Ststa of TOM Tarrant County !�V Notary ID #12933313-0 'rp } Commigoo ENa, DUNE 15, 2020,. TEMPORARY CONSTRUCTION EASEMENT Rev.20220109 Nota u<c,' of Texas Na (printed): Notary's commission expires: Fox H. D223190000 Page 5 of 7 EXHIBIT B LEGAL DESCRIPTION TEMPORARY CONSTRUCTION EASEMENT BEING a tract of land situated in the Walter Houston Survey, Abstract No. 719, City of Fort Worth, Tarrant County, Texas, being part of a called 54.709 acre tract of land (Tract 2) described in Special Warranty Deed with Vendor's Lien to Bourke C. Harvey, recorded in Instrument No. D218093312 of the Official Public Records of Tarrant County, Texas, and being more particularly described as follows: BEGINNING at a 1-inch iron rod found for the southwest corner of Lott Block 10, Linkwood Estates, an addition to the City of Fort Worth, according to the plat recorded in Volume 388-7, Page 87 of the Plat Records of Tarrant County, Texas; THENCE North 89°51'39" West, along the south line of said 54.709 acre tract, a distance of 39.16 feet to a point for corner; THENCE departing the said south line of the 54.709 acre tract, North 00'08'14" West, a distance of 75.23 feet to a point for corner; THENCE North 79°52'42" West, a distance of 1,233.84 feet to a point for corner in the west line of said 54.709 acre tract; from said point a 1-inch iron rod found for the southwest comer of said 54.709 acre tract bears South 00'18'05" West, a distance of 289.11 feet; THENCE North 00°18'05" East, along the said west line of the 54.709 acre tract, a distance of 30.45 feet to a point for comer; THENCE departing the said west line of the 54.709 acre tract, South 79*5242" East, a distance of 1,273.17 feet to a point for corner in the west line of said Lot 1, Block 10; THENCE South 00016'04" East, along the said west line of Lot 1, Block 10, a distance of 98.86 feet to the POINT OF BEGINNING and containing 41,004 square feet or 0.9413 acres of land, more or less. NOTES Bearing system based on the Texas Coordinate System of 1983 (2011 adjustment), North Central Zone (4202). A survey plat of even survey date herewith accompanies this metes & bounds description. The undersigned, Registered Professional Land Surveyor, hereby certifies that the foregoing description accurately sets out the metes and bounds of the easement tract. TEMPORARY CONSTRUCTION EASEMENT OFT WALTER HOUSTON SURVEY, A1 ....T�.y ABSTRACT NO. 719, 'MICHAEL C. BILLINGSLEY° * CITY OF FORT WORTH REGISTERED PROFESSIONAL ............................ TARRANT COUNTY, TEXAS LAND SURVEYOR NO. 6558 MICHAEL CLEO BILLINGSLEY 801 CHERRY STREET, "'...................... UNIT 11 SUITE 1300 ,0 6558 yr Kimlev)))Horn P FORT WORTH, TEXAS 76102 '9y FESS�� yob 801 cherry Street, Unit 11,#1300 Tel. No.(817) 336-6511 P H. 817-335-6511 g U R V Fort Werth, Texas 76102 FIRM # 10194040 wwwAimley-hom.com Scale Drawn by Checked by Date Pmlect No. Sheet No_ michael.billingsley@kimley-hom.com WA JBH MCB 7@6/202z 061018380 1OF2 HOPPER, BRADIN 8/22/2022 9:40 AM KAFTW SURVEM61018380-WS11136-INCH WLIDWGIEASEMENTS761018380 WS 11364NCH TCE HARV .DWG D223190000 Page 6 of 7 LINE TABLE NO. BEARING LENGTH L1 N89°51'39V1t 39.16' L2 N00°0914"W 75.23' L3 N00°18'05"E 30.45' L4 S00'16'04"E 98.86' CALLED 54.709 ACRES (TRACT 2) BOURKE C. HARVEY (INST. NO. D218093312) In Q PERMANENT SEWER LINE EASEMENT O(o (INST. NO. D206060299) = J } � -- - S79_52'42„E 1273.17, zCO cj CO N TEMPORARY ZilIL�3 zIL � CONSTRUCTION 8� N g o EASEMENT q 1' J 00 0.9413 ACRES PROPOSED PERMANENT WATER& d �j o U 41,004 SQ. FT. RECLAIMED WATER LINE EASEMENT Z WALTER HOUSTON SURVEY, A8S7RACTN0.719 Of— W 2 JONATHAN BURLESON, ASS7RACTN0.78 U 1"IRF Z Q NORTH 0 100 200 GRAPHIC SCALE IN FEET BLOCK 10 LINKWOOD ESTATES (VOL. 388-7, PG. 87) LINKHILL DRIVE (A 60 FOOT RIGHT-OF-WAY) 04 L1 - - P.O. B. 1" IRF PERMANENT SEWER LINES AND WATER RECLAMATION EASEMENT — LEGEND WALSH RANCHES LIMITED PARTNERSHIP (INST_ NO. D205207195) (VOL. 12624, PG. 92) P.O.B. = POINT OF BEGINNING IRF = IRON ROD FOUND NOTES Bearing system based on the Texas Coordinate System of 1983 (2011 adjustment), North Central Zone (4202). A metes & bounds description of even survey date herewith accompanies this survey plat. The undersigned, Registered Professional Land Surveyor, hereby certifies that this plat of survey accurately sets out the metes and bounds of the easement tract TEMPORARY CONSTRUCTION EASEMENT ID OFT WALTER HOUSTON SURVEY, s ABSTRACT NO. 719, MICHAEL C. BILLINGSLEY o * CITY OF FORT WORTH REGISTERED PROFESSIONAL ................... TARRANT COUNTY, TEXAS LAND SURVEYOR NO. 6558 EO BILLINGSLEY801 CHERRY STREET, "•'""`""""'"""" "UNIT 11 SUITE 1300 558 " Kim a >>> Horn PFORT WORTH TEXAS 76102 ESSO "perB01 Cherry Streek Unit 11, # 1300 Tat. No. (817) 335Fi511 PH. 817-335-6511 U R v T. Fort VJ^ Texas 76102 FIRM # 10194040 www.ktmley-hom.com Scale Drawn by Checked by Date Project No. Sheet No. michael.billingsley@kimley-horn.com I.: JBH MCB 7/26/2022 061018380 2OF2 HOPPER, BRADIN 8/22/2022 9:39 AM K:IFTW SURVEYt061018380 WSIII 364NCH MUDY40EASEMENTSM31018380 WS 1136-INCH WL_TCE_HARVEY.DWG D223190000 Page 7 of 7 CONSENT OF LIEN HOLDER Alamo Title GF# 60GO18230DO49-LSK Origin Bank ("Lien Holder"), is the current lienholder of a Mortgage Deed of Trust dated Mav 1, 2018 ,, executed by Bourke C. Harvev. Trustee of the Bourke C. Harvey Irrevocable Trust (2012)., to Richard E. Roberts, Trustee, as recorded Mav 1, 2018 in clerk's file No. D218093313, in the Real Property Records, of Tarrant County Texas, hereby consents to the foregoing Water Facility Easement and Temporary Construction Easement, executed by Bourke C. Harvey. Trustee of the Bourke C. Harvev Irrevocable Trust (2012) to Citv of Fort Worth and joins in the execution hereof solely as Lien Holder and does hereby agree that in the event of the foreclosure ofsaid mortgage, or other sale of said property described in said mortgage and below under judicial or non -judicial proceedings, the same shall be sold subject to said Easement. SIGNED AND EXECUTED THIS DAY OF e(AXU, 2023. Origin Bank, successor in Nation ciati By: J� `�/�� STATE OF L'V'ICN�✓ } COUNTY OF� merger with BTH Bank, B FORE ME, the un igned aut ority, on this day personally appeared , `�/ / d(� I r — b � A Origin Bank, known to me to be the person who acknowledged to me that they executed the same for the purposes and consideration therein expressed, in the capacity therein stated, as the act and deed of said Lienholder. GIVEN UNDER MY HAND AND SEAL OF OFFICE THIS C. L. VEREEN •� My Notary ID # 131041736 Expires March 22, 2025 Ouayof � , 2023. Notary Public, State of My commission expires:.) GC-4.02 Subsurface and Physical Conditions Geotechnical Report NWP 58 Memo CITY OF FORT WORTH WESTSIDE III — PHASE I— 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102688 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 GEOTECHNICAL ENGINEERING SERVICES WESTSIDE III 42-INCH WATERLINE FORT WORTH, TEXAS Presented To: Kimley-Horn & Associates, Inc. December 2021 PROJECT NO. 103-21-389 —�Ocmj ENGINEERING, INC. December 21, 2021 Report No. 103-21-389 Kimley-Horn & Associates, Inc. 801 Cherry St., Unit 11, Suite 1300 Fort Worth, Texas 76102 Attn: Ms. Shelby Warchesik, P.E. GEOTECHNICAL ENGINEERING SERVICES WESTSIDE III 42-INCH WATERLINE FORT WORTH, TEXAS Dear Ms. Warchesik: 7636 Pebble Drive Fort Worth, Texas 76118 www.cmjengr.com Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 20-7730 (Revised) dated July 7, 2020. The geotechnical services were authorized via Individual Project Order Number 061018380- 01 authorized by Mr. Scott Arnold, Vice President of Kimley-Horn and Associates, Inc. on June 9, 2021. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to Kimley-Horn & Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, ... F F �, CMJ ENGINEERING, INC. 'ip.�E.. T TEXAS FIRM REGISTRATION NO. F-9177 /...:......................... :�..� *-MATTHEW W.KAMMERDIENER ........................... If.o..127818 :-*�.0 Matthew W. Kammerdiener, P. �FS�..EN.... Project Engineer Texas No. 127818 Jambs Aiapping on IV, P.E. President Texas No. 97402 copies submitted: (2) Ms. Shelby Warchesik, P.E.; Kimley-Horn & Associates, Inc. (email & mail) Phone (817) 284-9400 Fax (817) 589-9993 Metro (817) 589-9992 TABLE OF CONTENTS Paqe 1.0 INTRODUCTION------------------------------------------------------------------------------------------------------- 1 2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------ 2 3.0 SUBSURFACE CONDITIONS-------------------------------------------------------------------------------------- 3 4.0 UTILITY EXCAVATIONS --------------------------------------------------------------------------------------------- 5 5.0 GENERAL EARTHWORK -------------------------------------------------------------------------------------------- 8 6.0 CONSTRUCTION OBSERVATIONS-----------------------------------------------------------------------------11 7.0 REPORT CLOSURE-------------------------------------------------------------------------------------------------11 APPENDIX A Plate Planof Borings --------------------------------------------------------------------------------------------------------------- A.1 Unified Soil Classification System --------------------------------------------------------------------------------------- A.2 Key to Classification and Symbols-------------------------------------------------------------------------------------- A.3 Logsof Borings-----------------------------------------------------------------------------------------------------A.4 — A.23 1.0 INTRODUCTION 1.1 General The project, as currently planned, will consist of approximately 24,000 linear feet of 42-inch diameter water line in Fort Worth, Texas. The proposed water line will generally traverse southward from the Westside Plant to the Westside III ground storage tank. Bore crossings of Interstate 20 and Interstate 30 are planned. Plate A. 1, Plan of Borings, depicts the project vicinity and locations of the exploration borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and develop comments on general excavation and directional boring. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the pipeline could change. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 7. All plates and large tables are contained in Appendix A. The alpha -numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Report No. 103-21-389 1 CMJ ENGINEERING, INC. Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by twenty (20) vertical soil borings drilled to depths of 25 to 40 feet. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A. 1. The boring logs are included on Plate A.4 through A.23 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin -walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin -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 log. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170- pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock -like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, Report No. 103-21-389 CMJ ENGINEERING, INC. 2 a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits and plastic limits), moisture content, unit weight, and unconfined compressive strength tests were performed. Results of the laboratory classification tests, moisture content, unit weight, and unconfined compressive strength tests conducted for this project are included on the boring logs. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Soils encountered consist of dark brown, brown, light brown, tan, and gray silty clays and clays. Light brown sandy clays and clayey sands are present below 16 feet in Boring B-10. Gravel is present with the sandy clays and clayey sands below 19 feet. The surficial clays encountered in Borings B- 15 and B-20 are noted as fill to depths of 3 to 7 feet. The fills encountered in Boring B-15 contained wood mulch. The various clays often contain calcareous nodules, calcareous deposits, and limestone fragments and occasionally contain iron stains, ironstone nodules, and limestone seams and layers. Boring B-10 was terminated within the sandy clays and clayey sands at a depth of 25 feet. The various clayey soils encountered in the borings had tested Liquid Limits (LL) of 33 to 72 with Plasticity Indices (PI) of 13 to 49 and are classified as SC, CL, and CH by the LISCS. The clayey soils varied from stiff to hard (soil basis) in consistency with pocket penetrometer readings of 2.0 to Report No. 103-21-389 CMJ ENGINEERING, INC. 3 over 4.5 tsf. Tested unit weight and unconfined compressive strength values range from 94 to 127 pcf and 940 to 27,810 psf, respectively. Select lower pocket penetrometer readings and strength test results reflect the presence of more granular materials or appreciable gravel. Tan limestone is next encountered in all borings with the exception of Borings B-10 and B-20 at depths of 6 inches to 12 feet below existing grade. The tan limestone often occurs weathered and/or fractured in upper reaches and often contains clay seams and layers. A tan clay layer is present within the tan limestone at 11 feet in Boring B-6. The tan limestone varies from soft to very hard (rock basis), with Texas Cone Penetrometer (THD) test values of %8 to 7'/4 inches of penetration for 100 hammer blows. Gray limestone, gray shaly limestone, or gray shale is next encountered in all borings with the exception of Boring B-10 at depths of 7 to 20 feet below existing grade and continues through boring termination at depths of 25 to 40 feet. The gray limestones and shaly limestones are moderately hard to extremely hard (rock basis), with Texas Cone Penetrometer (THD) test values of 0 to 2 inches of penetration for 100 hammer blows. The gray shale is generally moderately hard to hard (rock basis), with THD test values of 1% to 4 inches of penetration for 100 hammer blows. 3.2 Ground -Water Observations The borings were drilled using continuous flight augers in order to observe ground -water seepage during drilling. Ground -water seepage was encountered during drilling in Borings B-10 and B-20 at depths of 12 to 13 feet below existing grade. Water levels of 6 to 9 feet were observed in Borings B-10 and B-20 at drilling completion. No seepage was encountered during drilling or at completion in the remaining borings. Fluctuations of the ground -water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. During wet periods of the year seepage can occur in joints in the clays, within the granular seams and layers, atop or within the tan limestones, or atop the gray limestones and shales. The possibility of ground -water level fluctuations should be considered when developing the design and construction plans for the project. Report No. 103-21-389 4 CMJ ENGINEERING, INC. 4.0 UTILITY EXCAVATIONS 4.1 Expected Subsurface Conditions Conventional earth moving equipment is expected to be suitable for excavating the clayey soils and fills encountered in the borings. Heavy duty excavation equipment will be necessary within the tan and gray limestone, shaly limestone, and gray shale, and those zones of clay soils containing appreciable limestone fragments or seams, depending on rock hardness. The tan and gray limestones, shaly limestones, and shales can be very hard to extremely hard (rock basis) and will present difficulty with rippability using normal excavation equipment. Special techniques for ripping/rock removal can be expected through the limestone and shale. In addition, overexcavation should be anticipated within limestone or limestone containing weathered or clay seams. Overexcavation may result from large blocks or chunks breaking along either weathered limestone, shale, or clay seams beyond the planned excavation. Where more granular clayey sands and sandy clays are present, some caving may occur due to the low -plasticity nature of these materials and the presence of ground -water encountered in select borings. Notably clayey sands and clayey sands were observed in Boring B-10 below a depth of 16 feet. Some caving may occur due to the low plasticity nature of these materials and with the presence of groundwater encountered in Boring B-10. 4.2 Open Excavation Considerations The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the various clays and limestones, it is expected that near vertical excavation walls will be possible. However, excavations which occur through soft clays, granular soils, loose fill, or submerged soils, it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation wall instability. In addition, for excavations deeper than 5 feet, the excavation sidewalls must be sloped, or temporary bracing must be provided, regardless of the soil conditions encountered. If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench shoring (not trench boxes) should be used within open trench cuts performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls, and thereby help reduce lateral ground movements near Report No. 103-21-389 CMJ ENGINEERING, INC. 5 existing structures. A pre -construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. 4.3 Directional Bore Comments The results of the exploration borings indicate that the majority of overburden soils similar to those encountered in the borings are not anticipated to exhibit unusual caving or sloughing problems during directional bore installation. Ground -water seepage was encountered below 6 to 9 feet in the area of Borings B-10 and B-20. These conditions will complicate directional boring operations. Pipe installment via jacking would be very difficult in tan and gray limestone and gray shale. Boring with hardened rock teeth will likely be required below 6-inch- to 13-foot depths in the majority of the alignment due to the presence of the limestone and shale. 4.4 Trench / Bore Pit Dewatering As discussed in Section 3.2, Ground -Water Observations, ground -water conditions can vary with seasonal fluctuations in rainfall. In the case that ground -water is encountered, controlling the ground- water is essential to construction of the proposed water line. Failure to control any encountered ground -water could result in excavation collapse, excavation bottom heave, an unstable bottom and detrimental pipeline settlement and pipe deflections after backfilling. Ground -water levels should be maintained at least two feet below the base of the excavation for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to excavating and should be maintained at this lowered level until the pipe trench is backfilled. If water infiltration rates are high, it may be necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility. 4.5 Soft Trench Bottom Conditions Soft trench bottom conditions are unlikely where the trench bottom is situated in the natural clay soils or limestones; however such conditions may exist in areas of existing fill. Control of ground -water as discussed above is the key to avoiding an unstable trench bottom. Unstable trench bottoms are unsuitable for support of the proposed water line. Soft clays or loose sands could also occur where Report No. 103-21-389 CMJ ENGINEERING, INC. 6 ground -water is present such as encountered in Boring B-10. In areas where unsuitable clay bearing materials are encountered at the planned invert elevation, the trench bottom can be prepared using the following method: • Under -cut to a suitable bearing subgrade and replaces with a structural compacted fill. The over -excavation should extend laterally a distance of at least 1 foot beyond the edges of the pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The over -excavation backfill should be surrounded with a geotextile consisting of Mirafi 140N, Amoco ProPex 4545, or equivalent. The backfill should consist of a free draining aggregate (i.e., sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer. The backfill should be placed in maximum 9- inch loose lifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM D 4253 and D 4254. 4.6 Trench Backfill Pipe embedment should be a coarse -grained cohesionless material that will properly fill the area below the spring line of the pipe. This bedding should extend above the pipe a minimum of 6 inches to provide protection of the pipe during placement of the trench backfill. Site excavated materials are generally considered suitable for use as backfill above the pipe bedding materials. All trench backfill should be free of deleterious materials. Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Backfill should be compacted in maximum 8-inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D 698). The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand -operated power compactors or small self-propelled compactors. Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed. In areas where settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28- day compressive strength ranging between 50 and 200 psi. Report No. 103-21-389 7 CMJ ENGINEERING, INC. 4.7 Trench Backfill Settlement Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on - site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet of fill would be expected to settle on the order of 1.2 to 2.4 inches. Where possible the trench backfill could be over -built in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the excavation should be over -built by one foot and sloped down to match grade at the edge of the excavation. 4.8 Provisions to Reduce Backfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. In addition, to limit settlement, where crushed stone materials are used as pipe bedding materials, they should be wrapped with a suitable geotextile to limit the intrusion of fines into the crushed stone material as previously discussed. 5.0 GENERAL EARTHWORK 5.1 Site Preparation & Field Testing The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Report No. 103-21-389 0 CMJ ENGINEERING, INC. The on -site soils are suitable for use in site grading. Imported fill material should be clean soil with a Liquid Limit less than 60 and no rock greater than 4 inches in maximum dimension. Excavated on -site limestone may be used for fill provided the material is crushed such that 50 percent passes the No. 4 sieve and no particles are larger than 4 inches in maximum dimension. As the in -situ limestones are generally hard to very hard, significant processing of the limestone should be anticipated in order to utilize as fill. All fill materials should be free of vegetation and debris. 5.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand - operated power compactors or small self-propelled compactors. The fill material should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. General fill material should be compacted to a density ranging from 95 to 100 percent of maximum dry density as determined by ASTM D 698, Standard Proctor. Crushed stone should be compacted via three passes of a vibratory roller over a 6-inch lift. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a narrower range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas, the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Report No. 103-21-389 9 CMJ ENGINEERING, INC. 5.3 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from 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. 5.4 Acceptance of Imported Fill Any soil imported from off -site sources should be tested for compliance with the recommendations for the application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off -site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 5.5 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used. 5.6 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with Report No. 103-21-389 CMJ ENGINEERING, INC. 10 permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 6.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are like the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 7.0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretations of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual -manual procedures were used to generally classify each stratum. Therefore, the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on Report No. 103-21-389 CMJ ENGINEERING, INC. 11 which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. Regarding ground -water conditions, this report presents data on ground -water levels as they were observed during the field work. Water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground -water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test boring or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this project that pertain to earthwork and foundations to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or Report No. 103-21-389 CMJ ENGINEERING, INC. 12 backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Kimley-Horn Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. Report No. 103-21-389 13 CMJ ENGINEERING, INC. � OLD THERFORD ROAD B-7� 4M B-2? B-9 B4; B-IV B-11, e B-1 21 !L- j- -F� 30 -j�ITERSTI� B-1 3 B-3 B-4 B-17 B-18 - ww RONALD REAGAN MEMORIAL oil All to 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. 103-21-389 B-1 Location See Plate A.1 Completion Completion Depth 40.0- Date 9-11-21 Surface Elevation LL o a` ) a fl E E 0 U)C/) i —10 Project Westside III 42-inch Waterline Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA Stratum Description CLAY, brown and light brown, w/ limestone fragments and calcareous nodules, hard SILTY CLAY tan, w/ calcareous nodules, limestone fragments, and fractured limestone seams and layers, hard LIMESTONE, tan, fractured, w/ clay seams and layers, moderately hard SILTY CLAY tan LIMESTONE, tan, fractured, w/ clay seams, moderately hard LIMESTONE, gray, hard to extremely hard SHALE gray, w/ limestone layers LIMESTONE, gray, w/ shale seams and layers, very hard — # —35 N — a-40— — — — — — — — — — — — — — — — — — — — — 2 U a_ m N M O ci Z K 0 m 0 O o LOG OF BORING NO B-1 CMJ ENGINEERING INC. 1 0 CD cLL .-0 Z a) N in LLm 0) E w 0 � � o mG? maw m.a) aU aE JJ m dJ m-6 d E o o 20 c D_J c o 0 DUd 4.5+ 20 4.5+ 50 20 30 9 4.5+ 6 99 26201 4.5+ 4 1 100/4" �100/2.25' 1100/2.5" 100/1.62E° 100/0.12E° i i i 1 100/0" 1100/0.5" ' 00/0.37E° IN PLATE A.4 Project No. Boring No. 103-21-389 B-2 Location See Plate A.1 Completion Completion Depth 40.0- Date 10-5-21 Surface Elevation Project Westside III 42-inch Waterline Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA LL o a` ) -0 a p U) cn Stratum Description CLAY, dark brown, w/ calcareous nodules, hard w/ limestone fragments below 2' w/ calcareous deposits below 4' LIMESTONE, tan, w/ clay seams, moderately hard to hard LIMESTONE, gray, hard to very hard SHALE gray, w/ shaly limestone and limestone seams and layers, hard —35-- 4 N -- - N --- 2 0 N M O ci Z K 0 m 0 O o LOG OF BORING NO B-2 CMJ ENGINEERING INC. 1 0 CD cLL c o-0 O Z c �� 6 .0 o Ntn o Lm 0) U O 3��` 'N> 'S- n= E .Maxi .Nc - u °E� w 0 � � O mG? maw m.� aU aE JJ m d� m� d o o 20 c D13 c o o DUd 4.5+ 15 4.5+ 16 4.5+ 63 19 44 17 4.5+ 17 I 4.5+ 14 117 19290 4.5+ 100/1.37E" 100/2" �100/1.25' �100/0.75' 100/1.125" 100/1.37E" 100/1.37E" 14 PLATE A.5 Project No. Boring No. 103-21-389 B-3 Location See Plate A.1 Completion Completion Depth 40.0- Date 9-28-21 Surface Elevation Project Westside III 42-inch Waterline Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA LL 3 a` ) -0 a p U) cn Stratum Description SILTY CLAY tan, w/ calcareous nodules, calcareous deposits, and limestone fragments, hard / LIMESTONE, tan, hard to very hard LIMESTONE, gray, hard to very hard - w/ shaly limestone and shale seams and layers below 31' CMJ ENGINEERING INC. 1 0 CD cLL c 03 0 Z c �� .0 60 Ntn o Lco 0) o `; =�,N U o 3��` G? N> 'S— E n= E .Maxi .Nc - °E� w 0 � � 0 0 maw as .� aU 0- JJ m a� as - a5 o o 20 c D13 c o o DUd 4.5+ 33 20 13 5 r 00/1.25' 100/11, 100/1.12E" 100/1.37E" 100/0.87E" 100/1.37E" r 00/1.75' ' 00/1.625" LOG OF BORING NO. B-3 PLATE A.6 Project No. Boring No. 103-21-389 B-4 Location See Plate A.1 Completion Completion Depth 40.0- Date 9-28-21 Surface Elevation LL o a` ) a fl E E U)C/) 0 Project Westside III 42-inch Waterline CMJ ENGINEERING INC. Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA 0 o �U- Stratum Description c L 0 �o c �� 6 .0 _ s o o �� _ o �__ ��_ .Maxi o� C) Q-0 U w o C1 3��` 0 0 N> 'S— n= a E m E co - .Nc o o :tf c °E� c o o � � maw .� aU JJ a� a5 20 D-J DUd SILTY CLAY dark brown, w/ calcareous nodules 9 LIMESTONE, tan, fractured LIMESTONE, tan, w/ clay seams, hard to very hard �100/1.25' 100/1" LIMESTONE, gray, hard to very hard 100/1.37E" 100/1.12E" 1 100/1" SHALY LIMESTONE gray, w/ shale and limestone seams and layers, hard to very hard 100/1.625" 1100/1" 100/1.5" LOG OF BORING NO. B-4 PLATE A.7 Project No. Boring No. 103-21-389 B-5 Location See Plate A.1 Completion Completion Depth 25 0- Date 9-11-21 Surface Elevation Project Westside III 42-inch Waterline Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA LL o a` ) -0 a p U) cn Stratum Description SILTY CLAY dark brown, w/ calcareous nodules, hard - w/ fractured limestone seams below 2' LIMESTONE, tan, moderately hard to hard - w/ clay seams above 7' LIMESTONE, gray, w/ shale seams, hard to very hard CMJ ENGINEERING INC. 1 0 CD cLL c o-0 0 Z c �� .0 6 Ntn 0 o Lco 0) U o 3��` N> 'S— n= E .Maxi .Nc - °E� w 0 � � 0 0G? maw m.� aU 0-E JJ m a� m� a5 o o 20 c D� c o o DUd 4.5+ 17 4.5+ 48 21 27 12 4.5+ 8 100/2.5" r 00/1.75' r 00/1.75' �100/1.25' 100/0.87E° LOG OF BORING NO. B-J PLATE A.8 Project No. Boring No. 103-21-389 B-6 Location See Plate A.1 Completion Completion Depth 25 0- Date 9-9-21 Surface Elevation Project Westside III 42-inch Waterline Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA LL 5 a` ) -0 a p U) cn Stratum Description j SILTY CLAY dark brown, w/ calcareous nodules and limestone fragments, hard SILTY CLAY brown and tan, w/ calcareous / nodules, calcareous deposits, and abundant limestone fragments, hard — - w/ abundant fractured limestone seams and layers 5 — � below 4' —10 LIMESTONE, tan, w/ clay seams and layers, — — moderately hard to hard 6" thick clay layer at 12' —15— LIMESTONE, gray, w/ shale seams and layers, very hard —20- 6" thick shale layer at 21' —25——————————————————— — — — — —— CMJ ENGINEERING INC. 1 0 CD cLL c 05 0 Z c �� .0 60 Ntn o Lco 0) o `; =�,N N> 'S— n= E .Maxi .Nc - °E� w 0 Q� Q� 0 0�/? maw as .a) aU 0-E JJ m aL:i m- a5 o o 2U c D c o 0 DUd 2.0 16 4.5+ 18 106 45801 1 100/2" 100/0.62E° 100/0.5" 22 39 17 22 9 LOG OF BORING NO. B-6 PLATE A.9 Project No. Boring No. 103-21-389 B-7 Location See Plate A.1 Completion Completion Depth 25 0- Date 9-9-21 Surface Elevation Project Westside III 42-inch Waterline Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA LL 3 a` ) -0 a p U) cn Stratum Description CLAY, dark brown and brown, w/ calcareous nodules and calcareous deposits, hard - w/ limestone fragments below 4' - 4" thick limestone layer at 9' LIMESTONE, tan, w/ clay seams, hard LIMESTONE, gray, hard - 6" thick shale layer at 22' CMJ ENGINEERING INC. 1 0 CD cLL c 03 0 Z c �� .0 60 Ntn o Lco 0) o `; =�,N U o 3��` N> 'S— n= E .Maxi .Nc - °E� w 0 � � 0 0G? maw as.� aU 0-E JJ m a� m� a5 o o 20 c D13 c o o DUd 4.5+ 18 4.5+ 8 4.5+ 19 4.5+ 19 I 4.5+ 72 23 49 15 4.5+ 100/2" 100/1.5" 100/1.5" 100/1.25' 13 107 3590 LOG OF BORING NO. B-7 PLATE A.10 Project No. Boring No. 103-21-389 B-8 Location See Plate A.1 Completion Completion Depth 25 0- Date 9-9-21 Surface Elevation Project Westside III 42-inch Waterline Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA LL o a` ) -0 a p U) cn Stratum Description CLAY, dark brown, w/ calcareous nodules, very stiff to hard LIMESTONE tan, fractured LIMESTONE tan, moderately hard to hard - 4" thick clay layer at 8' LIMESTONE, gray, hard - 3" thick shale seam at 21' CMJ ENGINEERING INC. 1 0 CD cLL c o-0 0 Z c �� .0 6 Ntn 0 o Lco 0) U o 3��` N> 'S— n= E .Maxi .Nc - °E� w 0 � � 0 0G? maw as.� aU 0-E JJ m a� m� a5 o o 20 c D13 c o o DUd 3.5 4.5+ 70 26 44 19 1100/1.5" 100/2" �100/1.75' r 00/1.25' 100/1.5" LOG OF BORING NO. B-8 PLATE A.1 1 Project No. Boring No. 103-21-389 B-9 Location See Plate A.1 Completion Completion Depth 25 0- Date 9-9-21 Surface Elevation LL 5 a` ) -0 a fl E E 0 U)C/) —5 —10 —15 —20�- -25 Project Westside III 42-inch Waterline Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA Stratum Description CLAY, dark brown and brown, w/ calcareous nodules and limestone fragments, hard WEATHERED LIMESTONE tan, w/ clay seams, moderately hard LIMESTONE, tan, w/ clay seams, hard LIMESTONE, gray, hard SHALE gray, w/ limestone seams and layers, hard LIMESTONE, gray, w/ shale seams, hard ------------------------- CMJ ENGINEERING INC. 1 0 CD c LL C. -0 Z > > a) N o Lco 0) U o 3��` N> 'S— E n= E .Maxi .Nc - °E� w 0 � � 0 0G? maw m.� aU a JJ m a� as- a5 o o 20 c D13 c o o DUd 4.5+ 54 24 30 15 4.5+ 8 94 51201 1 1 100/5" 1 r 00/1.75' 100/1.5` �100/1.75' 100/1.25' LOG OF BORING NO. B-9 PLATE A.12 Project No. Boring No. Project Westside III 42-inch Waterline CMJ ENGINEERING INC. 103-21-389 B-10 Fort Worth, TX Location Water Observations See Plate A.1 Seepage at 12' during drilling; water at 6' at completion Completion Completion Depth 25 0' Date 9-30-21 Surface Elevation Type CME-55 w/ CFA LL o a` ) -0 a p U) cn Stratum Description , dark brown, w/ calcareous nodules, hard - w/ ironstone nodules below 2' 2 - grades brown, very stiff below 9' CLAYEY SAND/SANDY CLAYlight brown, w/ calcareous nodules, and calcareous deposits - w/ gravel below 19' 0 o �U- c 0 c 6 .0 o E w C1 � � 0 oC? maw m.� aU aE JJ a3 d� m� d o o 20 c D� c o 0 DUd 4.5+ 22 4.5+ 17 4.5+ 14 4.5+ 14 I 4.5+ 14 4.5+ 53 17 36 15 4.0 18 I 4.0 18 113 6600 18 0.75 34 13 21 12 122 940 LOG OF BORING NO. B-10 PLATE A.13 Project No. Boring No. 103-21-389 B-11 Location See Plate A.1 Completion Completion Depth 25 0- Date 9-30-21 Surface Elevation Project Westside III 42-inch Waterline Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA LL 3 a` ) -0 a p U) cn Stratum Description CLAY, dark brown, w/ calcareous nodules, hard - w/ ironstone nodules below 2' WEATHERED LIMESTONE tan, w/ clay seams, soft to moderately hard LIMESTONE, tan, hard LIMESTONE, gray, hard to very hard - w/ shaly limestone and shale seams and layers below 20' CMJ ENGINEERING INC. 1 0 CD cLL c 03 0 Z c �� .0 60 Ntn o Lco 0) o `; =�,N U o 3��` N> 'S— n= E .Maxi .Nc - °E� w 0 � � 0 0G? maw as.� aU 0-E JJ m a� m� a5 o o 20 c D13 c o o DUd 4.5+ 16 4.5+ 58 22 36 15 4.5+ 13 1100/6.5" 100/1.37E° 100/0.87E° 100/1.12E° 100/1.75' LOG OF BORING NO. B-11 PLATE A.14 Project No. Boring No. 103-21-389 B-12 Location See Plate A.1 Completion Completion Depth 25 0- Date 9-30-21 Surface Elevation LL o a` ) -0 a fl E E 0 U)C/) —5 —10 —15 —20 —25 Project Westside III 42-inch Waterline Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA Stratum Description SILTY CLAY light brown, w/ calcareous nodules, calcareous deposits, and limestone fragments, hard WEATHERED LIMESTONE tan, soft to moderately hard LIMESTONE, tan, w/ clay seams, moderately hard to hard - 16' thick clay layer at 11' SHALE gray, w/ limestone seams and layers, moderately hard LIMESTONE, gray, hard to very hard CMJ ENGINEERING INC. 1 0 CD c LL C. -0 Z > > a) N o Lco 0) U o 3��` G? N> 'S— E n= E .Maxi .Nc - °E� w 0 � � 0 0 maw as .� aU a JJ m a� as - a5 o o 20 c D13 c o o DUd 4.5+ 40 18 22 5 4.5+ 3 1 100/6" 100/2" 1 100/4" 1 100/1" 100/1.12E° LOG OF BORING NO. B-12 PLATE A.15 CMJ ENGINEERING INC. Project No. Boring No. Project Westside III 42-inch Waterline 103-21-389 B-13 Fort Worth, TX Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 25 0- Date 10-5-21 Surface Elevation Type CME-55 w/ CFA 75 a) o_ o N LL wLL E fl T o Stratum Description C � 0 �o c �� 6 .0 a) N o o 'S— .Maxi U o 3��` w C1 0 0 �/? N> as .a) n= a E m E co - .Nc o o - c °E� c o o � � maw aU JJ aL:i a5 20 D DUd SILTY CLAY brown, w/ calcareous nodules, hard 4.5+ 9 j 4.5+ 8 — I 4.5+ 47 20 27 — - w/ limestone fragments and ironstone nodules 4.5+ 11 124 27810 — below 3' 4.5+ 11 — 5 LIMESTONE, tan, w/ clay seams, very hard -10- �00/0.87E" LIMESTONE, gray, hard 00/1.25' —15— SHALY LIMESTONE gray, w/ shale seams and — — layers, moderately hard to hard 100/2" —20— 100/1.625" —25 ------------------------- LOG OF BORING NO. B-13 PLATE A.16 Project No. Boring No. 103-21-389 B-14 Location See Plate A.1 Completion Completion Depth 25 0- Date 10-5-21 Surface Elevation Project Westside III 42-inch Waterline Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA LL o (ni a p U) cn Stratum Description SILTY CLAY dark brown, w/ calcareous nodules and limestone fragments, hard WEATHERED LIMESTONE tan, w/ clay seams and layers, moderately hard to hard LIMESTONE, tan, hard to very hard LIMESTONE, gray, hard CMJ ENGINEERING INC. 1 0 CD cLL c o-0 0 Z c �� .0 6 Ncn 0 o Lco 0) U o 3��` N> 'S— n= E .Maxi .Nc - °E� w 0 � � 0 0G? maw m.� aco 0-E m JJ a� m� a5 o o 20 c D� c o o DUd 4.5+ 13 �100/2.75' r 00/1.75' �100/1.25' 100/0.87E° 100/1.25' LOG OF BORING NO. B-14 PLATE A.17 Project No. Boring No. Project Westside III 42-inch Waterline CMJ ENGINEERING INC. 103-21-389 B-15 Fort Worth, TX Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 25.0- Date 9-29-21 Surface Elevation Type CME-55 w/ CFA wLL 75 a) o o_ N LL E C 0 c 6 .0 fl T Stratum Description o � �o o a) N U O 3�� y> 'S- n= aa)i .Nc N SEA w C1 0 0 �/? ns .a) a E m E co - o o c c o o � � maw aU JJ aL:i a5 20 DDUd j SILTY CLAY dark brown and brown, w/ limestone 4.5+ 17 fragments, calcareous nodules, calcareous I 4.5+ 42 17 25 12 deposits, and wood mulch, hard (FILL) I 2.0 20 100 2550 stiff below 2' / I 2.5 20 18 — � 18 _ 5 LIMESTONE, tan, w/ clay seams, moderately hard to hard 00/2.25' 00/1.75' —15 100/1.5" —20 LIMESTONE, gray, hard to very hard 100/11, —25—------------------------- LOG OF BORING NO. B-15 PLATE A.18 Project No. Boring No. 103-21-389 B-16 Location See Plate A.1 Completion Completion Depth 25.0- Date 9-29-21 Surface Elevation LL o a` ) -0 a fl E E 0 U)C/) —5- -10 —15— Project Westside III 42-inch Waterline Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA Stratum Description SILTY CLAY dark brown, w/ calcareous nodules, calcareous deposits, and limestone fragments, hard - grades light brown below 2' WEATHERED LIMESTONE tan, w/ clay seams, soft to moderately hard LIMESTONE, tan LIMESTONE, gray, hard CMJ ENGINEERING INC. 1 0 CD c LL C. -0 Z > > a) N o Lco 0) U o 3��` N> 'S— E n= E .Maxi .Nc - °E� w 0 � � 0 0G? maw m.� aU a JJ m a� m� a5 o o 20 c D13 c o o DUd 4.5+ 7 4.5+ 7 102 66601 4.5+ 7 4.5+ 37 17 20 9 1 100/7" r 00/4.75' 100/1.37E° 00/1.25' 100/1.12E° LOG OF BORING NO. B-16 PLATE A.19 Project No. Boring No. 103-21-389 B-17 Location See Plate A.1 Completion Completion Depth 25.0- Date 9-29-21 Surface Elevation LL o a` ) -0 a O > E 0 U)C/) Project Westside III 42-inch Waterline Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA Stratum Description 8-1 U w CLAY, dark brown, w/ calcareous nodules and limestone fragments, hard grades light brown, w/ calcareous deposits and ironstone nodules below 2' WEATHERED LIMESTONE tan, soft to moderately hard LIMESTONE, tan, moderately hard to hard LIMESTONE, gray, hard to very hard CMJ ENGINEERING INC. 1 0 CD cLL > co 0) O 3� r- a,> 'S= n= E .Na) .Nc - O O'C �E� 0 O Q� mIfF-� m.� din aE JJ m dJ m� d o o 20 ca DJ c o 0 DUd 4.5+ 13 4.5+ 52 20 32 12 4.5+ 7 �100/7.25' 100/2" r 00/1.25' �100/1.25' 100/0.87E° LOG OF BORING NO. B-17 PLATE A.20 Project No. Boring No. 103-21-389 B-18 Location See Plate A.1 Completion Completion Depth 25.0- Date 9-29-21 Surface Elevation LL o a` ) -0 a fl E E U)C/) 0 Project Westside III 42-inch Waterline CMJ ENGINEERING INC. Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA 0 o �U- Stratum Description c � co 0 0)o c �� 6 .0 _ s o 0 0 �� _ o -0 _ ��_ .Maxi - o� Q� U w o C1 3��` 0 0�/? N> as.� 'S— n= aE m E m- .Nc o o - c °E� c o o � � maw aU JJ a� a5 20 D� DUd SILTY CLAY brown, w/ calcareous nodules and 4.5+ 4 limestone fragments, hard LIMESTONE, tan, moderately hard to hard 1 100/2" LIMESTONE, gray, hard to very hard 100/1.37E° 100/1.5" 100/0.87E° - w/ shaly limestone seams below 21' 100/1.25' LOG OF BORING NO. B-18 PLATE A.21 Project No. Boring No. 103-21-389 B-19 Location See Plate A.1 Completion Completion Depth 25.0- Date 9-28-21 Surface Elevation Project Westside III 42-inch Waterline Fort Worth, TX Water Observations Dry during drilling; dry at completion Type CME-55 w/ CFA LL 3 a` ) -0 a p U) cn Stratum Description CLAY, dark brown, w/ calcareous nodules, calcareous deposits, ironstone nodules, and limestone fragments, hard WEATHERED LIMESTONE tan, w/ clay seams, moderately hard LIMESTONE, tan, hard LIMESTONE, gray, hard to very hard - w/ shale seams below 21' CMJ ENGINEERING INC. 1 0 CD cLL c 03 0 Z c �� .0 60 Ntn o Lco 0) o `; =�,N U o 3��` N> 'S— n= E .Maxi .Nc - °E� w 0 � � 0 0G? maw as.� aU 0-E JJ m a� m-6 a5 o o 20 c D13 c o o DUd 4.5+ 72 25 47 19 4.5+ 18 96 140801 4.5+ 16 1100/5.5" r 00/1.75' 100/1.37E° �100/1.25' 100/1.75' LOG OF BORING NO. B-19 PLATE A.22 Project No. Boring No. Project Westside III 42-inch Waterline CMJ ENGINEERING INC. 103-21-389 B-20 Fort Worth, TX Location Water Observations See Plate A.1 Seepage at 13' during drilling; water at 9' at completion Completion Completion Depth 25 0' Date 10-28-21 Surface Elevation Type B-47 w/ CFA LL o (ni a p U) cn Stratum Description CLAY, gray and dark brown, w/ calcareous nodules, calcareous deposits, and limestone fragments, hard (FILL) CLAY, dark brown, w/ calcareous nodules and calcareous deposits, hard CLAY, brown, w/ iron stains, ironstone nodules, calcareous nodules, and limestone fragments, very stiff CLAY, light brown, w/ iron stains, ironstone nodules, calcareous nodules, and limestone fragments, hard LIMESTONE, gray, hard to very hard 0 CD U- c 0 c 6 .0 o U o 3��` N> 'S— n= E .Maxi .Nc - °E� w C1 � � 0 0�/? maw m.� aco 0-E JJ m m-6 o o 20 c D c o o DUd 4.5+ 10 7 4.5+ 16 4.5+ 21 I 4.5+ 64 17 47 22 4.5+ I 3.5 1 4.5+ 17 20 13 127 1430 LOG OF BORING NO. B-20 PLATE A.23 Aquatic Resources Delineation Report and Nationwide Permit 58 Memo to File Westside III Transmission Main Approximately 34 Acres Fort Worth, Tarrant County, Texas September 30, 2021 Project Owner: City of Fort Worth Water District FORT WORTH.. WATER Prepared By: Kimley>>> Horn Dallas, Texas Kimley»>Horn TABLE OF CONTENTS 1.0 — INTRODUCTION.......................................................................................................................................1 2.0 — SUMMARY OF WATERS OF THE U.S. REGULATIONS.................................................................................1 3.0 — METHODS................................................................................................................................................ 2 3.1—Approach .................................................................................................................................................2 3.2 — Mapping and Background Information...................................................................................................3 3.3 —Site Visit...................................................................................................................................................3 4.0 — RESULTS...................................................................................................................................................4 4.1— Study Area Description............................................................................................................................4 4.2 — Vegetation...............................................................................................................................................4 4.3 — Soils.........................................................................................................................................................4 4.4 — Hydrology................................................................................................................................................5 4.5 — Delineated Aquatic Features...................................................................................................................5 5.0 — JURISDICTIONAL ANALYSIS...................................................................................................................... 7 6.0 — I M PACTS.................................................................................................................................................. 8 7.0 — 404 PERMIT OPTIONS..............................................................................................................................8 7.1 — Nationwide Permit 58 — Utility Line Activities for Water and Other Substances.....................................8 8.0 — RECOMMENDATIONS............................................................................................................................10 APPENDICES APPENDIX A: STUDY AREA MAPS APPENDIX B: PHOTO LOCATION MAP AND SITE VISIT PHOTOGRAPHS APPENDIX C: JURISDICTIONAL ANALYSIS MAPS APPENDIX D: IMPACTS MAPS APPENDIX E: NATIONWIDE PERMIT 58 AND GENERAL CONDITIONS APPENDIX F: NATIONWIDE PERMIT REGIONAL CONDITIONS APPENDIX G: STATE WATER QUATILY CERTIFICATIONS UNDER SECTION 401 APPENDIX H: HISTORIC ATLAS MAP Kim ey>>> Horn Page 1 Aquatic Resources Delineation Report and Nationwide Permit 58 Memo to the File Westside III Transmission Main Fort Worth, Tarrant County, Texas 1.0 — Introduction Kimley-Horn and Associates Inc. (Kimley-Horn) has prepared the following aquatic resources delineation report and preliminary analysis of U.S. Army Corps of Engineers (USACE or Corps) permitting requirements for the Eastridge Off -Site Utility Line project (site or study area). The Westside III Transmission Main project is a proposed utility line project on an approximately 34-acre alignment. The alignment generally extends south from the Westside Water Treatment Plant on Old Weatherford Road, through ranchland, and terminates near the industrial park at the southwest corner of 1-20 and Markum Ranch Road in Fort Worth, Tarrant County, Texas (Appendix A, Figure 1). The purpose of the aquatic resources delineation is to identify, delineate, and describe wetlands, special aquatic sites, and other waters within the study area. This report will initiate Kimley-Horn's analysis of potential jurisdiction of aquatic resources that may require USACE authorization to impact and potential permitting options. It is Kimley-Horn's opinion that an existing 2021 Nationwide Permit (NWP) authorizes the utility line project. It should be noted that existing permits issued under the NWP program expire on March 14, 2026. Furthermore, activities that have commenced, or are under contract to commence, in reliance on a NWP will remain authorized provided the activity is completed within 12 months of the date of the Nationwide Permit's expiration, modification, or revocation, unless discretionary authority has been exercised on a case -by -case basis to modify, suspend, or revoke the authorization in accordance with 33 CFR 330.4 (e) and 33 CFR 330.5(c) or (d). Continued confirmation that an activity complies with the specifications and conditions, and any changes to the NWP, is the permittee's responsibility. Our observations were made under the known policy and regulations applicable to the Fort Worth District Corps at the time of the writing of this report. This report should be used only for preliminary planning purposes. 2.0 — Summary of Waters of the U.S. Regulations Section 404 of the Clean Water Act establishes a program to regulate the discharge of dredged or fill material into waters of the U.S., including jurisdictional wetlands. Under Section 404 of the Clean Water Act, the discharge of dredged and fill material into waters of the U.S. is regulated, and in many circumstances, authorization from the USACE is required prior to commencing construction activities. Section 10 of the Rivers and Harbors Act requires that regulated activities conducted below the ordinary high water mark elevation of navigable waters of the U.S. or mean high water mark for tidal waters be approved/permitted by the USACE. Regulated activities include the placement/removal of structures, work involving dredging, disposal of dredged material, filling, excavation, or any other disturbance of soils/sediments or modification of a navigable waterway. Navigable waters of the U.S. are those waters that are subject to the ebb and flow of the tide shoreward to the mean high water mark and/or are presently used, or have been used in the past or may be susceptible to use to transport interstate or foreign commerce. On June 5, 2007 (updated December 2008), the U.S. Environmental Protection Agency (EPA) and the USACE jointly issued guidance interpreting the Supreme Court's June 2006 split decision in the consolidated cases of Rapanos v. U.S. and Carabell v. U.S. (known as the Rapanos decision). Following Kimley>>> Horn Page 2 the Rapanos Decision, the Corps issued a Regional Guidance Letter (RGL-08-02) on June 26, 2008 documenting the procedures for Preliminary and Approved Jurisdictional Determinations. This guidance was clarified and superseded in October 2016 by RGL 16-01. An Approved Jurisdictional Determination (AJD) is a document that precisely identifies the limits of waters of the U.S. on a study area. A Preliminary Jurisdictional Determination (PJD) is an unofficial document that indicates that there are waters of the U.S. present. Approved JDs can be appealed while PJDs cannot. Regional Guidance Letter-16-01 indicates that the recipient of a PJD can request and obtain an AJD if that later becomes necessary. A No Permit Required letter is a Corps issued document that indicates that a specific project will not involve activities subject to the requirements of Section 404 or Section 10; therefore, that project would not require a Department of Army permit. Under the Rapanos Guidance, there is a test for jurisdiction which is commonly referred to as a significant nexus evaluation. A significant nexus is established if the aquatic feature provides more than an insubstantial or speculative effect on the chemical, physical, and/or biological integrity of a traditional navigable water (TNW). As an example, a significant nexus could be established between a stream and TNW, if the stream could deliver pollutants to the TNW. On August 30, 2021 the U.S. District Court for the District of Arizona issued an order vacating and remanding the Navigable Waters Protection Rule (NWPR) that was effective as of June 22, 2020 in the case of Pascua Yaqui Tribe v. U.S. Environmental Protection Agency. This order applies nationwide. USACE Headquarters and the EPA announced on September 2, 2021 that the pre-2015 regulatory definition of waters of the U.S. should be utilized. As of the date of this report, the Rapanos guidance and pre-2015 regulatory definition of waters of the U.S. was in effect; therefore, opinions and conclusions discussed in this report are based on the pre-2015 regulatory definition of waters of the U.S. and the Rapanos guidance. This is important to consider as the regulatory environment can change quickly and frequently. 3.0 - Methods 3.1 —Approach A detailed delineation was conducted and observations for wetlands, special aquatic sites, and other waters within the study area, as defined at 33 CFR Part 328.3, were made. Guidance from the "Corps of Engineers Wetlands Delineation Manual USACE Waterways Experiment Station Wetlands Research Program Technical Report Y-87-1", dated January 1987 for routine wetland determinations for areas greater than five -acres (as modified by the Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Great Plains Region Version 2, March 2010) was used to evaluate if wetlands were present within the study area. Potential wetlands are typically evaluated based on the observations of the following characteristics: • Presence of hydrology • Presence of hydric soils • Prevalence of hydrophytic vegetation In other words, there must be saturated soil conditions during the growing season, the presence of soils that form under saturated conditions, and vegetation that has adapted to grow under saturated soil conditions. Potential jurisdictional streams are typically evaluated based on the observations of the following characteristics: 0 Flow Kim ey>>> Horn Page 3 o Perennial: contains water at all times of the year except during extreme drought o Intermittent: contains water occasionally or seasonally o Ephemeral: contains water only during and immediately after periods of rainfall or snowmelt O dinary High Water Mark (OHWM): The limit line on the shore established by the fluctuation of the water surface shown by: o A clear line impressed on the bank o Shelving o Changes in soil character o Destruction of terrestrial vegetation o Presence of litter and debris Bank Shape o Undercut: banks that overhang the stream channel o Steep: bank slope of approximately greater than 30 degrees o Gradual: bank slope of approximately 30 degrees or less • Aquatic Habitat o Pool: deeper portion of a stream where water flows slower than in neighboring, shallower portions, smooth surface, and finer substrate o Riffle: shallow area in a stream where water flows swiftly over gravel and rock or other coarse substrate resulting in a rough flow and a turbulent surface The Corps generally asserts jurisdiction to the normal pool elevation for lakes and ponds if those features are considered jurisdictional. 3.2 — Mapping and Background Information Prior to performing the site visit, selected maps and background information were obtained and reviewed to assist with identifying potential aquatic features on the study area. The selected resources are described below. Figures 1 through 9 in Appendix A include several sources of background data which were collected for mapping purposes. Figure 1 is a vicinity map showing the general location of the study area. Figure 2 is a United States Geological Survey (USGS) topographic map which depicts potential aquatic features and the general lay of the land. Observed aquatic features are depicted on Figures 3-3.4 with aerial photography from 2021. Aerial photography from 2021 is also included for reference as Figure 4. A color infrared aerial photograph from 2015 is shown on Figure 5 which is useful for observing changes in aquatic features and vegetation types. A color infrared aerial photograph from 1996 is shown on Figure 6. The year 1996 was generally considered a wet year and the imagery from this year is useful for observing aquatic features that may not show up on images collected during dry years. The Federal Emergency Management Agency (FEMA) National Flood Hazard Layer (NFHL) was used to generate a flood hazard map for the study area (Appendix A, Figure 7). The FEMA NFHL can be useful in identifying what areas may have the potential presence of aquatic features. The U.S. Fish and Wildlife Service (USFWS) National Wetlands Inventory (NWI) mapper was used to generate a NWI map for the study area (Appendix A, Figure 8). The NWI maps can be useful in identifying the potential presence of aquatic features; however, they are not always accurate because they are created at coarse scale and have not been field verified. A soils map was generated using the United States Department of Agriculture (USDA) Web Soil Survey (Appendix A, Figure 9). Soil maps can be useful in identifying soils typically associated with wetlands. 3.3 — Site Visit Kim ey>>> Horn Page 4 Following the background information review, the routine method of wetland determination was used to identify aquatic features within the study area. Kimley-Horn conducted site visits to the study area on June 10, 2021, June 17, 2021, and September 8, 2021. Ground level photographs were taken during the site visits. The general location and direction of photographs are depicted on Appendix B, Figure 1 and the numbering system on the figures corresponds to the site visit photograph numbers, included in Appendix B. Kimley-Horn's jurisdictional analysis maps are included in Appendix C. 4.0 — Results 4.1 — Study Area Description The proposed Westside III Transmission Main project is located on an approximately 34-acre alignment in Fort Worth, Tarrant County, Texas. The alignment generally extends south from the Westside Water Treatment Plant on Old Weatherford Road, through ranchland, and terminates near the industrial park at the southwest corner of 1-20 and Markum Ranch Road. The study area appears to be located in the Lower Clear Fork Trinity River watershed (USGS Hydrologic Unit Code (HUC) 1203010203). The approximate center coordinates of the study area are Latitude: 32.732 and Longitude:-97.538(1983 North American Datum (NAD) Coordinates). Based on historic aerial imagery and current observations, the majority of the site has been undeveloped or utilized for agricultural purposes (cattle ranching). Several paved roads intersect the alignment, including 1-20 and 1-30. 4.2 — Vegetation The vegetated portion of the study area can best be characterized into four distinct vegetation types: 1) upland forest, 2) riparian forest, 3) upland field, and 4) emergent wetland. These vegetation types are defined by current and historic land use practices. • Vegetation Type 1: upland forest, makes up approximately 20% of the vegetated portion of the study area and is dominated by cedar elm (Ulmus crassifolia), eastern redcedar (Juniperus virginiana), Chinese privet (Ligustrum sinense) hackberry (Celtis laevigata), common greenbrier (Smilax rotundifolia), and poison ivy (Toxicodendron radicans). • Vegetation Type 2: riparian forest, makes up approximately 10% of the vegetated portion of the study area and is dominated by green ash (Fraxinus pennsylvanica), cedar elm (Ulmus crassifolia), and hackberry (Celtis laevigata). • Vegetation Type 3: upland field, makes up approximately 70% of the vegetated portion of the study area and is dominated by upland grasses, Texas thistle (Cirsium texanum), milkweed (Asclepias sp.), and scattered hackberry (Celtis laevigata). • Vegetation Type 4, emergent wetland, makes up less than 1 % of the vegetated portion of the study area and is dominated by Chinese tallow (Triadica sebifera), black willow (Salix nigra), needle spikerush (Eleocharis acicularis), bushy bluestem (Andopogon glomeratus), and floating primrose willow (Ludwigia sp.). 4.3 — Soils According to the USDA Texas Soil Survey for Tarrant County, mapped soil types within the study area are: Aledo gravelly clay loam, 1 to 8 percent slopes; Bolar-Aledo complex, 3 to 20 percent slopes; Bolar clay loam, 1 to 3 percent slopes; Bolar clay loam, 3 to 5 percent slopes; Frio silty clay, 0 to 1 percent slopes, occasionally flooded; Maloterre, Aledo, and Brackett soils, 3 to 20 percent slopes (Appendix A, Figure 9). One of these mapped soil types was located on the Tarrant County hydric soils list, Frio silty clay, 0 to 1 percent slopes, occasionally flooded, suggesting wetlands could possibly be expected. Wetlands were observed during the site visits. Kim ey>>> Horn Page 5 4.4 — Hydrology According to the USGS Topographic map (Appendix A, Figure 2), five "blue -line" features are located within the study area. During the site visit, the "blue -line" features were observed as intermittent or perennial streams running through the study area. The FEMA flood hazard map designates the majority of the water line alignment as FEMA Flood Zone X: Area of Minimal Flood Hazard. Sections throughout the alignment surrounding tributaries are designated as FEMA Flood Zone A: 100-Year Floodplain and FEMA Flood Zone A: Floodway. (Appendix A, Figure 7). The USFWS NWI map identifies six riverine features and one freshwater forested/shrub wetland feature located within the study area (Appendix A, Figure 8). Five of the riverine features were generally identified as ephemeral, intermittent, and perennial streams (S2, S4, S5, S7, and S9, Appendix A, Figure 3). One of the riverine features was generally identified as an emergent wetland (W1, Appendix A, Figure 3). The freshwater forested/shrub wetland feature was generally identified as intermittent stream (S3a and S3b, Appendix A, Figure 3). 4.5 — Delineated Aquatic Features Referencing both the aquatic features maps (Appendix A, Figures 3.0-3.4), as well as the photo location map (Appendix B, Figure 1), will supplement the following discussion. Based on the site visit, one ephemeral stream, seven intermittent streams, one perennial stream, two emergent wetlands, one open water feature, and five swales were observed. During the site visit, one ephemeral stream (S1, Appendix A, Figures 3.0-3.4) was observed in within the study area. The ephemeral stream totaled approximately 51 linear feet and exhibited a three -foot - wide OHWM. Stream one (S1) was located on a USGS topographic "blue -line" feature and a NWI mapped riverine feature. During the site visit, seven intermittent streams (S3-S9, Appendix A, Figures 3.0-3.4) were observed within the study area. The intermittent streams totaled approximately 613 linear feet and exhibited OHWM's ranging from 2.5 to ten feet wide. Stream three (S3a and S3b, Appendix A, Figures 3.0-3.4) was located on the mapped NWI freshwater forested/shrub wetland feature and a USGS topographic "blue -line" feature. Stream four (S4, Appendix A, Figures 3.0-3.4) was located on a NWI mapped riverine feature and a USGS topographic "blue -line" feature. Stream five (S5, Appendix A, Figure 3) was located on a NWI mapped riverine feature and the Mary's Creek USGS topographic "blue -line" feature. Stream six (S6, Appendix A, Figure 3) was observed to travel south to north and was not located on other mapped features. Stream seven (S7, Appendix A, Figures 3.0-3.4) was located on a NWI riverine feature. Stream eight (S8, Appendix A, Figures 3.0-3.4) was located on a NWI riverine feature. Stream nine (S9, Appendix A, Figures 3.0-3.4) was located on a USGS topographic "blue -line" feature and a NWI mapped riverine feature. During the site visit, one perennial stream (S2, Appendix A, Figures 3.0-3.4) was observed within the study area. The perennial stream totaled approximately 65 linear feet and exhibited a 60-foot-wide OHWM. Stream two (S2) was located on the Mary's Creek USGS topographic map feature and a NWI mapped riverine feature. During the site visit, two emergent wetlands (W1-W2, Appendix A, Figures 3.0-3.4) were observed within the study area. Wetland one (W1) was located on a USGS topographic "blue -line" feature and a NWI mapped riverine feature. Wetland two (W2) appeared to connect to stream eight (S8) off site. Kim ey>>> Horn Page 6 During the site visit, one open water (O Appendix A, Figures 3.0-3.4) was observed within the study area. Open water one (O ) was not featured on the NWI or USGS topographic maps. Open water one was not observed connecting to other aquatic features on site. During the site visit, five swales (SW1-SW5, Appendix A, Figures 3.0-3.4) were observed within the study area. The swales totaled approximately 327 linear feet. The swales were observed to be vegetated with no visible OHWM or flow. Table 1, below, is a summary of the aquatic features observed within the study area. Table 1. Summary of the aquatic features observed within the study area. Amount of Aquatic Feature Feature Photo Number" linear feet acres Ephemeral Stream 51 linear feet Stream 1 (S1) 3-ft OHWM <0.01 acre 123-124 TOTAL Ephemeral Stream 51 linear feet <0.01 acre N/A Intermittent Streams 40 linear feet Stream 3a (S3a) 3-ft OHWM <0.01 acre 74-75 54 linear feet Stream 3b (S3b) 3-ft OHWM <0.01 acre N/A 56 linear feet Stream 4 (S4) 3.5-ft OHWM <0.01 acre 140-141 62 linear feet Stream 5 (S5) 10-ft OHWM 0.01 acre 150-151 317 linear feet Stream 6 (S6) 3-ft OHWM 0.02 acre N/A 17 linear feet Stream 7 (S7) 2.5-ft OHWM <0.01 acre 17-18 21 linear feet Stream 8 (S8) 2.5-ft OHWM <0.01 acre 19-20 47 linear feet Stream 9 (S9) 3-ft OHWM <0.01 acre 111-112 TOTAL Intermittent Streams 613 linear feet 0.05 acre N/A Perennial Stream Stream 2 (S2) 65 linear feet 0.07 acre 132-134 60-ft OHWM TOTAL Perennial Stream 65 linear feet 0.07 acre N/A Emergent Wetlands Wetland 1 (W1) - 0.01 acre 21-22 Wetland 2 (W2) - 0.01 acre N/A TOTAL Emergent Wetlands N/A 0.02 acre N/A Kimley»)Horn Open Water Open Water 1 (O ) - 0.41 acre 135-137, 139 TOTAL Open Water N/A 0.41 acre N/A Swales Swale 1 (SW1) 29 linear feet - 117-118 Swale 2 (SW2) 55 linear feet - N/A Swale 3 (SW3) 127 linear feet - N/A Swale 4 (SW4) 63 linear feet - 39-40 Swale 5 (SW5) 54 linear feet - N/A 327 linear feet TOTAL Swales _ N/A No OHWM *Corresponds to the numbering scheme on the attached photos (Appendix B). Reference Appendix B, Figure 1 for the locations of the site visit photos. Page 7 5.0 — Jurisdictional Analysis Referencing the jurisdictional analysis maps provided in Appendix C, Figures 1-1.4 will supplement the following discussion. Based on Kimley-Horn's analysis, the Fort Worth District Corps would likely assert jurisdiction over the ephemeral stream (S1, Appendix C) because the stream is located on a mapped "blue -line" feature on the USGS topographic map (Appendix A, Figure 2) and has an observable OHWM. Further, this stream appears to have a downstream surface water connection to the Clear Fork Trinity River, and eventually the Trinity River (a TNW). The USACE typically asserts jurisdiction on mapped "blue -line" aquatic features. Therefore, this feature would likely pass a significant nexus evaluation. Based on Kimley-Horn's analysis, the Fort Worth District Corps would likely assert jurisdiction over the intermittent streams (S3-S9, Appendix C) because the streams have an observable OHWM. In addition, streams three, four, five, and nine (S4, S5, and S9) are mapped as "blue -line" features on the USGS topographic map (Appendix A, Figure 2). Streams four, five, and eight appear to be located in the FEMA mapped 100-year flood plain. Additionally, the streams appear to have downstream surface water connections to the Clear Fork Trinity River, and eventually the Trinity River (a TNW). Therefore, these features would likely pass a significant nexus evaluation. Based on Kimley-Horn's analysis, the Fort Worth District Corps would likely assert jurisdiction over the perennial stream (S2, Appendix C) because it has an observable OHWM and is mapped as a "blue -line" feature on the USGS topographic map (Appendix A, Figure 2). In addition, there appears to be a surface water connection from this stream to the Clear Fork Trinity River, and eventually the Trinity River (a TNW). Therefore, this feature would likely pass a significant nexus evaluation. Based on Kimley-Horn's analysis, the Fort Worth District Corps would likely assert jurisdiction over the emergent wetlands (W1 and W2, Appendix C) because they appear to have a surface water connection to the Clear Fork Trinity River, and eventually the Trinity River (a TNW). In addition, wetland one (W1) was mapped on a USGS topographic map "blue -line" feature. Both wetlands appear to be in the FEMA mapped 100-year floodplain. Therefore, these features would likely pass a significant nexus evaluation. Kim ey>>> Horn Page 8 Based on Kimley-Horn's analysis, the Fort Worth District Corps would likely assert jurisdiction over the open water feature (O , Appendix C) as it is located in the mapped FEMA 100-year floodplain. Therefore, this feature would likely pass a significant nexus evaluation. Based on Kimley-Horn's analysis, the Fort Worth District Corps would likely not assert jurisdiction over the swales (SW1-SW5, Appendix C) because the swales lacked observable OHWMs and were generally vegetated across the bottom. Typically the USACE does not take jurisdiction over swales. Therefore, these features would likely not pass a significant nexus evaluation. 6.0 — Impacts It is our understanding that the impacts to the aquatic features on site are the minimum necessary to construct or protect the proposed project and impacts to special aquatic sites. The project proposes utility pipeline installation via open cuts through streams one through six and stream nine (S1-S6, S9) and wetland one (W1 and W2), at nine separate, single, and complete crossing locations. It is our understanding that all impacts will be temporary as the areas will be restored to pre -construction contours and conditions upon completion of construction activities. Relevant impacts are summarized in the table below and shown on Figures 1.0-1.4 in Appendix D. It is our understanding that all impacts proposed are temporary in nature and the impacted aquatic features will be restored to pre -construction contours and conditions upon completion of construction activities. Table 2. Summary of jurisdictional aquatic feature impacts within the study area. Crossing Amount of Impacts Feature Crossing Type Location linear feet acres 1 Stream 1 (S1) -51 linear feet <0.01 acre Open cut to lay pipeline 2 Stream 2 (S2) --65 linear feet -0.07 acre Open cut to lay pipeline 3 Stream 3a (S3a) -40 linear feet <0.01 acre Open cut to lay pipeline 4 Stream 3b (S3b) -54 linear feet <0.01 acre Open cut to lay pipeline 5 Stream S4 (S4) --56 linear feet <0.01 acre Open cut to lay pipeline 6 Stream 5 (S5) -62 linear feet -0.01 acre Open cut to lay pipeline 7 Stream 6 (S6) -317 linear feet -0.02 acre Open cut to lay pipeline 8 Wetland 1 (W1) - -0.01 acre Open cut to lay pipeline 9 Stream 9 (S9) -47 linear feet <0.01 acre Open cut to lay pipeline 7.0 — 404 Permit Options 7.1 — Nationwide Permit 58 — Utility Line Activities for Water and Other Substances Nationwide Permit (NWP) 58 authorizes activities required for the construction, maintenance, repair, and removal of utility lines for water and other substances, excluding oil, natural gas, products derived from oil or natural gas, and electricity. This NWP also authorized associated utility line facilities in waters of the U.S., provided the activity does not result in the loss of greater than 0.5 acre of waters of the U.S. for each single and complete project. The following discussion serves to address the analysis of Kimley- Horn on the use of NWP 58 under a non -notification scenario. Nationwide Permits only authorize "single and complete projects." For linear projects, the Corps defines a "single and complete project" as all crossings of a single water of the U.S. at a specific location. For Kim ey>>> Horn Page 9 linear projects crossing a single waterbody several times at separate and distant locations, each crossing is considered a single and complete project. Based on our review of the proposed project and understanding that the proposed work is limited to the minimum necessary to construct the utility lines associated with the project, it is our analysis that NWP 58 Utility Line Activates for Water and Other Substances authorizes the proposed utility line crossing of one aquatic feature as a single and complete project. Nationwide Permit 58 authorizes Utility Line Activities in waters of the U.S. provided the following: Project activities do not cause the loss of greater than 0.5-acres of non -tidal waters of the U.S., There must be no change in pre -construction contours of waters of the U.S., Corps notification is required if: ■ Project activities result in the loss of waters of the U.S. exceeding 0.10 acre, and ■ If a section 10 permit is required. It should be noted that the NWP General Conditions (attached with NWP 58 in Appendix E), as well as NWP Regional Conditions for the State of Texas (attached in Appendix F) and State Water Quality Certifications under Section 401 (attached in Appendix G) must be followed to comply with the NWP program. It should be noted that permits issued under the NWP program expire on March 14, 2026. The following are details on selected conditions. The attached permit should be reviewed by the Owner and by any contractor conducting work on the proposed project to understand all of the General Conditions. General Condition 10 requires that the activity comply with FEMA approved state or local floodplain management requirements. The FEMA Flood Hazard Map indicates that the majority of the study area is located within a combination of the FEMA Flood Zone A: 100-year floodplain and FEMA Flood Zone AE: Floodway (Figure 7 in Appendix A). It is the permittee's responsibility to comply with applicable FEMA-approved state or local floodplain management requirements. General Condition 12 requires that appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the U.S. during periods of low -flow or no -flow. A Storm Water Pollution Prevention Plan (SWPPP) is required to be in place during construction for projects disturbing one -acre or more. For projects disturbing more than five -acres, it is necessary to file a Notice of Intent (NOI) for compliance with the Texas Commission on Environmental Quality (TCEQ) - Texas Pollution Discharge Elimination System (TPDES) General Permit for Construction Activity. A list of Best Management Practices is included at the back of Appendix G. It is the permittee's responsibility to implement a SWPPP, if necessary. General Condition 18 states that no activity is authorized under any NWP which is likely to jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will destroy or adversely modify the critical habitat of such species. The permittee has the option of requesting a review of the proposed project from the USFWS. The Southwest Region of the USFWS (https:Hecos.fws.gov/ipac/, September 7, 2021) lists the following species for non -wind energy development projects in Tarrant County: Whooping Crane (Grus americana), Endangered Kim ey>>> Horn Page 10 Monarch Butterfly (Danaus plexippus), Candidate Candidate species are not afforded protection under the ESA. There is no designated critical habitat for these listed species in Tarrant County. Potentially suitable habitat for this species was not observed within the study area. This proposed project is not expected to have any effect on these species. General Condition 19 states that the permittee is responsible for ensuring their action complies with the Migratory Bird Treaty Act and the Bald and Golden Eagle Protection Act. Kimley-Horn's general and limited site observations did not indicate the likely presence of nesting migratory birds. If construction activities are not performed during typical breeding seasons (generally considered to be between April to August, depending on the species) it is unlikely that an incidental take would occur. The permittee has the option for contacting the appropriate local office of the USFWS to determine applicable measures to reduce impacts to migratory birds or eagles, including whether "incidental take" permits are necessary and available under the Migratory Bird Treaty Act or Bald and Golden Eagle Protection Act. General Condition 20 states that in cases where the district engineer determines that the activity may affect properties listed, or eligible for listing, in the National Register of Historic Places, the activity is not authorized, until the requirements of Section 106 of the National Historic Preservation Act (NHPA) have been satisfied. If historic properties are observed during construction, work in the immediate area of the discovery should cease, and the contractor should notify the appropriate Corps Contact: Mr. James Barrera (817-886-1838). The attached Atlas map, generated on September 20, 2021 from http://atlas.thc.state.tx.us/ revealed no known sites or markers within a 0.5-mile radius of the project area. A reproduction of the Atlas map is included in Appendix H. The permittee has the option of requesting a review of the proposed project for known historic properties prior to construction from the State Historic Preservation Officer. General Condition 25 requires compliance with State Water Quality Certification. The TCEQ has certified that "the activities authorized by Nationwide Permit 58 should not result in violation of established Texas Surface Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to Title 30, Texas Administrative Code, Chapter 279," as long as Best Management Practices are followed. Refer to Appendix G for additional guidance. In some cases, coordination with the General Land Office (GLO) and Texas Parks and Wildlife Department (TPWD) for a sand, gravel, and marl permit may be necessary. It is our analysis that this project will not affect a State-owned riverbed, because these streams are not a minimum of 30-feet wide and would likely not be considered navigable. Therefore, coordination with TPWD and GLO should not be necessary. The permittee has the option of requesting a review of the proposed project for known State-owned riverbed prior to construction from the GLO and TPWD. 8.0 — Recommendations Based on our review of the proposed project (Figures 3.0-3.4 in Appendix A) and project plans, it is our analysis that NWP 58 for Utility Line Activities for Water and Other Substances authorizes the pipeline installation via open cut through the jurisdictional aquatic features. This analysis is based on the understanding that the pipeline installation will result in minimum impacts to waters of the U.S. and that pre -construction contours will be met once installation of the pipeline is complete. Maps showing the impacts to the likely jurisdictional aquatic features are included in Appendix D. It is our analysis that this project does not trigger notification under NWP General Condition 32. Although not required by NWP 58, for projects discharging into tributaries and not causing the loss of greater than 0.10 acre, the permittee has the option to request verification from the Corps to receive written Kim ey>>> Horn Page 11 concurrence with the Kimley-Horn analysis that NWP 58 authorizes the project, without pre -construction notification to the Corps. Kimley-Horn recommends the following approach regarding Section 404 permitting: 1. Proceed with the proposed work under NWP 58 authorization, without notification to the Corps; 2. Place a note on the construction contract documents clearly stating that it is the contractor's responsibility to comply with all terms and conditions of the NWP by reference to this memo as well as any other local, state, or federal regulations noted or not; and 3. O tain the appropriate storm water permit from TCEQ, if applicable. Existing permits issued under the 2021 Nationwide Permit program will expire on March 14, 2026. If the proposed project has commenced, it is our recommendation that the proposed project continues, provided that the proposed activity is completed within 12 months of the date of the NWP's expiration. Continued confirmation that an activity complies with the specifications and conditions, and any changes to the Nationwide Permit, is the permittee's responsibility. Disclaimer: Kimley-Horn has prepared this document based on limited field observations and our interpretation, as wetland scientists, of the Corps' regulations at 33 CFR 328 Definition of waters of the United States, joint Corps and EPA guidance, and Rapanos guidance. While Kimley-Horn believes our interpretation to be accurate, final authority to interpret the regulations lies with the Corps and EPA. Corps and EPA Headquarters occasionally issue guidance that changes the interpretation of published regulations. Guidance issued after the date of this report has the potential to invalidate our conclusion and/or recommendations and may cause a need to reevaluate our recommendation. Because Kimley-Horn has no regulatory authority, the Client understands that proceeding based solely upon this document does not protect the Client from potential sanction or fines from the Corps. The Client acknowledges that they have the opportunity to submit a proposed jurisdictional determination to the Corps for concurrence prior to proceeding with any work. If the Client elects not to do so, then the Client proceeds at their sole risk. This report was prepared by: KIMLEY-HORN AND ASSOCIATES INC. Tessa Bass Environmental Analyst Carland G. Holstead, PWS Senior Project Manager E Emma Bales Environmental Analyst Appendix A STUDY AREA MAPS Legend = Study Area, -34 acres - fto I[ m ,6pa Lake Woe � . 4sC anrom Park sti 3 g , Hrd— Wk. �'4e Vhll—Perk setRnn [ e ,.� .I•.F°. Project Location a s Albrre 'F'r�ae PaYaVY aarq� [� ulAnpalY Seu11 3Y�'b �'tp11_ N�.� Be rlhrwk " '~ �� crowter Ilnlly or h� r ' �srzPerirx Ln �`a I S ~ Rradsh a,u ❑r CPtl9 Old riea16 erlerd Rd Old W eorh e, rYr d Rd i z J Plnasa ! M oYll d In, N � M•atloyGale Or AidV L. H,IIs vl 3 E�m m cpwn � msrn Ter . v y` m oPllum l.p.ni$ worn bs „ Q S Cg CJI wqa c Fnsl as � 2 C11a Ch �c1 1. L F 81, a 7 Lrn0 A ,,DrP 3 m — J E A hr 0 n'W lnd cre�h ri � } I gyoe Cr a,4p �% d L-nk HIII Dr C�urao:Il 5'�•n'':s^`"Y Hol{ rl"Polnle ` :. Wlri de•a n _ ,� eswmv r—ar Sil�er S C orporaL on pMwy FIGURE Kimley»> Horn Westside III Vicinity Map Transmission Main rror PrirPoa--,aav am hayebeeri I,--for �-Ubl,eor,al Por be suneble Por legal, engineering, or surveying ea It eaea nol rep,ese on lne-groune survey aria Source: ESRI Basemap Fort Worth, Tarrant County, Texas aoPro*,male , ralawal«eearim Pranany noeria_ DATE: 09/20/2021 1 DRAWN: TMB CHECKED: EKB KHA NO.: 061017380 t_ n \f E 863 } fir` •_ te a, N l 803 �, 9 �3 U ' M } FOR+, S - ti n906, 41 y x lk �I -403 r � i reet 0EI 500 1,000 2,000 3 r Legend Study Area, -34 acres IGURE DATE: 09/20/2021 Kimley»> Horn 2 DRAWN: TMB Westside III USGS Topographic Map Transmission Main rn,=arod � „o a �5Q5•,may �h-, CHECKED: EKB —df r : rbeUble nr 1e 1, e�9��==•, o•.ur ,g ea Ild— "rePrese , omne9mums .Ya KHA NO.: 061017380 Quad: Aledo NE Fort Worth, Tarrant County, Texas m da P6 soor..,ma�a raia��.. i«.ea. mPro ' reet a 0 750 1,500 3,000 Legend 0 Study Area, -34 acres Ephemeral Stream, <0.01 acre, -51 linear feet a - Intermittent Stream, -0.05 acre, -613 linear fer - Perennial Stream, -0.07 acre, -65 linear feet Open Water, -0.41 acre - Emergent Wetland, -0.02 acre u �y Swale, -327 linear feet Westside III Kimley»> Horn Transmission Main -reavm navenee _areaf�r,:ror,-Ubla or1p1,o area ror o,ne:�aanie ro,ies>a. e�a��ee„�9. or.�wer�IIa ea It aaea"represent an on. me-9rounE survey and Fort Worth, Tarrant County, Texas soore.,ma�a ,aia��.e i«„ea�marooere eo��aa�es FIGURE DATE: 09/20/2021 DRAWN: TMB Aquatic Features Map 3 0 Key Sheet • CHECKED: EKB KHA NO.: 061018380 Source: Nearmap Mar. 2021 two a �y, yy • + • 1 j,4 ■r- y IV a 40 • ` r M0, .*may A. AF -' II 0 50 100 1 4,1 ,n k r � � -%,1 r• r • .r+ ..; y .`r� y11• .,�'M r.� ` rl// 'fro r r 41 �•..['r�+�I T~A r�+y Fes' .7�t IIrI IjF 'jr r�s> rrI,��3i IF dB a 0 150 300 600 y i!w _ 0 Legend r, Feet...` 0 Study Area, —34 acres , - 0 25 50 Ephemeral Stream, <0.01 acre, —51 linear feet M r 1 i Intermittent Stream, -0.05 acre, -613 linear feet - Perennial Stream, -0.07 acre, -65 linear feet " �• Open Water, -0.41 acre ` EREmergent Wetland, -0.02 acre 11'�,# Swale, -327 linear feet ` r a FIGURE DATE: 09/20/2027 DRAWN: TMB Westside III Kimley>>> Horn 3 1 Aquatic Features Map Transmission Main • CHECKED: EKB T111 P11111to, na swanie�io,�aeaiPe 4—os�Neve4� KHA NO.: 061018380 Source: Nearmap Mar. 2021 Fort Worth, Tarrant County, Texas eo ea es . aooro.,ma�. ,aia,a io�a,o� m moo r �:. - lu •reef 0 150 300 600 . �• `-raR- Legend 0 Study Area, -34 acres + Ephemeral Stream, <0.01 acre, -51 linear feet ` ■ - Intermittent Stream, -0.05 acre, -613 linear feet a - Perennial Stream, -0.07 acre, -65 linear feet Open Water, -0.41 acre Emergent Wetland, -0.02 acre 0'4�y Swale, -327 linear feet a FIGURE DATE: 09/20/2021 DRAWN: TMB Westside III Kimley»> Horn Aquatic Features Map Transmission Main ■ CHECKED: EKB m,aproa„—rbro roririaeor 1i rpoaea r,aaya_YIIe eeri area Por or be suaeble Por legal, engineering, or surveying ea It aaea"represent an on lbe-ground survey aria Source: Nearmap Mar. 2021 Fort Worth, Tarrant County, Texas adore*,rea�a raia��.a i«aepri m prppam KHA NO.: 061018380 bo�riaariaa a'.T • ..yam ' ` ' w ♦ 'E•4'r• w e ' fi v .. ♦ r -e, reef r' se'� .'� 'lei ��� � �' r# i - . ■ r���a R � +r. `� . V4. AO G -A QII- hIt 6� IL lob 'eet e 0 50 100 Yk- V1. r� r f"j, t y a • /Yr r y^ reef AL f*a + • 0 • 50 100 �•- • / a w f .fie • � _ � _ � 'i rye' ,» . • - .� `,� r y S reef a r r 0 150 300 600 `a Legend r Study Area, -34 acres Ephemeral Stream, <0.01 acre, -51 linear feet •, w, . - Intermittent Stream, -0.05 acre, -613 linear feet - Perennial Stream, -0.07 acre, -65 linear feet . ^k�' T • .r f - Open Water, -0.41 acre 3 .,. -Emergent Wetland, -0.02 acre 4 •, "," Swale, -327 linear feet f FIGURE DATE: 09/20/2021 DRAWN: TMB Westside III Kimley»> Horn 3.3 Aquatic Features Map Transmission Main �a CHECKED: EKB o•ne'a �anie''r a�em ae-9rountl sury YsanE9 KHA NO.: 061018380 Source: Nearmap Mar. 2021 Fort Worth, Tarrant County, Texas eountlanPS ,aoora.ma�a „ia�.e i«eea. or oroo r - tip 4, MA �Wl All v Jf PA X I IF" aw,+,- F Feet 98 0 50 100 0 Pv� 44 11 lralr OL 9, A Is A., A Nv� 1 4 % Awl r V Ira 04-t '110 Ire, It me v 140 -4 dp44 m '0 1. _reef It; 0 10 0 10 flit 4 X A ee 0 150 300 600 Legend 0, =Study Area, -34 acres Fe.1' 5 Ephemeral Stream, <0.01 acre, -51 linear feet 4A Intermittent Stream, -0.05 acre, -613 linear feet 01. , -0.07 acre-65 linear feet Perennial Stream, 0 for -Open Water, -0.41 acre 9 Emergent Wetland, -0.02 acre I"," Swale, -327 linear feet FIGURE DATE: 09/20/2021 KimlepMorn DRAWN, TMB Westside III 3.4 CHECKED: EKB Aquatic Features Map Transmission Main _P—d f—r be -Uble ror 1­1, ­,—r, __Y IIa pu-- It d— not = —­,d KHA NO.: 061018380 Source: Nearmap Mar. 2021 Fort Worth, Tarrant County, TexasP___Iyth—PP &P.P.fty �� i r ` ' , gl •T IS�/ S • .a '�i "� T� � �.�'sL aW � S .r 7�31k ,.`:`da a`�,e - 3"�:±_N: �Ye ` r FYI• _ � $�'EiLE�:r� i "r.".y,'�4 r� �q:. T.y F r � Y•.. 4. y 10 500 1,000 2,000 Legend f_ Study Area, —34 acres FIGURE DATE: 09/20/2021 Kimley»> Horn 4 DRAWN: TMB Westside III Recent Aerial Transmission Main CHECKED: EKB -primal,,., be rr 1i 1,poaaaa-a rlm na.abaa� area Por or be suaeble Por legal, engineering, or surveying ea It aaea nol represent an onlbe-ground survey and Source: Nearmap Mar. 2021 Fort Worth, Tarrant County, Texas appra.,ma�a raia��.a i«aeprim prppam KHA NO.: 061017380 bo�riaariep FIGURE DATE: 09/20/2021 Kimley»> Horn 5 DRAWN: TMB Historic Color-Infared Westside III Aerial 2015 Transmission Main CHECKED: EKB rmanraarier r laror�riroririaeor1i 1,aoaeaaria ,aav am bayebeeri area Por be or suaeble Por legal, engineering, osurveying ea It aaea" represe ,- lbe-grouna survey aria Source: TRNIS TOP 2015 Fort Worth, Tarrant County, Texas adore.,rea�a raia��.a i«aeari mgronam KHA NO.: 061017380 bo�riaariaa FIGURE DATE: 09/20/2021 DRAWN: TMB FEMA Flood Westside III Kimley»> Horn 7 Hazard Zone Map Transmission Main rms a df—,ro �-Ubla o,1 p 1, o - 9, r,m nave nee CHECKED: EKB area ror or ne:��ranie roriesei. e�a��==r,19. or.�N=r��a ea Ild— "rePrese , on.me-9mum—,— KHA NO.: 061017380 Source: FEMA Fort Worth, Tarrant County, Texas m ea P6 soore.,ma�a raia��.e i«eea�m pronem z yy 3• i ffll L N-- - _ I � '3 �r ?tie` .rs..c' - •- . ... .fir; f-ga"`'J— .R ft'�4 , K � a $, 'b. Y 'fir r•e �,, ,: «..��" �' • � ! I. � ter. ,��j ���' ty '� 5�'� } �•r .iaa M,�Z' �� ■■ 3 U j 4 �d�p' �' 3f 4yn ..;y�N a � A. I#'� •f � �.r ,` .�i�'��tl� . . __ � L �:.�[�, � : ; f .. p Legend Study Area, —34 acres Freshwater Emergent Wetland — Freshwater Forested/Shrub Wetland 0 Freshwater Pond - Lake - Riverine FIGURE DATE: 09/20/2021 8 DRAWN: TMB National Wetlands CHECKED: EKB Inventory Map KHA NO.: 061017380 Source: USFWS Westside III Kimley»> Horn Transmission Main rb,a may -have beep area for or be suitable kr legal,engine-n or aurv,g ea It aaea" as ea re,ei-l«rve— Fort Worth, Tarrant County, Texaagonam fl �:NA v.,, . t • '.rx'1 r I ��, - j•p V. - P""6 _�/• ^� 3�': rill � ,��Y s 4rrp„"`tea" 'Y{'�'}�F} �1`�'.•� S d , ''�' �s r� ' v 'i''• "`Fry � ��yL.p q ,,,r. , , 1'F-11i..5Ws � �.,�,�A• �� r � . �� iy' ��� h�,''Fd �y. �7^ ..F,.•a F � ! rl' rsfiP4; v * ar11— .j2,• Y } ems~ '' Legend Study Area, —34 acres 7 • . " 1: Aledo gravelly clay loam, 1-8% slopes - 2: Bolar-Aledo complex, 3-20% slopes r - 14: Bolar clay loam, 1-3% slopes ° r` - 15: Bolar clay loam, 3-5% slopes _ 9; _ 26: Frio silty clay, 0-1 % slopes, occasionally flooded - 46: Maloterre, Aledo, and Brackett soils, 3-20% slopes _ 56: Pits, quarries, 0-45% slopes 65: Sanger clay, 1-3% slopes - 66: Sanger clay, 3-5% slopes - 78: Sunev clay loam, 3-8% slopes f FIGURE DATE: 09/20/2021 Kimlep Horn 9 DRAWN: TMB Westside III CHECKED: EKB Soils Map Transmission Main mapro-rin larorriroririaeor,aip„rpoaeaari-may am bayebeeri ere- Por or be su-able Por legal, engineering, or surveying ea II-aea nol represent an onrbe-groan-surveyan- KHA NO.: 061017380 Source: USDA, NRCS Fort Worth, Tarrant County, Texas boariaariea appro*,mare raiar�.a i«aeprim propam Appendix B PHOTO LOCATION MAP AND SITE VISIT PHOTOGRAPHS Feet r' 0 500 1,000 2,000 II ►.� t. Legend Study Area, -34 acres O Photo Location Photo Direction j Ephemeral Stream, <0.01 acre, -51 linear feet Intermittent Stream, -0.05 acre, -613 linear feet - Perennial Stream, -0.07 acre, -65 linear feet - open Water, -0.41 acre - Emergent Wetland, -0.02 acre �t Swale, -327 linear feet FIGURE DATE: 09/16/2021 10 DRAWN: TMB Photo Location Map Key Sheet • CHECKED: EKB KHA NO.: 061018380 Source: Nearmap Mar. 2021 �. fY sf d? A Westside III Kimley»> Horn Transmission Main Tn,a prawn la ror,Mo,m.eor,ai p.mosea a.a may am ha.a nae. Bred for or be sudeble kr legal, engineer,' , or..'eying ea m,,,maaeaIldpmCity, County, Texas apn on rhe«-ground survey and m'rp Y Pf w , tJU • i i c 4L '0•,f 'R Apo 4r • rv` .. ! : $.. r rx°.: tin w..4lr ��� ' • y � * ; 79'' mow. � * � ' , r r r � ■`^ • � r . f ' , . i POP �. . + a,: �I 49 dp kv PIP �' �o+'r�C..• r•wr �+ r � '�. �� �O� r �• r•� -j'Ul .o �i 'Pk i. ' o J o . -! r/r.' "} 11 e ` •'^^�E -s p,�.^j l p ti f- .. r ill -t r• !*7 + a �' ,r1 r r` iP I + lip s 'S. .sip �.�y `.: +r r• ,tea Y ��� r�3r Q ` IR •r r` + reef # 0 125 250 500*k i rr�w. i FIGURE DATE: 09/16/2021 1 DRAWN: TMB 1 • • CHECKED: EKB it `� 't �., •, a.Yy 'r: OV Pik of Photo Location Map KHA NO.: 061018380 Source: Nearmap Mar. 2021 Westside III Transmission Main City, County, Texas Legend 0 Study Area, -34 acres 0 Photo Location Photo Direction Ephemeral Stream, <0.01 acre, -51 linear feet - Intermittent Stream, -0.05 acre, -613 linear feet - Perennial Stream, -0.07 acre, -65 linear feet - Open Water, -0.41 acre Emergent Wetland, -0.02 acre ',"43 Swale, -327 linear feet Kimley»> Horn 0 49a ' reet: ^` 0 125 250 500 Legend 0 Study Area, -34 acres O Photo Location Photo Direction • (�3 Ephemeral Stream, <0.01 acre, -51 linear feet u.y• ` Intermittent Stream, -0.05 acre, -613 linear feet 44-1 , -Perennial Stream, -0.07 acre, -65 linear feet Open Water, -0.41 acre l.O Emergent Wetland, -0.02 acre Swale, -327 linear feet FIGURE DATE: 09/16/2021 DRAWN: TMB Westside III Kimlep Horn 1.2 CHECKED: EKB Photo Location Map Transmission Main m,a praarin la ro„Mo,reaeo„ai p„rpoaea aria ,aavam naye been ereE Pot or be suitable Pot legal, engineering, or surveying ea It aaea nol represent an on lbe-grounE survey and KHA NO.: 061018380 Source: Nearmap Mar. 2021 City, County, Texas m,,,mari.a appro.,ma�a raia�.a i«aeprimprppare Will '.fir i -y >-.. ��?'�.,� ,• pa .. p '' .A a,�.... , � •�.x Via►_ .'.ice '� ._�` w.. .� * 3 r - � t 43 .; 0 d. : P L AM 77 AV AgD 903 - .�. f?. i% MA =Y yy {� !11R44i ",! -'R ,Js"'i1`c`� •'_"' icy @P .�} 4`'.�r r••��£,�sr� . . ._ 13:�J( ad •� .:3 �"# , 1�.:i'ra�' • • �''�! � Y� ..3'y u` e' xre�s f+ • ;k n °. Z: v�F'� . + : � att.� ••fir:-.� s av' �,� . �+ .�;Y� g �.� . f ry�'p'",p'�� reef 0 125 250 500 ¢ a �' y :�V ; _ �i.Y.l u1: 1111e�1. r�l .. 6 Y ' �' ■ s' '� "°'� � t s. v! Legend o 0 Study Area, -34 acres ..• r,'r O Photo Location�« Photo Direction Ephemeral Stream, <0.01 acre, -51 linear feet - Intermittent Stream, -0.05 acre, -613 linear feet - Perennial Stream, -0.07 acre, -65 linear feet 1 - Open Water, -0.41 acre - Emergent Wetland, -0.02 acre ; Swale, -327 linear feet:;F, FIGURE DATE: 09/16/2021 DRAWN: TMB Photo Location Map • CHECKED: EKB KHA NO.: 061018380 Source: Nearmap Mar. 2021 Westside III Kimley»> Horn Transmission Main m,a praarin la ror,Mo,reaeor,ai p„rpoaea aria :aav riot naye been ereE Por or be suitable Por legal, engineering, or surveying ea Itaaeanolrepresent an on,be-grounE survey and appro*,mate City, County, Texas boariaari•a raiat�.a i«aeprimprppare fi Mr, Ali ,2s.� �'•...._ �S .tom.. f -:: r '� ����`� ATYT ���^� '�.._ -il'd .+ '+34. 'i' i �:�•-, F � jld ,1;. 41 'tom 'm�-d Y4'� •.7 _ . fzl y S. 4' �'s. ..,� I .►>. 01�:. R' `vim. r ; r.�, ♦ M '�3 �,y:...p*n . '��.� r ' � R � L s , s •#' ,. � ` • � : ` � i "f � 4 .. r "C7U�� i� � - "' r'r+�i ;�v +r°'v". .s v�:�'ir'y �. •a i$ 4 ♦'1/`�' T�-�, le mere a reef 0 125 250- - —500 � I : '� � �. °� �. - * /. � aA �•■ �,,g-:'y'+y Legend rr�. ','F . ,• a .� t:-�'+w �. -34 acres Study Area, r'` a A a y :e;a a,+s ■ 4" o Photo Location.„ •, • R' �,• �r A/�v,0a °,� Photo Direction i Ephemeral Stream, <0.01 acre, -51 linear feet (� w " a T �. p "■ '�.. ��! Intermittent Stream, -0.05 acre, -613 linear feet _ . ' • ^ ti e . R za _ Perennial Stream, -0.07 acre, -65 linear feetitya, s o '• a • y Open Water, -0.41 acre Emergent Wetland, -0.02 acre ..4q A• ' S. ' �'^'; , - �y Swale, -327 linear feet4f, FIGURE DATE: 09/16/2021 DRAWN: TMB Westside III Kimlep Horn 1.4 Photo Location Map Transmission Main CHECKED: EKB manraa.m laro Moa.aeoaaip.rp aaa a.a reay a ereE Por or be suileble Por legal, engineering, or surveying ea It aaea nol represent an onlbe-grounE surverana KHA NO.: 061018380 Source: Nearmap Mar. 2021 City, County, Texas m,,,mari.a adore.�reala raial�.a i«aeprimprppare � �� 's f �P . � s r ;■ +'.y .. '1i ,�apr�� 4. .1�. T r A_ ���f�,y �q7A■ f *�6�,■-a .,_ �r Y'' Ve•1 sl + �t "30•�' f* :� 9� os v .. � � �• r'.e'il rqF �1 � elk f AS �''. 3.. _ + o pip _o p �,: • ll u. r =`e`er .,, r<�' / ■ v � A � �yll e . � i�,•.� , �,�+�,. _ , SF y P �Rl� - �� ,� -� "+i. 5 .R e 'i -qr:.• ,gin�4�iF{M e��.,rp .e•qA� r� +^s .� �b a • ., - -�: • u s '., v°-'VAI ®fir. +. 6. �$�r� ■:f $,■ i'' '�`�� ., ! 7• 3 „�Y. yv • ° • . P .mixer• . 3..a ';' s • ° �■.' ■ ■ b i ,r 4iM;s3' R.� `'sRs � ■ � r 'e� K e .y�ryy� ��: .� r? h b ■fir .. y, a �- »� _ ey�"L *e$ C,�.� 7e �, ¢ e1■ � � ,r ■ e�`.'s } Al . .t ,. •7r� ,� '.9. ' �A+r.a * .� finn,, � - ..,� � a' .a.. r'�, 4''���i■: R' .. . a .. :4 : ? k . • 1 of • ;w.: •'► r 46 z e e . - ^_ .. e m e k � ..kart " ' � ■ .. 2 �a IS r 4 ■ �..- e greet 4 air . 0 125 250 500 •! Legend Study Area, -34 acres o Photo Location Photo Direction Ephemeral Stream, <0.01 acre, -51 linear feet O A Intermittent Stream, -0.05 acre, -613 linear feet r - Perennial Stream, -0.07 acre, -65 linear feet Open Water, -0.41 acre D - Emergent Wetland, -0.02 acre Swale, -327 linear feet AL CID FIGURE DATE: 09/16/2021 1 DRAWN: TMB Westside III Kirn�ey»> Horn 5 Photo Location Map Transmission Main antlmayno navee�n • CHECKED: EKB e, ne meanie nirgei, egg �eer��g. e, e�rvevg �e-gr°untl survey ane KHA NO.: 061018380 Source: Nearmap Mar. 2021 City, County, Texas eountlanPS .a°gra.ma�e ,eia�"e i«•e°e °r °,og r 1 3 2 0 5 6 Photos were taken on 06.10.2021 11 c 10 0IV) Photos were taken on 06.10.2021 RT . �Twl% 19 21 Y 23 r ��'11RiR� T 4 FS• 20 22 Mk! t3k, Photos were taken on 06.10.2021 25 *AJFW # W- a 27 26 m 29 30 Photos were taken on 06.10.2021 31 33 32 34 35 36 Photos were taken on 06.10.2021 \r W-c �M s .,a 4 - a 7 43 45 47 48 Photos were taken on 06.10.2021 51 53 50 52 - INV. ALA vJyls� � y� t i9fi I ,- Photos were taken on 06.10.2021 55 57 I& 56 W 59 60 Photos were taken on 06.10.2021 t4, ,._ c �. i� r.,__, , ti _ -n�., �,s � . ,� � � � ,a �¢� r '. � MY —, x>y ��: - \' S i � � fi . L' � �t � � .. i � � � � �Y !' y �� J xr -�` �.;, �, � � � it �•,� �� .,; 1w�e k` L ,� 1 •+i p A;t �� � r loss � � 1 A 1�� � � � 4 '� is '�S�' 14 g� zy� �`1t (�,. 1 tJ "q� tf ' S �g q � �Y a �� _ yy�,,, � W � ��� r { � � ,: 4 .,, �� � �.� �� l ai S ,� 1 < . � ^. � � \ 1 .: s 1 � _ `1 .�� _ �Y 73 75 74 76 77 78 Photos were taken on 06.10.2021 79 Photos were taken on 06.10.2021 m EMAI W m 01 Photos were taken on 06.17.2021 E-lb Photos were taken on 06.17.2021 �. � „�, .,,., �. k ;�� __ _, 100 102 101 103 104 105 Photos were taken on 06.17.2021 s 106 ®- 107 109 110 111 Photos were taken on 06.17.2021 r t Y _• y, �I G t t y � N 7 Ol , M2 Pt'.- " ~?. x •n Te�nll"'y f"I�,i�jtf�r 1n�n�unoini��rnin��i'r�i`� r^rnir4�f�'��^RT._,n �. 14 'A 1 F. $ fret iW4 € F.+ �� �--, '- tea,` q t x 4 &A. 7. 'Ay yP a - 3' TT 'F`, ��'iT'.ntn.: a_''TIRr'i��I,ui7".11461r'-lF"y„ '°I► .c r p �+ € � i 151 w x f 130 132 131 133 134 135 Photos were taken on 06.17.2021 136 138 137 139 Photos were taken on 06.17.2021 140 142 141 143 144 145 Photos were taken on 09.09.2021 146 147 149 150 151 Photos were taken on 09.09.2021 152 154 153 156 157 Photos were taken on 09.09.2021 ° �`«� � � . \: ~� . . . . 2 , .:, � : a � ,«�.� � �� � / v� © �» a� � � > .., . . . . . «. . e»: ,}� .� ������ »<�. <« 2 «� \� ? « ©� xy ��»» � �� »<«y 2y� % :�� � � � \� � � »�� G . \\\� >: :. <« « � = w » y« ?�� :. .:/�:/>. «:, »� \?� m « ©¥ . y� � « . � � � � � � � � ' � � � � \ \ < - `� � � \� � � � � � � � � ^ ~� �/\\� � \� � \: ^ � � � � � � � � � � � � � � Appendix C JURISDICTIONAL ANALYSIS MAP r.r-w>v'. +s. gwa.ys. - y. .y'.• rg �• 7lll� F ,T'l 'fir i. �� rrr�iesp�� ��* ,�`� :� y yq• E.x.J� ii 1'f �me MnT � .5,�'• '�? x ��re` � J'� 1.� �u � n �e`�1i r'f.:. - �� b�y.t�� ,y+.e . ... y o ,.w;cf:'S.' ,:�� N . F�' 4 x�`, serf •.:� }t, Jr r ,� t �: �`'y'�'•�::,+'. , f .�• '� x � �%C �q s> ,j. i yr• ' 9 � - V I, � 4 of �•� i[. � - � reet � A. 0 750 1,500 3,000 Legend r. 0 Study Area, -34 acres E Likely Jurisdictional Ephemeral Stream, <0.01 acre, -51 linear feet - Likely Jurisdictional Intermittent Stream, -0.05 acre, -613 linear feet a_ - Likely Jurisdictional Perennial Stream, -0.07 acre, -65 linear feet = A. - Likely Jurisdictional Open Water, -0.41 acre -' - Likely Jurisdictional Emergent Wetland, -0.02 acre u Likely Non -Jurisdictional Swale, -327 linear feet - FIGURE DATE: 09/20/2021 DRAWN: TMB Jurisdictional Analysis Westside III Kimley»> Horn 1 0 Map Key Sheet Transmission Main CHECKED: EKB mla proapn la rorlrirriririaerir,ai primrisea ar,a rilav r,m na.e been areal or bes Uble kr legal, engineering, or aurveving ea It aaea nol represent an onlbe-ground survey and Source: Nearmap Mar. 2021 Fort Worth, Tarrant County, Texas adore.,rea�a raia��.a i«aeprimprppare KHA NO.: 061018380 bo�riaariaa kv jo 10 SO,. jo "AV 41 op M 0, I v it. jW 4, A. IV: 31, 4K tic , I f 4. '1 P JIR �p jc 41 Sir 40—P Peet 0 150 300 600 Legend •eat Study Area, -34 acres 50 25 0 Likely Jurisdictional Ephemeral Stream, <0.01 acre, -51 linear feet Likely Jurisdictional Intermittent Stream, -0.05 acre, -613 linear feet Likely Jurisdictional Perennial Stream, -0.07 acre, -65 linear feet Likely Jurisdictional Open Water, -0.41 acre Lo Likely Jurisdictional Emergent Wetland, -0.02 acre I"," Likely Non -Jurisdictional Swale, -327 linear feet FIGURE DATE: 09/20/2021 DRAWN' TMB Westside III Kimley>Morn CHECKED: EKB �,r Jurisdictional Analysis Map Transmission Main Janie KHA NO.: 061018380 matf,�,r,�,,,,,l,ly "I'll— Sourm: Nearnnap Mar. 2021 Fort Worth, Tarrant County, Texas () 11.1,=11,1111111. m P­Y r III '�li� - 0 reet 25 50 It I reef- ��,�kr 0 150 300 600 7 r # Legend 0 Study Area, -34 acres Likely Jurisdictional Ephemeral Stream, <0.01 acre, -51 linear feet a y • - Likely Jurisdictional Intermittent Stream, -0.05 acre, •-613 linear feet - Likely Jurisdictional Perennial Stream, •-0.07 acre, •-65 linear feet � Likely Jurisdictional Open Water, -0.41 acre w Likely Jurisdictional Emergent Wetland, •-0.02 acre Likely Non -Jurisdictional Swale, -327 linear feet 3 FIGURE DATE: 09/20/2021 DRAWN: TMB Westside III Kimley»> Horn 1 Jurisdictional Analysis Map Transmission Main • CHECKED: EKB m�aproarim laror,MUbla or,aip„rpoaaa aria ,aaya_YIIe eeri area Por or be suaeble Por legal, engineering, or surveying ea It aaea"represent an on lbe-ground surveyana Source: Nearmap Mar. 2021 Fort Worth, Tarrant County, Texas adore.,rea�a raia��.a i«aepri m'rp Y KHA NO.: 061018380 bo�riaariaa + a ] i Ip - i _ • n e 'f,s r' •S% _ r reef _ �.E s y• .r !• • % • 0 50 100 -. L Yw1ffi 777' �_ � F: Y.1 �JCS ; U✓A _ �', , Feet e 0 50 100 `iss.' �, k ''€.�• r •� L� fir'. - y -„� -�fig� A. OR e-R + reef r re t 0 150 300 600 ; or `a Legend t�- ■ r 0 Study Area, -34 acres Likely Jurisdictional Ephemeral Stream, <0.01 acre, -51 linear feet •, �. w, . - Likely Jurisdictional Intermittent Stream, -0.05 acre, -613 linear feet - Likely Jurisdictional Perennial Stream, -0.07 acre, -65 linear feet .. %..•+{' T • /� - Likely Jurisdictional Open Water, -0.41 acre ' r LM Likely Jurisdictional Emergent Wetland, -0.02 acre h - �f Likely Non -Jurisdictional Swale, -327 linear feet 4 ■ a - r FIGURE DATE: 09/20/2021 DRAWN: TMB Westside III Kimlep Horn 1 Jurisdictional Analysis Map Transmission Main • CHECKED: EKB area Por or be suaebrmaproarimlrlb MoUbaeo„ai p„rpoaea aria mayamor survebaye been le Por legal, engineering, ying ea It aaea nol represent an onlbe-ground survey and KHA NO.: 061018380 Source: Nearmap Mar. 2021 Fort Worth, Tarrant County, Texas appro.,ma,a raia,.a i«aeprimprppare bo�riaari.a I V� e6'" 4 . PA N �4. v 37 wo r M 40' L .1-4 r ■ n 0001= Feet r W, low Is'■ F4OV A& 'W L Af 0 L AF 4.04 A1% '40 Ip OIL oir -A A jP '0 1- reet lid T .0 50 1 0 k Pof 40 150 300 x Legend -34 acres Feel 125 2 Study Area, 7 Likely Jurisdictional Ephemeral Stream, <0.01 acre, -51 linear feet Likely Jurisdictional Intermittent Stream, -0.05 acre, -613 linear feet -0.07 acre, -65 linear feet Likely Jurisdictional Perennial Stream, 0 Likely Jurisdictional Open Water, -0.41 acre 9 Likely Jurisdictional Emergent Wetland, -0.02 acre � Likely Non -Jurisdictional Swale, -327 linear feet *,.P FIGURE DATE: 09/20/2021 KimlepMorn DRAWN, TMB Westside III 1.4 CHECKED: EKB Jurisdictional Analysis Map Transmission Main Th.a _p—d f­r b� ­Ubl� �r legal,__Yaeo„aip„rpoaaa aria eeri II� pu__ It d— " = ­­,d Source: Nearnnap Mar. 2021 Fort Worth, Tarrant County, TexasP___Iyth­PP .'­Y KHA NO.: 061018380 Appendix D IMPACTS MAP 4 . . . . . . . . . . teat � 0 750 1,500 3,0 Legend Study Area, -34 acres Ephemeral Stream Impacts, <0.01 acre, -51 linear feet Intermittent Stream Impacts, -0.05 acre, -576 linear feet Perennial Stream Impacts, -0.07 acre, -65 linear feet Open Water, -0.41 acre Emergent Wetland Impacts, -0.0 1 acre Emergent Wetland Not Impacted, -0.01 acre 0%co Swale, -327 linear feet • FIGURE DATE: 09/20/2021 10 DRAWN- TMB Impacts Map Key Sheet . CHECKED: EKB KHA NO.: 061018380 Source: Nearnnap Mar. 2021 IIIIIIIIIIIIKIII Westside III Kimley)))Horn Transmission Main _ been —d fr r b� -Ubl� �r legal,r surveyIIg pu-- It d— " = t= —, — Fort Worth, Tarrant County, Texas_Iy th. ­ & P.P.fty two a �y, yy • + • 1 ` r ! . M`J,�i • T • ,�.��fSf/•1 '_ .1 .* �� .I 'i:w .■ �+1y IV 1 A. 411 Mir 0 50 100 �.• 1 Of Or 0-j- IND ,n k r � � -%,1 r• r • °� ..; y •`�r� y11• .,� �' � • I r. .1r� • r�/ '1ra r �� r` r `. a ' I J s V7,11 COW 2 +� � ° Ta reef �$' � � ti I► �.. � � r • � . ; 0 150 300 w u 600 Legend ". Study Area, -34 acres , G Ephemeral Stream Impacts, <0.01 acre, -51 linear feet'. / 0 25 50 - i Intermittent Stream Impacts, -0.05 acre, -576 linear feet Ir. r 1 Perennial Stream Impacts, -0.07 acre, -65 linear feet �, ti !► i; as Open Water, -0.41 acre fir' "� �• - Emergent Wetland Impacts, -0.01 acre ¢+y- - Emergent Wetland Not Impacted, -0.01 acre �Qy Swale, -327 linear feet ` r „ i6- 1 1 i Y FIGURE DATE: 09/20/2021 1 DRAWN: TMB Westside III KimleyP>» Horn�n 1 Impacts Map Transmission Main • CHECKED: EKB o, nes Janie KHA NO.: 061018380 Source: Nearmap Mar. 2021 Fort Worth, Tarrant County, Texas eo ea es : aooro.,ma�. ,aa,��: io�a,�o� m moo y 7WOLti 077 ZIDT41la� reef t 600 Legend Study Area, -34 acres Ephemeral Stream Impacts, <0.01 acre, -51 linear feet Intermittent Stream Impacts, -0.05 acre, -576 linear feet Perennial Stream Impacts, -0.07 acre, -65 linear feet Open Water, -0.41 acre Emergent Wetland Impacts, -0.0 1 acre Emergent Wetland Not Impacted, -0.01 acre Swale, -327 linear feet 'loll I I ININ 0 FIGURE DATE: 09/20/2021 DRAWN, TMB Impacts Map 1.2 CHECKED: EKB KHA NO.: 061018380 Source: Nearnnap Mar. 2021 J rs rt reef 1 IV, 0 50 100 . 14 -eet 0 It 25 50 All. Westside III Kimley)))Horn Transmission Main _—d f—r lb -Uble Por legal,__Y bare II� pu-- It d— `-1 = —, — Fort Worth, Tarrant County, TexasP___Iyth—PP .­.Ity A ti ' •.il, ^ +r'�+a' + iVk ,�__ CO- ♦ - �, reef • t r t E r %i r y sr !� �T ♦ "'' 0 50 100 _ y' �' �;-rf n�.rr � '1 +' � ' �., _° r it % + s I � � � • �_. yr. . d112 S Se•�f� sf Y r TWOAO h A i- � 1 , F- Ni; -1 �nx.. IL liwt . .M1 'eet c` 0 50 100 '}-.,�1.[ N /'•' rr i%,�� y ` `.. f r `gip pays a �- 1j..le IA Aw OR S Y't I f• ■ y r '� r r sr• sect fI J . *IV , . 9 L. 50 100 reef ■ '� _ w . 0 150 300 600 Legend • �i Study Area, -34 acres # ■ Ephemeral Stream Impacts, <0.01 acre, -51 linear feet Intermittent Stream Impacts, -0.05 acre, -576 linear feet P•, �. w; - Perennial Stream Impacts, -0.07 acre, -65 linear feet .r -Open Water, -0.41 acre •� .. � •^k�' T • r - Emergent Wetland Impacts, -0.01 acre !: ' - Emergent Wetland Not Impacted, -0.01 acre - 4y • - Swale, -327 linear feet FIGURE DATE: 09/20/2021 DRAWN: TMB Westside III Kimlep Horn 1.3 ■ Impacts Map Transmission Main CHECKED: EKB,pra..rlaro„Mo,reaeo„ai ,. p„rposaaa.areayrab area Por or be suaeble Por legal, engineering, or ..'surveyy ing ea Ilaaeanol represent an onlbe-ground survey and Source: Nearmap Mar. 2021 Fort Worth, Tarrant County, Texas adore.,rea�a raia��.a i«aepri mp .p Y KHA NO.: 061018380 bo�riaariaa A. K hr 4f 4 r , v 7 Af 4, L 31 X, j 7I=F)eet 50 1,)C �77' - Feet D 0 50 1 40 4( OL 10�v C 1AF j A kr v o 4- f, P-4-, Am 'It A A& A OP 10 • 4�,% '07 Aiwa- 0% ter % jp 0% '00 -eet li v , 10 0 1 0 reel �Vo o t '40 k 150 300 600 0 dl 4 x Legendri Study Area, -34 acres 0A Ephemeral Stream Impacts, <0.01 acre, -51 linear feet Feel' Intermittent Stream Impacts, -0.05 acre, -576 linear feet Perennial Stream Impacts, -0.07 acre, -65 linear feet Open Water, -0.41 acre Emergent Wetland Impacts, -0.0 1 acre Emergent Wetland Not Impacted, -0.01 acre 0%=* Swale, -327 linear feet FIGURE DATE: 09/20/2021 DRAWN' TMB Westside III KimlepMorn 1.4 CHECKED: EKB Impacts Map Transmission Main IE P....., �"'_P, &P.P.fty ,�p.redf,r.rbe s.,tebl��rl�g�l,��g,���r,'�.r..'eyng pu-surverana — KHA NO.: 061018380 Source: Nearnnap Mar. 2021 Fort Worth, Tarrant County, Texas Appendix E NATIONWIDE PERMIT 58 AND GENERAL CONDITIONS NATIONWIDE PERMIT 58 Utility Line Activities for Water and Other Substances Effective Date: March 15, 2021 (NWP Final Notice, 86 FIR 8 ) 58. Utility Line Activities for Water and Other Substances. Activities required for the construction, maintenance, repair, and removal of utility lines for water and other substances, excluding oil, natural gas, products derived from oil or natural gas, and electricity. Oil or natural gas pipeline activities or electric utility line and telecommunications activities may be authorized by NWPs 12 or 57, respectively. This NWP also authorizes associated utility line facilities in waters of the United States, provided the activity does not result in the loss of greater than 1/2-acre of waters of the United States for each single and complete project. Utility lines: This NWP authorizes discharges of dredged or fill material into waters of the United States and structures or work in navigable waters for crossings of those waters associated with the construction, maintenance, or repair of utility lines for water and other substances, including outfall and intake structures. There must be no change in pre -construction contours of waters of the United States. A "utility line" is defined as any pipe or pipeline for the transportation of any gaseous, liquid, liquescent, or slurry substance, for any purpose that is not oil, natural gas, or petrochemicals. Examples of activities authorized by this NWP include utility lines that convey water, sewage, stormwater, wastewater, brine, irrigation water, and industrial products that are not petrochemicals. The term "utility line" does not include activities that drain a water of the United States, such as drainage tile or french drains, but it does apply to pipes conveying drainage from another area. Material resulting from trench excavation may be temporarily sidecast into waters of the United States for no more than three months, provided the material is not placed in such a manner that it is dispersed by currents or other forces. The district engineer may extend the period of temporary side casting for no more than a total of 180 days, where appropriate. In wetlands, the top 6 to 12 inches of the trench should normally be backfilled with topsoil from the trench. The trench cannot be constructed or backfilled in such a manner as to drain waters of the United States (e.g., backfilling with extensive gravel layers, creating a french drain effect). Any exposed slopes and stream banks must be stabilized immediately upon completion of the utility line crossing of each waterbody. Utility line substations: This NWP authorizes the construction, maintenance, or expansion of substation facilities associated with a utility line in non -tidal waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not result in the loss of greater than 1/2-acre of waters of the United States. This NWP does not authorize discharges of dredged or fill material into non -tidal wetlands adjacent to tidal waters of the United States to construct, maintain, or expand substation facilities. Foundations for above -ground utility lines: This NWP authorizes the construction or maintenance of foundations for above -ground utility lines in all waters of the United States, provided the foundations are the minimum size necessary. Access roads: This NWP authorizes the construction of access roads for the construction and maintenance of utility lines, including utility line substations, in non -tidal waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not cause the loss of greater than 1/2-acre of non -tidal waters of the United States. This NWP does not authorize discharges of dredged or fill material into non -tidal wetlands adjacent to tidal waters for access roads. Access roads must be the minimum width necessary (see Note 2, below). Access roads must be constructed so that the length of the road minimizes any adverse effects on waters of the United States and must be as near as possible to pre -construction contours and elevations (e.g., at grade corduroy roads or geotextile/gravel roads). Access roads constructed above pre -construction contours and elevations in waters of the United States must be properly bridged or culverted to maintain surface flows. This NWP may authorize utility lines in or affecting navigable waters of the United States even if there is no associated discharge of dredged or fill material (see 33 CFR part 322). Overhead utility lines constructed over section 10 waters and utility lines that are routed in or under section 10 waters without a discharge of dredged or fill material require a section 10 permit. This NWP authorizes, to the extent that Department of the Army authorization is required, temporary structures, fills, and work necessary for the remediation of inadvertent returns of drilling fluids to waters of the United States through sub -soil fissures or fractures that might occur during horizontal directional drilling activities conducted for the purpose of installing or replacing utility lines. These remediation activities must be done as soon as practicable, to restore the affected waterbody. District engineers may add special conditions to this NWP to require a remediation plan for addressing inadvertent returns of drilling fluids to waters of the United States during horizontal directional drilling activities conducted for the purpose of installing or replacing utility lines. This NWP also authorizes temporary structures, fills, and work, including the use of temporary mats, necessary to conduct the utility line activity. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges of dredged or fill material, including cofferdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills must consist of materials, and be placed in a manner, that will not be eroded by expected high flows. After construction, temporary fills must be removed in their entirety and the affected areas returned to pre -construction elevations. The areas affected by temporary fills must be revegetated, as appropriate. Notification: The permittee must submit a pre -construction notification to the district engineer prior to commencing the activity if: (1) a section 10 permit is required; or (2) the discharge will result in the loss of greater than 1/10-acre of waters of the United States. (See general condition 32.) (Authorities: Sections 10 and 404) Note 1: Where the utility line is constructed, installed, or maintained in navigable waters of the United States (i.e., section 10 waters) within the coastal United States, the Great Lakes, and United States territories, a copy of the NWP verification will be sent by the Corps to the National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), for charting the utility line to protect navigation. Note 2: For utility line activities crossing a single waterbody more than one time at separate and distant locations, or multiple waterbodies at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. Utility line activities must comply with 33 CFR 330.6(d). Note 3: Access roads used for both construction and maintenance may be authorized, provided they meet the terms and conditions of this NWP. Access roads used solely for construction of the utility line must be removed upon completion of the work, in accordance with the requirements for temporary fills. Note 4: Pipes or pipelines used to transport gaseous, liquid, liquescent, or slurry substances over navigable waters of the United States are considered to be bridges, not utility lines, and may require a permit from the U.S. Coast Guard pursuant to the General Bridge Act of 1946. However, any discharges of dredged or fill material into waters of the United States associated with such pipelines will require a section 404 permit (see NWP 15). Note 5: This NWP authorizes utility line maintenance and repair activities that do not qualify for the Clean Water Act section 404(f) exemption for maintenance of currently serviceable fills or fill structures. Note 6: For activities that require pre -construction notification, the PCN must include any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity, including other separate and distant crossings that require Department of the Army authorization but do not require pre -construction notification (see paragraph (b)(4) of general condition 32). The district engineer will evaluate the PCN in accordance with Section D, "District Engineer's Decision." The district engineer may require mitigation to ensure that the authorized activity results in no more than minimal individual and cumulative adverse environmental effects (see general condition 23). 2021 Nationwide Permit General Conditions Note: To qualify for NWP authorization, the prospective permittee must comply with the following general conditions, as applicable, in addition to any regional or case -specific conditions imposed by the division engineer or district engineer. Prospective permittees should contact the appropriate Corps district office to determine if regional conditions have been imposed on an NWP. Prospective permittees should also contact the appropriate Corps district office to determine the status of Clean Water Act Section 401 water quality certification and/or Coastal Zone Management Act consistency for an NWP. Every person who may wish to obtain permit authorization under one or more NWPs, or who is currently relying on an existing or prior permit authorization under one or more NWPs, has been and is on notice that all of the provisions of 33 CFR 330.1 through 330.6 apply to every NWP authorization. Note especially 33 CFR 330.5 relating to the modification, suspension, or revocation of any NWP authorization. 1. Navigation. (a) No activity may cause more than a minimal adverse effect on navigation. (b) Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations or otherwise, must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c) The permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his or her authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aquatic Life Movements. No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. All permanent and temporary crossings of waterbodies shall be suitably culverted, bridged, or otherwise designed and constructed to maintain low flows to sustain the movement of those aquatic species. If a bottomless culvert cannot be used, then the crossing should be designed and constructed to minimize adverse effects to aquatic life movements. 3. Spawninq Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. 4. Migratory Bird Breeding Areas. Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48, or is a shellfish seeding or habitat restoration activity authorized by NWP 27. 6. Suitable Material. No activity may use unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts (see section 307 of the Clean Water Act). 7. Water Supply Intakes. No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8. Adverse Effects From Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable. 9. Management of Water Flows. To the maximum extent practicable, the pre -construction course, condition, capacity, and location of open waters must be maintained for each activity, including stream channelization, storm water management activities, and temporary and permanent road crossings, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the pre -construction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e.g., stream restoration or relocation activities). 10. Fills Within 100-Year Floodplains. The activity must comply with applicable FEMA- approved state or local floodplain management requirements. 11. Equipment. Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize soil disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low - flow or no -flow, or during low tides. 13. Removal of Temporary Structures and Fills. Temporary structures must be removed, to the maximum extent practicable, after their use has been discontinued. Temporary fills must be removed in their entirety and the affected areas returned to pre -construction elevations. The affected areas must be revegetated, as appropriate. 14. Proper Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety and compliance with applicable NWP general conditions, as well as any activity -specific conditions added by the district engineer to an NWP authorization. 15. Single and Complete Proiect. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. 16. Wild and Scenic Rivers. (a) No NWP activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. (b) If a proposed NWP activity will occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, the permittee must submit a pre -construction notification (see general condition 32). The district engineer will coordinate the PCN with the Federal agency with direct management responsibility for that river. Permittees shall not begin the NWP activity until notified by the district engineer that the Federal agency with direct management responsibility for that river has determined in writing that the proposed NWP activity will not adversely affect the Wild and Scenic River designation or study status. (c) Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency responsible for the designated Wild and Scenic River or study river (e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). Information on these rivers is also available at: http://www.rivers.gov/. 17. Tribal Rights. No activity or its operation may impair reserved tribal rights, including, but not limited to, reserved water rights and treaty fishing and hunting rights. 18. Endangered Species. (a) No activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify designated critical habitat or critical habitat proposed for such designation. No activity is authorized under any NWP which "may affect" a listed species or critical habitat, unless ESA section 7 consultation addressing the consequences of the proposed activity on listed species or critical habitat has been completed. See 50 CFR 402.02 for the definition of "effects of the action" for the purposes of ESA section 7 consultation, as well as 50 CFR 402.17, which provides further explanation under ESA section 7 regarding "activities that are reasonably certain to occur" and "consequences caused by the proposed action." (b) Federal agencies should follow their own procedures for complying with the requirements of the ESA (see 33 CFR 330.4(f)(1)). If pre -construction notification is required for the proposed activity, the Federal permittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will verify that the appropriate documentation has been submitted. If the appropriate documentation has not been submitted, additional ESA section 7 consultation may be necessary for the activity and the respective federal agency would be responsible for fulfilling its obligation under section 7 of the ESA. (c) Non-federal permittees must submit a pre -construction notification to the district engineer if any listed species (or species proposed for listing) or designated critical habitat (or critical habitat proposed such designation) might be affected or is in the vicinity of the activity, or if the activity is located in designated critical habitat or critical habitat proposed for such designation, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally -listed endangered or threatened species (or species proposed for listing) or designated critical habitat (or critical habitat proposed for such designation), the pre -construction notification must include the name(s) of the endangered or threatened species (or species proposed for listing) that might be affected by the proposed activity or that utilize the designated critical habitat (or critical habitat proposed for such designation) that might be affected by the proposed activity. The district engineer will determine whether the proposed activity "may affect" or will have "no effect" to listed species and designated critical habitat and will notify the non -Federal applicant of the Corps' determination within 45 days of receipt of a complete pre - construction notification. For activities where the non -Federal applicant has identified listed species (or species proposed for listing) or designated critical habitat (or critical habitat proposed for such designation) that might be affected or is in the vicinity of the activity, and has so notified the Corps, the applicant shall not begin work until the Corps has provided notification that the proposed activity will have "no effect" on listed species (or species proposed for listing or designated critical habitat (or critical habitat proposed for such designation), or until ESA section 7 consultation or conference has been completed. If the non -Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (d) As a result of formal or informal consultation or conference with the FWS or NMFS the district engineer may add species -specific permit conditions to the NWPs. (e) Authorization of an activity by an NWP does not authorize the "take" of a threatened or endangered species as defined under the ESA. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with "incidental take" provisions, etc.) from the FWS or the NMFS, the Endangered Species Act prohibits any person subject to the jurisdiction of the United States to take a listed species, where "take" means to harass, harm, pursue, hunt, shoot, wound, kill, trap, capture, or collect, or to attempt to engage in any such conduct. The word "harm" in the definition of "take" means an act which actually kills or injures wildlife. Such an act may include significant habitat modification or degradation where it actually kills or injures wildlife by significantly impairing essential behavioral patterns, including breeding, feeding or sheltering. (f) If the non-federal permittee has a valid ESA section 10(a)(1)(B) incidental take permit with an approved Habitat Conservation Plan for a project or a group of projects that includes the proposed NWP activity, the non-federal applicant should provide a copy of that ESA section 10(a)(1)(B) permit with the PCN required by paragraph (c) of this general condition. The district engineer will coordinate with the agency that issued the ESA section 10(a)(1)(B) permit to determine whether the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation conducted for the ESA section 10(a)(1)(B) permit. If that coordination results in concurrence from the agency that the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation for the ESA section 10(a)(1)(B) permit, the district engineer does not need to conduct a separate ESA section 7 consultation for the proposed NWP activity. The district engineer will notify the non-federal applicant within 45 days of receipt of a complete pre -construction notification whether the ESA section 10(a)(1)(B) permit covers the proposed NWP activity or whether additional ESA section 7 consultation is required. (g) Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the FWS and NMFS or their world wide web pages at http://www.fws.gov/ or http://www.fws.gov/ipac and http://www.nmfs.noaa.gov/pr/species/esa/ respectively. 19. Migratory Birds and Bald and Golden Eagles. The permittee is responsible for ensuring that an action authorized by an NWP complies with the Migratory Bird Treaty Act and the Bald and Golden Eagle Protection Act. The permittee is responsible for contacting the appropriate local office of the U.S. Fish and Wildlife Service to determine what measures, if any, are necessary or appropriate to reduce adverse effects to migratory birds or eagles, including whether "incidental take" permits are necessary and available under the Migratory Bird Treaty Act or Bald and Golden Eagle Protection Act for a particular activity. 20. Historic Properties. (a) No activity is authorized under any NWP which may have the potential to cause effects to properties listed, or eligible for listing, in the National Register of Historic Places until the requirements of Section 106 of the National Historic Preservation Act (NHPA) have been satisfied. (b) Federal permittees should follow their own procedures for complying with the requirements of section 106 of the National Historic Preservation Act (see 33 CFR 330.4(g)(1)). If pre -construction notification is required for the proposed NWP activity, the Federal permittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will verify that the appropriate documentation has been submitted. If the appropriate documentation is not submitted, then additional consultation under section 106 may be necessary. The respective federal agency is responsible for fulfilling its obligation to comply with section 106. (c) Non-federal permittees must submit a pre -construction notification to the district engineer if the NWP activity might have the potential to cause effects to any historic properties listed on, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities, the pre -construction notification must state which historic properties might have the potential to be affected by the proposed NWP activity or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties. Assistance regarding information on the location of, or potential for, the presence of historic properties can be sought from the State Historic Preservation Officer, Tribal Historic Preservation Officer, or designated tribal representative, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(g)). When reviewing pre - construction notifications, district engineers will comply with the current procedures for addressing the requirements of section 106 of the National Historic Preservation Act. The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts commensurate with potential impacts, which may include background research, consultation, oral history interviews, sample field investigation, and/or field survey. Based on the information submitted in the PCN and these identification efforts, the district engineer shall determine whether the proposed NWP activity has the potential to cause effects on the historic properties. Section 106 consultation is not required when the district engineer determines that the activity does not have the potential to cause effects on historic properties (see 36 CFR 800.3(a)). Section 106 consultation is required when the district engineer determines that the activity has the potential to cause effects on historic properties. The district engineer will conduct consultation with consulting parties identified under 36 CFR 800.2(c) when he or she makes any of the following effect determinations for the purposes of section 106 of the NHPA: no historic properties affected, no adverse effect, or adverse effect. (d) Where the non -Federal applicant has identified historic properties on which the proposed NWP activity might have the potential to cause effects and has so notified the Corps, the non -Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects to historic properties or that NHPA section 106 consultation has been completed. For non-federal permittees, the district engineer will notify the prospective permittee within 45 days of receipt of a complete pre -construction notification whether NHPA section 106 consultation is required. If NHPA section 106 consultation is required, the district engineer will notify the non - Federal applicant that he or she cannot begin the activity until section 106 consultation is completed. If the non -Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (e) Prospective permittees should be aware that section 110k of the NHPA (54 U.S.C. 306113) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of section 106 of the NHPA, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, allowed such significant adverse effect to occur, unless the Corps, after consultation with the Advisory Council on Historic Preservation (ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the circumstances, the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO/THPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 21. Discovery of Previously Unknown Remains and Artifacts. Permittees that discover any previously unknown historic, cultural or archeological remains and artifacts while accomplishing the activity authorized by an NWP, they must immediately notify the district engineer of what they have found, and to the maximum extent practicable, avoid construction activities that may affect the remains and artifacts until the required coordination has been completed. The district engineer will initiate the Federal, Tribal, and state coordination required to determine if the items or remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 22. Designated Critical Resource Waters. Critical resource waters include, NOAA- managed marine sanctuaries and marine monuments, and National Estuarine Research Reserves. The district engineer may designate, after notice and opportunity for public comment, additional waters officially designated by a state as having particular environmental or ecological significance, such as outstanding national resource waters or state natural heritage sites. The district engineer may also designate additional critical resource waters after notice and opportunity for public comment. (a) Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49, 50, 51, 52, 57 and 58 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b) For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, 38, and 54, notification is required in accordance with general condition 32, for any activity proposed by permittees in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after she or he determines that the impacts to the critical resource waters will be no more than minimal. 23. Mitigation. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (b) Mitigation in all its forms (avoiding, minimizing, rectifying, reducing, or compensating for resource losses) will be required to the extent necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal. (c) Compensatory mitigation at a minimum one -for -one ratio will be required for all wetland losses that exceed 1/10-acre and require pre -construction notification, unless the district engineer determines in writing that either some other form of mitigation would be more environmentally appropriate or the adverse environmental effects of the proposed activity are no more than minimal, and provides an activity -specific waiver of this requirement. For wetland losses of 1/10-acre or less that require pre -construction notification, the district engineer may determine on a case -by -case basis that compensatory mitigation is required to ensure that the activity results in only minimal adverse environmental effects. (d) Compensatory mitigation at a minimum one -for -one ratio will be required for all losses of stream bed that exceed 3/100-acre and require pre -construction notification, unless the district engineer determines in writing that either some other form of mitigation would be more environmentally appropriate or the adverse environmental effects of the proposed activity are no more than minimal, and provides an activity -specific waiver of this requirement. This compensatory mitigation requirement may be satisfied through the restoration or enhancement of riparian areas next to streams in accordance with paragraph (e) of this general condition. For losses of stream bed of 3/100-acre or less that require pre -construction notification, the district engineer may determine on a case - by -case basis that compensatory mitigation is required to ensure that the activity results in only minimal adverse environmental effects. Compensatory mitigation for losses of streams should be provided, if practicable, through stream rehabilitation, enhancement, or preservation, since streams are difficult -to -replace resources (see 33 CFR 332.3(e)(3)). (e) Compensatory mitigation plans for NWP activities in or near streams or other open waters will normally include a requirement for the restoration or enhancement, maintenance, and legal protection (e.g., conservation easements) of riparian areas next to open waters. In some cases, the restoration or maintenance/protection of riparian areas may be the only compensatory mitigation required. If restoring riparian areas involves planting vegetation, only native species should be planted. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. If it is not possible to restore or maintain/protect a riparian area on both sides of a stream, or if the waterbody is a lake or coastal waters, then restoring or maintaining/protecting a riparian area along a single bank or shoreline may be sufficient. Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation (e.g., riparian areas and/or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of minimization or compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (f) Compensatory mitigation projects provided to offset losses of aquatic resources must comply with the applicable provisions of 33 CFR part 332. (1) The prospective permittee is responsible for proposing an appropriate compensatory mitigation option if compensatory mitigation is necessary to ensure that the activity results in no more than minimal adverse environmental effects. For the NWPs, the preferred mechanism for providing compensatory mitigation is mitigation bank credits or in -lieu fee program credits (see 33 CFR 332.3(b)(2) and (3)). However, if an appropriate number and type of mitigation bank or in -lieu credits are not available at the time the PCN is submitted to the district engineer, the district engineer may approve the use of permittee-responsible mitigation. (2) The amount of compensatory mitigation required by the district engineer must be sufficient to ensure that the authorized activity results in no more than minimal individual and cumulative adverse environmental effects (see 33 CFR 330.1(e)(3)). (See also 33 CFR 332.3(f).) (3) Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, aquatic resource restoration should be the first compensatory mitigation option considered for permittee-responsible mitigation. (4) If permittee-responsible mitigation is the proposed option, the prospective permittee is responsible for submitting a mitigation plan. A conceptual or detailed mitigation plan may be used by the district engineer to make the decision on the NWP verification request, but a final mitigation plan that addresses the applicable requirements of 33 CFR 332.4(c)(2) through (14) must be approved by the district engineer before the permittee begins work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation (see 33 CFR 332.3(k)(3)). If permittee- responsible mitigation is the proposed option, and the proposed compensatory mitigation site is located on land in which another federal agency holds an easement, the district engineer will coordinate with that federal agency to determine if proposed compensatory mitigation project is compatible with the terms of the easement. (5) If mitigation bank or in -lieu fee program credits are the proposed option, the mitigation plan needs to address only the baseline conditions at the impact site and the number of credits to be provided (see 33 CFR 332.4(c)(1)(ii)). (6) Compensatory mitigation requirements (e.g., resource type and amount to be provided as compensatory mitigation, site protection, ecological performance standards, monitoring requirements) may be addressed through conditions added to the NWP authorization, instead of components of a compensatory mitigation plan (see 33 CFR 332.4(c)(1)(ii)). (g) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2-acre, it cannot be used to authorize any NWP activity resulting in the loss of greater than 1/2- acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that an NWP activity already meeting the established acreage limits also satisfies the no more than minimal impact requirement for the NWPs. (h) Permittees may propose the use of mitigation banks, in -lieu fee programs, or permittee-responsible mitigation. When developing a compensatory mitigation proposal, the permittee must consider appropriate and practicable options consistent with the framework at 33 CFR 332.3(b). For activities resulting in the loss of marine or estuarine resources, permittee-responsible mitigation may be environmentally preferable if there are no mitigation banks or in -lieu fee programs in the area that have marine or estuarine credits available for sale or transfer to the permittee. For permittee-responsible mitigation, the special conditions of the NWP verification must clearly indicate the party or parties responsible for the implementation and performance of the compensatory mitigation project, and, if required, its long-term management. (i) Where certain functions and services of waters of the United States are permanently adversely affected by a regulated activity, such as discharges of dredged or fill material into waters of the United States that will convert a forested or scrub -shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way, mitigation may be required to reduce the adverse environmental effects of the activity to the no more than minimal level. 24. Safety of Impoundment Structures. To ensure that all impoundment structures are safely designed, the district engineer may require non -Federal applicants to demonstrate that the structures comply with established state or federal, dam safety criteria or have been designed by qualified persons. The district engineer may also require documentation that the design has been independently reviewed by similarly qualified persons, and appropriate modifications made to ensure safety. 25. Water Qualitv. (a) Where the certifying authority (state, authorized tribe, or EPA, as appropriate) has not previously certified compliance of an NWP with CWA section 401, a CWA section 401 water quality certification for the proposed discharge must be obtained or waived (see 33 CFR 330.4(c)). If the permittee cannot comply with all of the conditions of a water quality certification previously issued by certifying authority for the issuance of the NWP, then the permittee must obtain a water quality certification or waiver for the proposed discharge in order for the activity to be authorized by an NWP. (b) If the NWP activity requires pre -construction notification and the certifying authority has not previously certified compliance of an NWP with CWA section 401, the proposed discharge is not authorized by an NWP until water quality certification is obtained or waived. If the certifying authority issues a water quality certification for the proposed discharge, the permittee must submit a copy of the certification to the district engineer. The discharge is not authorized by an NWP until the district engineer has notified the permittee that the water quality certification requirement has been satisfied by the issuance of a water quality certification or a waiver. (c) The district engineer or certifying authority may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 26. Coastal Zone Management. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur (see 33 CFR 330.4(d)). If the permittee cannot comply with all of the conditions of a coastal zone management consistency concurrence previously issued by the state, then the permittee must obtain an individual coastal zone management consistency concurrence or presumption of concurrence in order for the activity to be authorized by an NWP. The district engineer or a state may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 27. Regional and Case-Bv-Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U.S. EPA in its CWA section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 28. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is authorized, subject to the following restrictions: (a) If only one of the NWPs used to authorize the single and complete project has a specified acreage limit, the acreage loss of waters of the United States cannot exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing over tidal waters is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3-acre. (b) If one or more of the NWPs used to authorize the single and complete project has specified acreage limits, the acreage loss of waters of the United States authorized by those NWPs cannot exceed their respective specified acreage limits. For example, if a commercial development is constructed under NWP 39, and the single and complete project includes the filling of an upland ditch authorized by NWP 46, the maximum acreage loss of waters of the United States for the commercial development under NWP 39 cannot exceed 1/2-acre, and the total acreage loss of waters of United States due to the NWP 39 and 46 activities cannot exceed 1 acre. 29. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with a nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification must be attached to the letter, and the letter must contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s) of the property. To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below." (Transferee) (Date) 30. Compliance Certification. Each permittee who receives an NWP verification letter from the Corps must provide a signed certification documenting completion of the authorized activity and implementation of any required compensatory mitigation. The success of any required permittee-responsible mitigation, including the achievement of ecological performance standards, will be addressed separately by the district engineer. The Corps will provide the permittee the certification document with the NWP verification letter. The certification document will include: (a) A statement that the authorized activity was done in accordance with the NWP authorization, including any general, regional, or activity -specific conditions; (b) A statement that the implementation of any required compensatory mitigation was completed in accordance with the permit conditions. If credits from a mitigation bank or in - lieu fee program are used to satisfy the compensatory mitigation requirements, the certification must include the documentation required by 33 CFR 332.3(I)(3) to confirm that the permittee secured the appropriate number and resource type of credits; and (c) The signature of the permittee certifying the completion of the activity and mitigation. The completed certification document must be submitted to the district engineer within 30 days of completion of the authorized activity or the implementation of any required compensatory mitigation, whichever occurs later. 31. Activities Affecting Structures or Works Built by the United States. If an NWP activity also requires review by, or permission from, the Corps pursuant to 33 U.S.C. 408 because it will alter or temporarily or permanently occupy or use a U.S. Army Corps of Engineers (USAGE) federally authorized Civil Works project (a "USACE project"), the prospective permittee must submit a pre -construction notification. See paragraph (b)(10) of general condition 32. An activity that requires section 408 permission and/or review is not authorized by an NWP until the appropriate Corps office issues the section 408 permission or completes its review to alter, occupy, or use the USACE project, and the district engineer issues a written NWP verification. 32. Pre -Construction Notification. (a) Timing. Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre -construction notification (PCN) as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, if the PCN is determined to be incomplete, notify the prospective permittee within that 30 day period to request the additional information necessary to make the PCN complete. The request must specify the information needed to make the PCN complete. As a general rule, district engineers will request additional information necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information, then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either: (1) He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2) 45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 18 that listed species or critical habitat might be affected or are in the vicinity of the activity, or to notify the Corps pursuant to general condition 20 that the activity might have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that there is "no effect" on listed species or "no potential to cause effects" on historic properties, or that any consultation required under Section 7 of the Endangered Species Act (see 33 CFR 330.4(f)) and/or section 106 of the National Historic Preservation Act (see 33 CFR 330.4(g)) has been completed. If the proposed activity requires a written waiver to exceed specified limits of an NWP, the permittee may not begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit has been obtained. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Pre -Construction Notification: The PCN must be in writing and include the following information: (1) Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed activity; (3) Identify the specific NWP or NWP(s) the prospective permittee wants to use to authorize the proposed activity; (4) (i) A description of the proposed activity; the activity's purpose; direct and indirect adverse environmental effects the activity would cause, including the anticipated amount of loss of wetlands, other special aquatic sites, and other waters expected to result from the NWP activity, in acres, linear feet, or other appropriate unit of measure; a description of any proposed mitigation measures intended to reduce the adverse environmental effects caused by the proposed activity; and any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity, including other separate and distant crossings for linear projects that require Department of the Army authorization but do not require pre - construction notification. The description of the proposed activity and any proposed mitigation measures should be sufficiently detailed to allow the district engineer to determine that the adverse environmental effects of the activity will be no more than minimal and to determine the need for compensatory mitigation or other mitigation measures. (ii) For linear projects where one or more single and complete crossings require pre - construction notification, the PCN must include the quantity of anticipated losses of wetlands, other special aquatic sites, and other waters for each single and complete crossing of those wetlands, other special aquatic sites, and other waters (including those single and complete crossings authorized by an NWP but do not require PCNs). This information will be used by the district engineer to evaluate the cumulative adverse environmental effects of the proposed linear project, and does not change those non-PCN NWP activities into NWP PCNs. (iii) Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the activity and when provided results in a quicker decision. Sketches should contain sufficient detail to provide an illustrative description of the proposed activity (e.g., a conceptual plan), but do not need to be detailed engineering plans); (5) The PCN must include a delineation of wetlands, other special aquatic sites, and other waters, such as lakes and ponds, and perennial and intermittent streams, on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters on the project site, but there may be a delay if the Corps does the delineation, especially if the project site is large or contains many wetlands, other special aquatic sites, and other waters. Furthermore, the 45-day period will not start until the delineation has been submitted to or completed by the Corps, as appropriate; (6) If the proposed activity will result in the loss of greater than 1/10-acre of wetlands or 3/100-acre of stream bed and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied, or explaining why the adverse environmental effects are no more than minimal and why compensatory mitigation should not be required. As an alternative, the prospective permittee may submit a conceptual or detailed mitigation plan. (7) For non-federal permittees, if any listed species (or species proposed for listing) or designated critical habitat (or critical habitat proposed for such designation) might be affected or is in the vicinity of the activity, or if the activity is located in designated critical habitat (or critical habitat proposed for such designation), the PCN must include the name(s) of those endangered or threatened species (or species proposed for listing) that might be affected by the proposed activity or utilize the designated critical habitat (or critical habitat proposed for such designation) that might be affected by the proposed activity. For NWP activities that require pre -construction notification, Federal permittees must provide documentation demonstrating compliance with the Endangered Species Act; (8) For non-federal permittees, if the NWP activity might have the potential to cause effects to a historic property listed on, determined to be eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places, the PCN must state which historic property might have the potential to be affected by the proposed activity or include a vicinity map indicating the location of the historic property. For NWP activities that require pre -construction notification, Federal permittees must provide documentation demonstrating compliance with section 106 of the National Historic Preservation Act; (9) For an activity that will occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, the PCN must identify the Wild and Scenic River or the "study river" (see general condition 16); and (10) For an NWP activity that requires permission from, or review by, the Corps pursuant to 33 U.S.C. 408 because it will alter or temporarily or permanently occupy or use a U.S. Army Corps of Engineers federally authorized civil works project, the pre -construction notification must include a statement confirming that the project proponent has submitted a written request for section 408 permission from, or review by, the Corps office having jurisdiction over that USACE project. (c) Form of Pre -Construction Notification: The nationwide permit pre -construction notification form (Form ENG 6082) should be used for NWP PCNs. A letter containing the required information may also be used. Applicants may provide electronic files of PCNs and supporting materials if the district engineer has established tools and procedures for electronic submittals. (d) Agency Coordination: (1) The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the activity's adverse environmental effects so that they are no more than minimal. (2) Agency coordination is required for: (i) all NWP activities that require pre -construction notification and result in the loss of greater than 1/2-acre of waters of the United States; (ii) NWP 13 activities in excess of 500 linear feet, fills greater than one cubic yard per running foot, or involve discharges of dredged or fill material into special aquatic sites; and (iii) NWP 54 activities in excess of 500 linear feet, or that extend into the waterbody more than 30 feet from the mean low water line in tidal waters or the ordinary high water mark in the Great Lakes. (3) When agency coordination is required, the district engineer will immediately provide (e.g., via e-mail, facsimile transmission, overnight mail, or other expeditious manner) a copy of the complete PCN to the appropriate Federal or state offices (FWS, state natural resource or water quality agency, EPA, and, if appropriate, the NMFS). With the exception of NWP 37, these agencies will have 10 calendar days from the date the material is transmitted to notify the district engineer via telephone, facsimile transmission, or e-mail that they intend to provide substantive, site -specific comments. The comments must explain why the agency believes the adverse environmental effects will be more than minimal. If so contacted by an agency, the district engineer will wait an additional 15 calendar days before making a decision on the pre -construction notification. The district engineer will fully consider agency comments received within the specified time frame concerning the proposed activity's compliance with the terms and conditions of the NWPs, including the need for mitigation to ensure that the net adverse environmental effects of the proposed activity are no more than minimal. The district engineer will provide no response to the resource agency, except as provided below. The district engineer will indicate in the administrative record associated with each pre -construction notification that the resource agencies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5. (4) In cases of where the prospective permittee is not a Federal agency, the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations, as required by section 305(b)(4)(B) of the Magnuson -Stevens Fishery Conservation and Management Act. (5) Applicants are encouraged to provide the Corps with either electronic files or multiple copies of pre -construction notifications to expedite agency coordination. 2021 District Engineer's Decision 1. In reviewing the PCN for the proposed activity, the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. If a project proponent requests authorization by a specific NWP, the district engineer should issue the NWP verification for that activity if it meets the terms and conditions of that NWP, unless he or she determines, after considering mitigation, that the proposed activity will result in more than minimal individual and cumulative adverse effects on the aquatic environment and other aspects of the public interest and exercises discretionary authority to require an individual permit for the proposed activity. For a linear project, this determination will include an evaluation of the single and complete crossings of waters of the United States that require PCNs to determine whether they individually satisfy the terms and conditions of the NWP(s), as well as the cumulative effects caused by all of the crossings of waters of the United States authorized by an NWP. If an applicant requests a waiver of an applicable limit, as provided for in NWPs 13, 36, or 54, the district engineer will only grant the waiver upon a written determination that the NWP activity will result in only minimal individual and cumulative adverse environmental effects. 2. When making minimal adverse environmental effects determinations the district engineer will consider the direct and indirect effects caused by the NWP activity. He or she will also consider the cumulative adverse environmental effects caused by activities authorized by an NWP and whether those cumulative adverse environmental effects are no more than minimal. The district engineer will also consider site specific factors, such as the environmental setting in the vicinity of the NWP activity, the type of resource that will be affected by the NWP activity, the functions provided by the aquatic resources that will be affected by the NWP activity, the degree or magnitude to which the aquatic resources perform those functions, the extent that aquatic resource functions will be lost as a result of the NWP activity (e.g., partial or complete loss), the duration of the adverse effects (temporary or permanent), the importance of the aquatic resource functions to the region (e.g., watershed or ecoregion), and mitigation required by the district engineer. If an appropriate functional or condition assessment method is available and practicable to use, that assessment method may be used by the district engineer to assist in the minimal adverse environmental effects determination. The district engineer may add case -specific special conditions to the NWP authorization to address site -specific environmental concerns. 3. If the proposed activity requires a PCN and will result in a loss of greater than 1/10-acre of wetlands or 3/100-acre of stream bed, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may also propose compensatory mitigation for NWP activities with smaller impacts, or for impacts to other types of waters. The district engineer will consider any proposed compensatory mitigation or other mitigation measures the applicant has included in the proposal in determining whether the net adverse environmental effects of the proposed activity are no more than minimal. The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse environmental effects are no more than minimal, after considering mitigation, the district engineer will notify the permittee and include any activity -specific conditions in the NWP verification the district engineer deems necessary. Conditions for compensatory mitigation requirements must comply with the appropriate provisions at 33 CFR 332.3(k). The district engineer must approve the final mitigation plan before the permittee commences work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN, the district engineer will expeditiously review the proposed compensatory mitigation plan. The district engineer must review the proposed compensatory mitigation plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure that the NWP activity results in no more than minimal adverse environmental effects. If the net adverse environmental effects of the NWP activity (after consideration of the mitigation proposal) are determined by the district engineer to be no more than minimal, the district engineer will provide a timely written response to the applicant. The response will state that the NWP activity can proceed under the terms and conditions of the NWP, including any activity -specific conditions added to the NWP authorization by the district engineer. 4. If the district engineer determines that the adverse environmental effects of the proposed activity are more than minimal, then the district engineer will notify the applicant either: (a) that the activity does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (b) that the activity is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse environmental effects so that they are no more than minimal; or (c) that the activity is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse environmental effects, the activity will be authorized within the 45-day PCN period (unless additional time is required to comply with general conditions 18, 20, and/or 31), with activity -specific conditions that state the mitigation requirements. The authorization will include the necessary conceptual or detailed mitigation plan or a requirement that the applicant submit a mitigation plan that would reduce the adverse environmental effects so that they are no more than minimal. When compensatory mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan or has determined that prior approval of a final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. 2021 Further Information 1. District engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2. NWPs do not obviate the need to obtain other federal, state, or local permits, approvals, or authorizations required by law. 3. NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5. NWPs do not authorize interference with any existing or proposed Federal project (see general condition 31). 2021 Nationwide Permit Definitions Best management practices (BMPs): Policies, practices, procedures, or structures implemented to mitigate the adverse environmental effects on surface water quality resulting from development. BMPs are categorized as structural or non-structural. Compensatory mitigation: The restoration (re-establishment or rehabilitation), establishment (creation), enhancement, and/or in certain circumstances preservation of aquatic resources for the purposes of offsetting unavoidable adverse impacts which remain after all appropriate and practicable avoidance and minimization has been achieved. Currently serviceable: Useable as is or with some maintenance, but not so degraded as to essentially require reconstruction. Direct effects: Effects that are caused by the activity and occur at the same time and place. Discharqe: The term "discharge" means any discharge of dredged or fill material into waters of the United States. Ecological reference: A model used to plan and design an aquatic habitat and riparian area restoration, enhancement, or establishment activity under NWP 27. An ecological reference may be based on the structure, functions, and dynamics of an aquatic habitat type or a riparian area type that currently exists in the region where the proposed NWP 27 activity is located. Alternatively, an ecological reference may be based on a conceptual model for the aquatic habitat type or riparian area type to be restored, enhanced, or established as a result of the proposed NWP 27 activity. An ecological reference takes into account the range of variation of the aquatic habitat type or riparian area type in the region. Enhancement: The manipulation of the physical, chemical, or biological characteristics of an aquatic resource to heighten, intensify, or improve a specific aquatic resource function(s). Enhancement results in the gain of selected aquatic resource function(s), but may also lead to a decline in other aquatic resource function(s). Enhancement does not result in a gain in aquatic resource area. Establishment (creation): The manipulation of the physical, chemical, or biological characteristics present to develop an aquatic resource that did not previously exist at an upland site. Establishment results in a gain in aquatic resource area. High Tide Line: The line of intersection of the land with the water's surface at the maximum height reached by a rising tide. The high tide line may be determined, in the absence of actual data, by a line of oil or scum along shore objects, a more or less continuous deposit of fine shell or debris on the foreshore or berm, other physical markings or characteristics, vegetation lines, tidal gages, or other suitable means that delineate the general height reached by a rising tide. The line encompasses spring high tides and other high tides that occur with periodic frequency but does not include storm surges in which there is a departure from the normal or predicted reach of the tide due to the piling up of water against a coast by strong winds such as those accompanying a hurricane or other intense storm. Historic Property: Any prehistoric or historic district, site (including archaeological site), building, structure, or other object included in, or eligible for inclusion in, the National Register of Historic Places maintained by the Secretary of the Interior. This term includes artifacts, records, and remains that are related to and located within such properties. The term includes properties of traditional religious and cultural importance to an Indian tribe or Native Hawaiian organization and that meet the National Register criteria (36 CFR part 60). Independent utilitv: A test to determine what constitutes a single and complete non -linear project in the Corps Regulatory Program. A project is considered to have independent utility if it would be constructed absent the construction of other projects in the project area. Portions of a multi -phase project that depend upon other phases of the project do not have independent utility. Phases of a project that would be constructed even if the other phases were not built can be considered as separate single and complete projects with independent utility. Indirect effects: Effects that are caused by the activity and are later in time or farther removed in distance, but are still reasonably foreseeable. Loss of waters of the United States: Waters of the United States that are permanently adversely affected by filling, flooding, excavation, or drainage because of the regulated activity. The loss of stream bed includes the acres of stream bed that are permanently adversely affected by filling or excavation because of the regulated activity. Permanent adverse effects include permanent discharges of dredged or fill material that change an aquatic area to dry land, increase the bottom elevation of a waterbody, or change the use of a waterbody. The acreage of loss of waters of the United States is a threshold measurement of the impact to jurisdictional waters or wetlands for determining whether a project may qualify for an NWP; it is not a net threshold that is calculated after considering compensatory mitigation that may be used to offset losses of aquatic functions and services. Waters of the United States temporarily filled, flooded, excavated, or drained, but restored to pre -construction contours and elevations after construction, are not included in the measurement of loss of waters of the United States. Impacts resulting from activities that do not require Department of the Army authorization, such as activities eligible for exemptions under section 404(f) of the Clean Water Act, are not considered when calculating the loss of waters of the United States. Navigable waters: Waters subject to section 10 of the Rivers and Harbors Act of 1899. These waters are defined at 33 CFR part 329. Non -tidal wetland: A non -tidal wetland is a wetland that is not subject to the ebb and flow of tidal waters. Non -tidal wetlands contiguous to tidal waters are located landward of the high tide line (i.e., spring high tide line). Open water: For purposes of the NWPs, an open water is any area that in a year with normal patterns of precipitation has water flowing or standing above ground to the extent that an ordinary high water mark can be determined. Aquatic vegetation within the area of flowing or standing water is either non -emergent, sparse, or absent. Vegetated shallows are considered to be open waters. Examples of "open waters" include rivers, streams, lakes, and ponds. Ordinary Hiqh Water Mark: The term ordinary high water mark means that line on the shore established by the fluctuations of water and indicated by physical characteristics such as a clear, natural line impressed on the bank, shelving, changes in the character of soil, destruction of terrestrial vegetation, the presence of litter and debris, or other appropriate means that consider the characteristics of the surrounding areas. Perennial stream: A perennial stream has surface water flowing continuously year-round during a typical year. Practicable: Available and capable of being done after taking into consideration cost, existing technology, and logistics in light of overall project purposes. Pre -construction notification: A request submitted by the project proponent to the Corps for confirmation that a particular activity is authorized by nationwide permit. The request may be a permit application, letter, or similar document that includes information about the proposed work and its anticipated environmental effects. Pre -construction notification may be required by the terms and conditions of a nationwide permit, or by regional conditions. A pre -construction notification may be voluntarily submitted in cases where pre - construction notification is not required and the project proponent wants confirmation that the activity is authorized by nationwide permit. Preservation: The removal of a threat to, or preventing the decline of, aquatic resources by an action in or near those aquatic resources. This term includes activities commonly associated with the protection and maintenance of aquatic resources through the implementation of appropriate legal and physical mechanisms. Preservation does not result in a gain of aquatic resource area or functions. Re-establishment: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former aquatic resource. Re-establishment results in rebuilding a former aquatic resource and results in a gain in aquatic resource area and functions. Rehabilitation: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of repairing natural/historic functions to a degraded aquatic resource. Rehabilitation results in a gain in aquatic resource function, but does not result in a gain in aquatic resource area. Restoration: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former or degraded aquatic resource. For the purpose of tracking net gains in aquatic resource area, restoration is divided into two categories: re-establishment and rehabilitation. Riffle and pool complex: Riffle and pool complexes are special aquatic sites under the 404(b)(1) Guidelines. Riffle and pool complexes sometimes characterize steep gradient sections of streams. Such stream sections are recognizable by their hydraulic characteristics. The rapid movement of water over a course substrate in riffles results in a rough flow, a turbulent surface, and high dissolved oxygen levels in the water. Pools are deeper areas associated with riffles. A slower stream velocity, a streaming flow, a smooth surface, and a finer substrate characterize pools. Riparian areas: Riparian areas are lands next to streams, lakes, and estuarine -marine shorelines. Riparian areas are transitional between terrestrial and aquatic ecosystems, through which surface and subsurface hydrology connects riverine, lacustrine, estuarine, and marine waters with their adjacent wetlands, non -wetland waters, or uplands. Riparian areas provide a variety of ecological functions and services and help improve or maintain local water quality. (See general condition 23.) Shellfish seedinq_: The placement of shellfish seed and/or suitable substrate to increase shellfish production. Shellfish seed consists of immature individual shellfish or individual shellfish attached to shells or shell fragments (i.e., spat on shell). Suitable substrate may consist of shellfish shells, shell fragments, or other appropriate materials placed into waters for shellfish habitat. Single and complete linear proiect: A linear project is a project constructed for the purpose of getting people, goods, or services from a point of origin to a terminal point, which often involves multiple crossings of one or more waterbodies at separate and distant locations. The term "single and complete project" is defined as that portion of the total linear project proposed or accomplished by one owner/developer or partnership or other association of owners/developers that includes all crossings of a single water of the United States (i.e., a single waterbody) at a specific location. For linear projects crossing a single or multiple waterbodies several times at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. However, individual channels in a braided stream or river, or individual arms of a large, irregularly shaped wetland or lake, etc., are not separate waterbodies, and crossings of such features cannot be considered separately. Single and complete non -linear proiect: For non -linear projects, the term "single and complete project" is defined at 33 CFR 330.2(i) as the total project proposed or accomplished by one owner/developer or partnership or other association of owners/developers. A single and complete non -linear project must have independent utility (see definition of "independent utility"). Single and complete non -linear projects may not be "piecemealed" to avoid the limits in an NWP authorization. Stormwater management: Stormwater management is the mechanism for controlling stormwater runoff for the purposes of reducing downstream erosion, water quality degradation, and flooding and mitigating the adverse effects of changes in land use on the aquatic environment. Stormwater management facilities: Stormwater management facilities are those facilities, including but not limited to, stormwater retention and detention ponds and best management practices, which retain water for a period of time to control runoff and/or improve the quality (i.e., by reducing the concentration of nutrients, sediments, hazardous substances and other pollutants) of stormwater runoff. Stream bed: The substrate of the stream channel between the ordinary high water marks. The substrate may be bedrock or inorganic particles that range in size from clay to boulders. Wetlands contiguous to the stream bed, but outside of the ordinary high water marks, are not considered part of the stream bed. Stream channelization: The manipulation of a stream's course, condition, capacity, or location that causes more than minimal interruption of normal stream processes. A channelized jurisdictional stream remains a water of the United States. Structure: An object that is arranged in a definite pattern of organization. Examples of structures include, without limitation, any pier, boat dock, boat ramp, wharf, dolphin, weir, boom, breakwater, bulkhead, revetment, riprap, jetty, artificial island, artificial reef, permanent mooring structure, power transmission line, permanently moored floating vessel, piling, aid to navigation, or any other manmade obstacle or obstruction. Tidal wetland: A tidal wetland is a jurisdictional wetland that is inundated by tidal waters. Tidal waters rise and fall in a predictable and measurable rhythm or cycle due to the gravitational pulls of the moon and sun. Tidal waters end where the rise and fall of the water surface can no longer be practically measured in a predictable rhythm due to masking by other waters, wind, or other effects. Tidal wetlands are located channelward of the high tide line. Tribal lands: Any lands title to which is either: 1) held in trust by the United States for the benefit of any Indian tribe or individual; or 2) held by any Indian tribe or individual subject to restrictions by the United States against alienation. Tribal rights: Those rights legally accruing to a tribe or tribes by virtue of inherent sovereign authority, unextinguished aboriginal title, treaty, statute, judicial decisions, executive order or agreement, and that give rise to legally enforceable remedies. Vegetated shallows: Vegetated shallows are special aquatic sites under the 404(b)(1) Guidelines. They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation, such as seagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbodv: For purposes of the NWPs, a waterbody is a "water of the United States." If a wetland is adjacent to a waterbody determined to be a water of the United States, that waterbody and any adjacent wetlands are considered together as a single aquatic unit (see 33 CFR 328.4(c)(2)). The following regional conditions apply within the Fort Worth District 1. Notification to the appropriate District Engineer in accordance with Nationwide Permit General Condition 32 - Pre -Construction Notification (PCN) is required for all activities proposed for authorization by any NWP into the below listed ecologically unique and sensitive areas located within waters of the United States. The Corps will coordinate with the resource agencies as specified in NWP General Condition 32(d)(3). a. Pitcher plant bogs ((Sarracenia spp.) and/or sundews (Drosera spp.) and/or Bald Cypress/Tupelo swamps ((Taxodium distichum) and/or water tupelo (Nyssa aquatica)). b. Karst Zones 1 and 2 located in Bexar, Travis and Williamson Counties (see https://www.fws.qov/southwest/es/AustinTexas/Maps Data.html ). c. Caddo Lake and associated areas that are designated as "Wetland of International Importance" under the Ramsar Convention (see http://caddolakedata.us/media/145/1996caddolakeramsar.r)df or http://caddolakedata.us/media/144/1996caddo lake ram sar.iw ). d. Reaches of rivers (and their adjacent wetlands) that are included in the Nationwide Rivers Inventory (see https://www.nps.aov/subiects/rivers/nationwide-rivers-inventorv.htm ). 2. For all activities proposed for authorization under any NWP at sites approved as compensatory mitigation sites (either permittee-responsible, mitigation bank and/or in - lieu fee) under Section 404 of the Clean Water Act and/or Section 10 of the Rivers and Harbors Act of 1899, the applicant shall notify the appropriate District Engineer in accordance with the Nationwide Permit General Condition 32 - PCN prior to commencing the activity. ADDITIONAL INFORMATION This nationwide permit is effective March 15, 2021, and expires on March 14, 2026. Information about the U.S. Army Corps of Engineers regulatory program, including nationwide permits, may also be found at htto://www.swf.usace.armv.mil/Missions/Reaulatorv.asox and htti)://www.usace.armv.miI/Missions/CivilWorks/ReauIatorvProaramandPermits.asr)x Jon Niermann, Chairman ��Q V E o� � Emily Lindley, Commissioner ry Bobby Janecka, Commissioner H Toby Baker, Executive Director TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Protecting Texas by Reducing and Preventing Pollution December 18, 2020 Colonel Timothy R. Vail Galveston District U.S. Army Corps of Engineers P.O. Box 1229 Galveston, Texas 77553-1229 Re: 2020 USACE Nationwide Permits Reissuance Dear Colonel Vail: This letter is in response to your October 19, 2020, letter requesting Clean Water Act Section 401 certification of the United States Army Corps of Engineers (Corps) Nationwide Permits (NWPs). The Proposal to Reissue and Modify Nationwide Permits was published in the Federal Register (Vol. 85, No. 179, pages 57298-57395) on September 15, 2020. Regional conditions for NWPs in Texas were proposed in public notices on September 30, 2020 (Corps Galveston District) and October 1, 2020 (Corps Fort Worth District). The Texas Commission on Environmental Quality (TCEQ) has reviewed the Proposal to Reissue and Modify Nationwide Permits and the proposed regional conditions. On behalf of the Executive Director and based on our evaluation of the information contained in these documents, the TCEQ certifies that any discharge associated with the activities authorized by NWPs 1, 2, 4, 5, 8, 9, 10, 11, 20, 23, 24, 28, 34, 35, 48, A, and B will comply with water quality requirements as required by Section 401 of the Federal Clean Water Act and pursuant to Title 30, Texas Administrative Code (TAC), Chapter 279. The TCEQ conditionally certifies that any discharge associated with the activities authorized by NWPs 3, 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 49, 50, 51, 52, 53, 54, C, D, and E will comply with water quality requirements as required by Section 401 of the Federal Clean Water Act and pursuant to Title 30, Texas Administrative Code, Chapter 279. Conditions for each NWP are defined in Attachment 1 and more detail on specific conditions is given below, including information explaining why the condition is necessary for compliance with water quality requirements as well as the supporting regulatory authorizations. Colonel Timothy Vail U.S. Army Corps of Engineers USACE Nationwide Permits Page 2 The TCEQ understands that a prohibition against the use of NWPs (except for NWP 3) in coastal dune swales, mangrove marshes, and Columbia Bottomlands in the Galveston District is included in the Draft 2020 Nationwide Permit (NWP) Regional Conditions for the State of Texas (Regional Conditions). A prohibition of using NWPs (except for NWP 3) in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District is a condition of this TCEQ 401 certification. This condition is necessary to ensure compliance with water quality requirements because impacts to rare and ecologically significant aquatic resources such as coastal dune swales, mangrove marshes, and Columbia bottomlands would not be considered minimal but significant, and therefore would not meet the purpose of a nationwide permit to authorize activities that will result in no more than minimal adverse environmental effects. Furthermore, activities that would result in impacts to these unique resources are more appropriately authorized under an individual permit to ensure that unavoidable impacts are adequately minimized (30 TAC §279.11(c)(2)) and mitigated (30 TAC §279.11(c)(3) and 30 TAC §307.4(i)). The TCEQ wants to clarify the application of NWP 16 in Texas. NWP 16 should be limited to the return water from upland contained dredged material disposal areas. It is important to emphasize the intent for dredged material disposal. The TCEQ understands dredged material to be associated with navigational dredging activities, not commercial mining activities. To avoid confusion, the TCEQ requests that a regional condition be added or that the Corps commits to prohibiting the use of NWP 16 for activities that would be regulated under Standard Industrial Classification (SIC) codes 1442 and 1446 (industrial and construction sand and gravel mining). Consistent with previous NWPs certification decisions, the TCEQ is conditionally certifying NWP 16 for the return water from confined upland disposal not to exceed a 300 mg/L total suspended solids (TSS) concentration. This condition is necessary to ensure that return water discharges will comply with water quality requirements in accordance with Texas Water Code §26.003 and antidegradation policy in 30 TAC §307.5, and not result in violations of general water quality criteria in 30 TAC 307.4(b)(2)-(5). The TCEQ encourages the Corps to consider that TSS limits are promulgated as effluent limits under Title 40 of the Code of Federal Regulations, and that the TCEQ effectively imposes TSS effluent limits in thousands of wastewater discharge permits issued in Texas under Section 402 of the federal Clean Water Act. The TCEQ recognizes the usefulness of having an instantaneous method to determine compliance with the 300 mg/L TSS limit. However, existing literature and analysis of paired samples of turbidity and TSS from the Texas Surface Water Quality Information System indicate this relationship must be a site -specific characterization of the actual sediments to be dredged. To address this approach, we have continued language in the NWP 16 conditional certification that allows flexibility to use an instantaneous method in implementing the TSS limit when a site -specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ The TCEQ remains interested in working with the Corps in the development of these curves and in working together to find the best methods to implement this limit. Colonel Timothy Vail U.S. Army Corps of Engineers USACE Nationwide Permits Page 3 Regional Condition 17 applies to NWP authorizations in the Area of Concern (AOC) of the San Jacinto River Waste Pits Superfund Site. The TCEQ conditionally certifies Regional Condition 17 provided that the Permit Evaluation Requirement Process (Process), effective November 1, 2009, is adhered to for all proposed and existing permits within the AOC. The Process requires that all permit applicants and existing permittees within the AOC perform sampling to ensure that any activities conducted, especially activities involving dredging or disposal of dredged materials, do not impact site investigation and remediation and that existing water quality is maintained and protected in accordance with the Texas Water Code §26.003 and TCEQ antidegradation policy in 30 TAC §307.5. The TCEQ is conditionally certifying NWP General Condition 12 Soil Erosion and Sediment Controls, and General Condition 25 Water Quality. The conditions address three broad categories of water quality management with specific recommendations for Best Management Practices (BMPs) for each category. These BMP conditions are necessary to enhance the water quality protection of these General Conditions by requiring the use of specific BMPs to control erosion, sedimentation, and/or post -construction TSS in permitted activities and therefore prevent violation of state general water quality criteria (30 TAC §307.4) and antidegradation policy (30 TAC §307.5). Runoff from bridge decks has been exempted from the requirement for post -construction TSS controls under General Condition 25. A list of TCEQ-recommended BMPs is included as Attachment 2. Attachment 3 is provided as a quick reference table identifying the BMP categories that are required for each NWP. A detailed description of the BMPs is provided in Attachment 4. The Corps is proposing to remove the 300 linear foot (LF) limit for NWPs 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52, in part, to simplify the quantification of aquatic resource types (i.e., streams, wetlands, etc.) by using acreage as the preferred unit of measure. Removing the stream bed loss limit would mean that stream losses associated with activities covered by these 10 NWPs would only be limited by the existing %-acre limit on overall impacts to waters of the U.S. This could significantly affect state stream resources by allowing upwards of several thousand linear feet of stream impacts under these permits, depending on the dimensions of the streams being impacted. The TCEQ has traditionally relied on and used linear feet as the preferred unit of measure of stream impacts and stream mitigation in our Section 401 water quality certification program. Therefore, the TCEQ does not support the proposed removal of the 300 LF stream bed loss limit in these NWPs and conditionally certifies NWPs 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52 with a limit of 1,500 linear feet of stream bed loss. The condition is based on the amount of stream impacts considered minimal by the TCEQ, where certification is waived for projects impacting 1,500 LF of streams or less in accordance with the Memorandum of Agreement (August 2000) between the Corps and TCEQ. Any proposed impacts greater than 1,500 linear feet of impacts in stream length will need to undergo an individual TCEQ 401 certification review, preferably in the context of a Section 404 individual permit. This condition is necessary to ensure that the discharge associated with projects permitted using these 10 NWPs will comply with water quality requirements for aquatic life uses and habitat (30 TAC 307.4(i)), antidegradation implementation procedures (30 TAC Colonel Timothy Vail U.S. Army Corps of Engineers USACE Nationwide Permits Page 4 307.5(c)(1)(B), and minimization and mitigation requirements in 30 TAC 279.11(c)(2) and (3), as well as be consistent with the NWP goal of authorizing only minimal adverse environmental impacts. This certification decision is limited to those activities under the jurisdiction of the TCEQ. For activities related to the production and exploration of oil and gas, a Railroad Commission of Texas certification is required as provided in the Texas Water Code §26.131. The TCEQ has reviewed the Notice of Reissuance of Nationwide Permits for consistency with the Texas Coastal Management Program (CMP) goals and policies in accordance with the CMP regulations {Title 31, Texas Administrative Code (TAC), Chapter (§)505.301 and has determined that the action is consistent with the applicable CMP goals and policies. This certification was reviewed for consistency with the CMP's development in critical areas policy 131 TAC §501.231 and dredging and dredged material disposal and placement policy 131 TAC §501.251. This certification complies with the CMP goals 131 TAC §501.12(l, 2, 3, 5)} applicable to these policies. The TCEQ reserves the right to modify this certification if additional information identifies specific areas where significant impacts, including cumulative or secondary impacts, are occurring, and the use of these NWPs would be inappropriate. No review of property rights, location of property lines, nor the distinction between public and private ownership has been made, and this certification may not be used in any way with regard to questions of ownership. If you require further assistance, please contact Ms. Lili Murphy, Water Quality Assessment Section, Water Quality Division (MC-150), at (512) 239-4595 or by email at lili.murphy@tceq.texas.gov. Sincerely, 1) �'- J- �) cu-"k David W. Galindo, Deputy Director Water Quality Division Texas Commission on Environmental Quality DWG/LM/ Attachments Colonel Timothy Vail U.S. Army Corps of Engineers USACE Nationwide Permits Page 5 ccs: Mr. Joseph McMahan, U.S. Army Corps of Engineers Galveston District via e-mail at ioseph.a.mcmahan(a�usace.armv.mil Ms. Kristi McMillan U.S. Army Corps of Engineers Galveston District via e-mail at Kristi.N.McMillana.usace.armv.mil Mr. Stephen Brooks, Branch Chief, U.S. Army Corp of Engineers Fort Worth District via e-mail at Stephen.Brooks@usace.armv.mil Ms. Allison Buchtien,and Mr. Jesse Solis, Texas General Land Office via e-mail at Federal.Consistencv@alo.texas.2ov Ms. Leslie Savage, Texas Railroad Commission via e-mail at Leslie. Savaize@RRC.texas.2ov Branch Chief, U.S. Army Corps of Engineers, Albuquerque District, 4101 Jefferson Plaza NE, Room 313, Albuquerque, New Mexico 87109-3435 Regulatory Branch Chief, U.S. Army Corps of Engineers, Regulatory Branch CESWT- PE-R, 1645 South 101s, East Avenue, Tulsa, Oklahoma, 74128 Regulatory Branch Chief, U.S. Army Corps of Engineers, El Paso Regulatory Office, CESPA-OD-R-EP, P.O. Box 6096, Fort Bliss, Texas 79906-6096 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions General Condition 12 (Soil Erosion and Sediment Controls) Erosion control and sediment control best management practices (BMPs) are required with the use of this general condition. Attachment 2 describes the BMPs and the Nationwide Permits (NWPs) to which they apply. If the applicant does not choose one of the BMPs listed in Attachment 2, an individual 401 certification is required. General Condition 25 (Water Oualitv) Post -construction total suspended solids (TSS) BMPs are required with the use of this general condition. Attachment 2 describes the BMPs and the NWPs to which they apply. If the applicant does not choose one of the BMP's listed in Attachment 2, an individual 401 certification is required. Bridge deck runoff is exempt from this requirement. Regional Condition 17 condition The Permit Evaluation Requirement Process, effective November 1, 2009, is required for all proposed and existing permits within San Jacinto River Waste Pits Superfund Site Area of Concern. All NWPs except for NWP 3 These NWPs are not authorized for use in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District, Texas. NWP 3 (Maintenance) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 6 (Survev Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 7 (Outfall Structures and Associated Intake Structures) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 12 (Oil or Natural Gas Pipeline Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 13 (Bank Stabilization) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 14 (Linear Transportation Proiects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 15 (U.S. Coast Guard Approved Bridges) Soil Erosion and Sediment Controls under General Condition 12 are required. Revised December 18, 2020 Page 1 of 4 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions NWP 16 (Return Water From Upland Contained Disposal Areas) Activities that would be regulated under Standard Industrial Classification (SIC) codes 1442 and 1446 (industrial and construction sand and gravel mining) are not eligible for this NWP. Effluent from an upland contained disposal area shall not exceed a TSS concentration of 300 mg/L unless a site -specific TSS limit, or a site -specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ. NWP 17 (Hvdronower Proiects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP 18 (Minor Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP 19 (Minor Dredging) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 21 (Surface Coal Mininiz Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 22 (Removal of Vessels) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 25 (Structural Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 27 (Aauatic Habitat Restoration, Establishment, and Enhancement Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 29 (Residential Developments) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 30 (Moist Soil Management for Wildlife) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 31 (Maintenance of Existing Flood Control Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. Revised December 18, 2020 Page 2 of 4 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions NWP 32 (Completed Enforcement Actions) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 33 (Temporary Construction. Access and Dewaterina) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 36 (Boat Ramps) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP 37 (EmerLyencv Watershed Protection and Rehabilitation) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 38 (Cleanup of Hazardous and Toxic Waste) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 39 (Commercial and Institutional Developments) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 40 (A2ricultural Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 41 (Reshaping Existing Draina2_ e Ditches and Irritation Ditches) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP 42 (Recreational Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 43 (Stormwater Management Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Stream bed losses are limited to 1,500 linear feet. NWP 44 (Minna Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. Revised December 18, 2020 Page 3 of 4 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions NWP 45 (Repair of Uplands DamaLyed by Discrete Events) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP 46 (DischarLyes in Ditches) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 49 (Coal RemininLy Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP 50 (Under -round Coal MininLr Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 51 (Land -Based Renewal Enerav Generation Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 52 (Water -Based Renewal Ener2v Generation Pilot Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 53 (Removal of Low -Head Dams) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 54 (Living Shorelines) Sediment Controls under General Condition 12 are required. NWP C (Electric Utilitv Line and Telecommunications Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP D (Utility Line Activities for Water and Other Substances) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP E (Water Reclamation and Reuse Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. Revised December 18, 2020 Page 4 of 4 Attachment 2 401 Water Quality Certification Best Management Practices (BMPs) for Nationwide Permits I. Erosion Control Disturbed areas must be stabilized to prevent the introduction of sediment to adjacent wetlands or water bodies during wet weather conditions (erosion). At least one of the following best management practices (BMPs) must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 13, 14, 15, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 49, 50, 51, 52, 53, C, D, and E. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land -based impacts from attendant features. o Temporary Vegetation o Mulch o Interceptor Swale o Erosion Control Compost o Compost Filter Socks II. Sedimentation Control o Blankets/Matting o Sod o Diversion Dike o Mulch Filter Socks Prior to project initiation, the project area must be isolated from adjacent wetlands and water bodies by the use of BMPs to confine sediment. Dredged material shall be placed in such a manner that prevents sediment runoff into water in the state, including wetlands. Water bodies can be isolated by the use of one or more of the required BMPs identified for sedimentation control. These BMP's must be maintained and remain in place until the dredged material is stabilized. At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 49, 50, 51, 52, 53, 54, C, D, and E. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land -based impacts from attendant features. o Sand Bag Berm o Silt Fence o Triangular Filter Dike o Stone Outlet Sediment Traps o Erosion Control Compost o Compost Filter Socks o Rock Berm o Hay Bale Dike o Brush Berms o Sediment Basins o Mulch Filter Socks December 18, 2020 Page 1 of 2 Attachment 2 401 Water Quality Certification Best Management Practices (BMPs) for Nationwide Permits III. Post -Construction TSS Control After construction has been completed and the site is stabilized, total suspended solids (TSS) loadings shall be controlled by at least one of the following BMPs for NWPs 12, 14, 17, 18, 21, 29, 31, 36, 39, 40, 41, 42, 44, 45, 49, 50, 51, 52, C, D, and E. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land -based impacts from attendant features. Runoff from bridge decks has been exempted from the requirement for post construction TSS controls. o Retention/Irrigation Systems o Extended Detention Basin o Vegetative Filter Strips o Grassy Swales o Erosion Control Compost o Compost Filter Socks o Constructed Wetlands o Wet Basins o Vegetation lined drainage ditches o Sand Filter Systems o Mulch Filter Socks o Sedimentation Chambers' * Only to be used when there is no space available for other approved BMPs. December 18, 2020 Page 2 of 2 �OMM/��o Q �'1'M@Nft+lO� Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Sediment Post -Construction Control Control TSS 1 Aid to Navigation 2 Structures in Artificial Canals 3 Maintenance X X Fish and Wildlife Harvesting, 4 Enhancement and Attraction Devices and Activities 5 Scientific Measurement Devices 6 Survey Activities `Trenching X X 7 Outfall Structures and Associated Intake X X Structures 8 Oil and Gas Structures on the Outer Continental Shelf 9 Structures in Fleeting and Anchorage Areas 10 Mooring Buoys 11 Temporary Recreational Structures 12 Oil or Natural Gas Pipeline Activities X X X 13 Bank Stabilization X X 14 Linear Transportation Projects X X X 15 U.S. Coast Guard Approved Bridges X X 16 Return Water From Upland Contained Disposal Areas 17 Hydropower Projects X X X 18 Minor Discharges X X X 19 Minor Dredging X X 20 Response Operations for Oil or Hazardous Substances 21 Surface Coal Mining Activities X X X 22 Removal of Vessels X X Revised December 18, 2020 Page 1 of 3 �OMM/��o Q �'1'M@Nft+lO� Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Sediment Post -Construction Control Control TSS 23 Approved Categorical Exclusions 24 Indian Tribe or State Administered Section 404 Programs 25 Structural Discharges X X 26 [Reserved] Aquatic Habitat Restoration, X X 27 Establishment, and Enhancement Activities 28 Modifications of Existing Marinas 29 Residential Developments X X X 30 Moist Soil Management for Wildlife X X 31 Maintenance of Existing Flood Control X X X Facilities 32 Completed Enforcement Actions X X 33 Temporary Construction, Access and X X Dewatering 34 Cranberry Production Activities 35 Maintenance Dredging of Existing Basins 36 Boat Ramps X X X 37 Emergency Watershed Protection and X X Rehabilitation 38 Cleanup of Hazardous and Toxic Waste X X 39 Commercial and Institutional X X X Developments 40 Agricultural Activities X X X 41 Reshaping Existing Drainage Ditches and X X X Irrigation Ditches 42 Recreational Facilities X X X 43 Stormwater Management Facilities X X Revised December 18, 2020 Page 2 of 3 �OMM/��o Q �'1'M@Nft+lO� Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description 44 Mining Activities 45 Repair of Uplands Damaged by Discrete Events 46 Discharges in Ditches 47 [Reserved] 48 Existing Commercial Shellfish Aquaculture Activities 49 Coal Remining Activities 50 Underground Coal Mining Activities 51 Land -Based Renewable Energy Generation Facilities 52 Water -Based Renewable Energy Generation Pilot Projects 53 Removal of Low -Head Dams 54 Living Shorelines C Electric Utility Line and Telecommunications Activities D Utility Line Activities for Water and Other Substances E Water Reclamation and Reuse Facilities Erosion Sediment Post -Construction Control Control TSS X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X Revised December 18, 2020 Page 3 of 3 Attachment 4 Description of Best Management Practices (BMPs) EROSION CONTROL BMPs Temiiorary Vegetation Description: Vegetation can be used as a temporary or permanent stabilization technique for areas disturbed by construction. Vegetation effectively reduces erosion in swales, stockpiles, berms, mild to medium slopes, and along roadways. Other techniques such as matting, mulches, and grading may be required to assist in the establishment of vegetation. Materials: • The type of temporary vegetation used on a site is a function of the season and the availability of water for irrigation. • Temporary vegetation should be selected appropriately for the area. • County agricultural extension agents are a good source for suggestions for temporary vegetation. • All seed should be high quality, U.S. Dept. of Agriculture certified seed. Installation: • Grading must be completed prior to seeding. • Slopes should be minimized. • Erosion control structures should be installed. • Seedbeds should be well pulverized, loose, and uniform. • Fertilizers should be applied at appropriate rates. • Seeding rates should be applied as recommended by the county agricultural extension agent. • The seed should be applied uniformly. • Steep slopes should be covered with appropriate soil stabilization matting. Blankets and Matting Description: Blankets and matting material can be used as an aid to control erosion December 18, 2020 Page 1 of 35 Attachment 4 Description of Best Management Practices (BMPs) on critical sites during the establishment period of protective vegetation. The most common uses are in channels, interceptor swales, diversion dikes, short, steep slopes, and on tidal or stream banks. Materials: New types of blankets and matting materials are continuously being developed. The Texas Department of Transportation (TxDOT) has defined the critical performance factors for these types of products and has established minimum performance standards which must be met for any product seeking to be approved for use within any of TxDOT's construction or maintenance activities. The products that have been approved by TxDOT are also appropriate for general construction site stabilization. TxDOT maintains a web site at httDs://www.txdot.2ov/inside-txdot/division/maintenance/erosion-control.html which is updated as new products are evaluated. Installation: • Install in accordance with the manufacturer's recommendations. • Proper anchoring of the material. • Prepare a friable seed bed relatively free from clods and rocks and any foreign material. • Fertilize and seed in accordance with seeding or other type of planting plan. • Erosion stops should extend beyond the channel liner to full design cross- section of the channel. • A uniform trench perpendicular to line of flow may be dug with a spade or a mechanical trencher. • Erosion stops should be deep enough to penetrate solid material or below level of ruling in sandy soils. • Erosion stop mats should be wide enough to allow turnover at bottom of trench for stapling, while maintaining the top edge flush with channel surface. Mulch Description: Mulching is the process of applying a material to the exposed soil surface to protect it from erosive forces and to conserve soil moisture until plants can become December 18, 2020 Page 2 of 35 Attachment 4 Description of Best Management Practices (BMPs) established. When seeding critical sites, sites with adverse soil conditions or seeding on other than optimum seeding dates, mulch material should be applied immediately after seeding. Seeding during optimum seeding dates and with favorable soils and site conditions will not need to be mulched. Materials: • Mulch may be small grain straw which should be applied uniformly. • On slopes 15 percent or greater, a binding chemical must be applied to the surface. • Wood -fiber or paper -fiber mulch may be applied by hydroseeding. • Mulch nettings may be used. • Wood chips may be used where appropriate. Installation: Mulch anchoring should be accomplished immediately after mulch placement. This may be done by one of the following methods: peg and twine, mulch netting, mulch anchoring tool, or liquid mulch binders. Sod Description: Sod is appropriate for disturbed areas which require immediate vegetative covers, or where sodding is preferred to other means of grass establishment. Locations particularly suited to stabilization with sod are waterways carrying intermittent flow, areas around drop inlets or in grassed swales, and residential or commercial lawns where quick use or aesthetics are factors. Sod is composed of living plants and those plants must receive adequate care in order to provide vegetative stabilization on a disturbed area. Materials: • Sod should be machine cut at a uniform soil thickness. • Pieces of sod should be cut to the supplier's standard width and length. • Torn or uneven pads are not acceptable. • Sections of sod should be strong enough to support their own weight and retain their size and shape when suspended from a firm grasp. December 18, 2020 Page 3 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Sod should be harvested, delivered, and installed within a period of 36 hours. Installation: • Areas to be sodded should be brought to final grade. • The surface should be cleared of all trash and debris. • Fertilize according to soil tests. • Fertilizer should be worked into the soil. • Sod should not be cut or laid in excessively wet or dry weather. • Sod should not be laid on soil surfaces that are frozen. • During periods of high temperature, the soil should be lightly irrigated. • The first row of sod should be laid in a straight line with subsequent rows placed parallel to and butting tightly against each other. • Lateral joints should be staggered to promote more uniform growth and strength. • Wherever erosion may be a problem, sod should be laid with staggered joints and secured. • Sod should be installed with the length perpendicular to the slope (on the contour). • Sod should be rolled or tamped. • Sod should be irrigated to a sufficient depth. • Watering should be performed as often as necessary to maintain soil moisture. • The first mowing should not be attempted until the sod is firmly rooted. • Not more than one third of the grass leaf should be removed at any one cutting. December 18, 2020 Page 4 of 35 Attachment 4 Description of Best Management Practices (BMPs) Interceptor Swale Interceptor swales are used to shorten the length of exposed slope by intercepting runoff, prevent off -site runoff from entering the disturbed area, and prevent sediment - laden runoff from leaving a disturbed site. They may have a v-shape or be trapezoidal with a flat bottom and side slopes of 3:1 or flatter. The outflow from a swale should be directed to a stabilized outlet or sediment trapping device. The swales should remain in place until the disturbed area is permanently stabilized. Materials: • Stabilization should consist of a layer of crushed stone three inches thick, riprap or high velocity erosion control mats. • Stone stabilization should be used when grades exceed 2% or velocities exceed 6 feet per second. • Stabilization should extend across the bottom of the swale and up both sides of the channel to a minimum height of three inches above the design water surface elevation based on a 2-year, 24-hour storm. Installation: • An interceptor swale should be installed across exposed slopes during construction and should intercept no more than 5 acres of runoff. • All earth removed and not needed in construction should be disposed of in an approved spoils site so that it will not interfere with the functioning of the swale or contribute to siltation in other areas of the site. • All trees, brush, stumps, obstructions and other material should be removed and disposed of so as not to interfere with the proper functioning of the swale. • Swales should have a maximum depth of 1.5 feet with side slopes of 3:1 or flatter. • Swales should have positive drainage for the entire length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. Stabilization should be crushed stone placed in a layer of at least 3 inches thick or may be high velocity erosion control matting. Check dams are also recommended to reduce velocities in the swales possibly reducing the amount of stabilization necessary. December 18, 2020 Page 5 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Minimum compaction for the swale should be 90% standard proctor density. Diversion Dikes A temporary diversion dike is a barrier created by the placement of an earthen embankment to reroute the flow of runoff to an erosion control device or away from an open, easily erodible area. A diversion dike intercepts runoff from small upland areas and diverts it away from exposed slopes to a stabilized outlet, such as a rock berm, sandbag berm, or stone outlet structure. These controls can be used on the perimeter of the site to prevent runoff from entering the construction area. Dikes are generally used for the duration of construction to intercept and reroute runoff from disturbed areas to prevent excessive erosion until permanent drainage features are installed and/or slopes are stabilized. Materials: • Stone stabilization (required for velocities in excess of 6 fps) should consist of riprap placed in a layer at least 3 inches thick and should extend a minimum height of 3 inches above the design water surface up the existing slope and the upstream face of the dike. • Geotextile fabric should be a non -woven polypropylene fabric designed specifically for use as a soil filtration media with an approximate weight of 6 oz./yd', a Mullen burst rating of 140 psi, and having an equivalent opening size (EOS) greater than a #50 sieve. Installation: • Diversion dikes should be installed prior to and maintained for the duration of construction and should intercept no more than 10 acres of runoff. • Dikes should have a minimum top width of 2 feet and a minimum height of compacted fill of 18 inches measured form the top of the existing ground at the upslope toe to top of the dike and have side slopes of 3:1 or flatter. • The soil for the dike should be placed in lifts of 8 inches or less and be compacted to 95 % standard proctor density. • The channel, which is formed by the dike, must have positive drainage for its entire 1 length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. In situations where velocities do not exceed 6 feet per second, vegetation may be used to control erosion. December 18, 2020 Page 6 of 35 Attachment 4 Description of Best Management Practices (BMPs) Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at httns://www.txdot.izov/inside-txdot/division/support/recvcliniz/SDeclist.html that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 3 3 2. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections §332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols December 18, 2020 Page 7 of 35 Attachment 4 Description of Best Management Practices (BMPs) or test methods listed in TMECC. TMECC information can be found at httD s: //www. COMDostiniZCounCil. oriZ/Daize /tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at httDS://www.COMDostiniZcounCil.oriZ/Daize/Sealoff estinLiAssuranceSTA. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at httDs://www.txdot.Qov/inside-txdot/division/SUDDort/recvclinQ/SDeclist.html that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification December 18, 2020 Page 8 of 35 Attachment 4 Description of Best Management Practices (BMPs) data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections §332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at httns://www.comDostin2council.orL/DaLe/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at httDs://www.comDostin2council.ore/pa2e/Sealoff estinLyAssuranceSTA. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. December 18, 2020 Page 9 of 35 Attachment 4 Description of Best Management Practices (BMPs) SEDIMENT CONTROL BMPS Sandbag Berm Description: The purpose of a sandbag berm is to detain sediment carried in runoff from disturbed areas. This objective is accomplished by intercepting runoff and causing it to pool behind the sandbag berm. Sediment carried in the runoff is deposited on the upstream side of the sandbag berm due to the reduced flow velocity. Excess runoff volumes are allowed to flow over the top of the sandbag berm. Sandbag berms are used only during construction activities in streambeds when the contributing drainage area is between 5 and 10 acres and the slope is less than 15%, i.e., utility construction in channels, temporary channel crossing for construction equipment, etc. Plastic facing should be installed on the upstream side and the berm should be anchored to the streambed by drilling into the rock and driving in T-posts or rebar (#5 or #6) spaced appropriately. Materials: • The sandbag material should be polypropylene, polyethylene, polyamide or cotton burlap woven fabric, minimum unit weight 4 oz/yd 2, mullen burst strength exceeding 300 psi and ultraviolet stability exceeding 70 percent. • The bag length should be 24 to 30 inches, width should be 16 to 18 inches and thickness should be 6 to 8 inches. • Sandbags should be filled with coarse grade sand and free from deleterious material. All sand should pass through a No. 10 sieve. The filled bag should have an approximate weight of 40 pounds. • Outlet pipe should be schedule 40 or stronger polyvinyl chloride (PVC) having a nominal internal diameter of 4 inches. Installation: • The berm should be a minimum height of 18 inches, measured from the top of the existing ground at the upslope toe to the top of the berm. • The berm should be sized as shown in the plans but should have a minimum width of 48 inches measured at the bottom of the berm and 16 inches measured at the top of the berm. • Runoff water should flow over the tops of the sandbags or through 4-inch diameter PVC pipes embedded below the top layer of bags. December 18, 2020 Page 10 of 35 Attachment 4 Description of Best Management Practices (BMPs) • When a sandbag is filled with material, the open end of the sandbag should be stapled or tied with nylon or poly cord. • Sandbags should be stacked in at least three rows abutting each other, and in staggered arrangement. • The base of the berm should have at least 3 sandbags. These can be reduced to 2 and 1 bag in the second and third rows respectively. • For each additional 6 inches of height, an additional sandbag must be added to each row width. • A bypass pump -around system, or similar alternative, should be used on conjunction with the berm for effective dewatering of the work area. Silt Fence Description: A silt fence is a barrier consisting of geotextile fabric supported by metal posts to prevent soil and sediment loss from a site. When properly used, silt fences can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. If not properly installed, silt fences are not likely to be effective. The purpose of a silt fence is to intercept and detain water -borne sediment from unprotected areas of a limited extent. Silt fence is used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. This fence should remain in place until the disturbed area is permanently stabilized. Silt fence should not be used where there is a concentration of water in a channel or drainage way. If concentrated flow occurs after installation, corrective action must be taken such as placing a rock berm in the areas of concentrated flow. Silt fencing within the site may be temporarily moved during the day to allow construction activity provided it is replaced and properly anchored to the ground at the end of the day. Silt fences on the perimeter of the site or around drainage ways should not be moved at any time. Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, mullen burst strength exceeding 190 lb/in 2, ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. • Fence posts should be made of hot rolled steel, at least 4 feet long with Tee or Y-bar cross section, surface painted or galvanized, minimum nominal weight 1.2 5 lb/ft 2, and Brindell hardness exceeding 140. December 18, 2020 Page 11 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Woven wire backing to support the fabric should be galvanized 2-inch x 4-inch welded wire, 12 gauge minimum. Installation: • Steel posts, which support the silt fence, should be installed on a slight angle toward the anticipated runoff source. Post must be embedded a minimum of 1 foot deep and spaced not more than 8 feet on center. Where water concentrates, the maximum spacing should be 6 feet. • Lay out fencing down -slope of disturbed area, following the contour as closely as possible. The fence should be sited so that the maximum drainage area is 3 acre/100 feet of fence. • The toe of the silt fence should be trenched in with a spade or mechanical trencher, so that the down -slope face of the trench is flat and perpendicular to the line of flow. Where fence cannot be trenched in (e.g., pavement or rock outcrop), weight fabric flap with 3 inches of pea gravel on uphill side to prevent flow from seeping under fence. • The trench must be a minimum of 6 inches deep and 6 inches wide to allow for the silt fence fabric to be laid in the ground and backfilled with compacted material. • Silt fence should be securely fastened to each steel support post or to woven wire, which is in turn attached to the steel fence post. There should be a 3-foot overlap, securely fastened where ends of fabric meet. Triangular Filter Dike Description: The purpose of a triangular sediment filter dike is to intercept and detain water -borne sediment from unprotected areas of limited extent. The triangular sediment filter dike is used where there is no concentration of water in a channel or other drainage way above the barrier and the contributing drainage area is less than one acre. If the uphill slope above the dike exceeds 10%, the length of the slope above the dike should be less than 50 feet. If concentrated flow occurs after installation, corrective action should be taken such as placing rock berm in the areas of concentrated flow. This measure is effective on paved areas where installation of silt fence is not possible or where vehicle access must be maintained. The advantage of these controls is the ease with which they can be moved to allow vehicle traffic and then reinstalled to maintain sediment. December 18, 2020 Page 12 of 35 Attachment 4 Description of Best Management Practices (BMPs) Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, mullen burst strength exceeding 190 lb/in 2 , ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. • The dike structure should be 6 gauge 6-ing x 6-inch wire mesh folded into triangular form being eighteen (18) inches on each side. Installation: • The frame of the triangular sediment filter dike should be constructed of 6-inch x 6-inch, 6-gauge welded wire mesh, 18 inches per side, and wrapped with geotextile fabric the same composition as that used for silt fences. • Filter material should lap over ends six (6) inches to cover dike to dike junction; each junction should be secured by shoat rings. • Position dike parallel to the contours, with the end of each section closely abutting the adjacent sections. • There are several options for fastening the filter dike to the ground. The fabric skirt may be toed -in with 6 inches of compacted material, or 12 inches of the fabric skirt should extend uphill and be secured with a minimum of 3 inches of open graded rock, or with staples or nails. If these two options are not feasible the dike structure may be trenched in 4 inches. • Triangular sediment filter dikes should be installed across exposed slopes during construction with ends of the dike tied into existing grades to prevent failure and should intercept no more than one acre of runoff. • When moved to allow vehicular access, the dikes should be reinstalled as soon as possible, but always at the end of the workday. Rock Berm Description: The purpose of a rock berm is to serve as a check dam in areas of concentrated flow, to intercept sediment -laden runoff, detain the sediment and release the water in sheet flow. The rock berm should be used when the contributing drainage area is less than 5 acres. Rock berms are used in areas where the volume of runoff is too great for a silt fence to contain. They are less effective for sediment removal than silt fences, particularly for fine particles, but are able to withstand higher flows than a December 18, 2020 Page 13 of 35 Attachment 4 Description of Best Management Practices (BMPs) silt fence. As such, rock berms are often used in areas of channel flows (ditches, gullies, etc.). Rock berms are most effective at reducing bed load in channels and should not be substituted for other erosion and sediment control measures further up the watershed. Materials: • The berm structure should be secured with a woven wire sheathing having opening of one inch and a minimum wire diameter of 20 gauge galvanized and should be secured with shoat rings. • Clean, open graded 3- to 5-inch diameter rock should be used, except in areas where high velocities or large volumes of flow are expected, where 5- to 8-inch diameter rocks may be used. Installation: • Lay out the woven wire sheathing perpendicular to the flow line. The sheathing should be 20-gauge woven wire mesh with 1 inch openings. • Berm should have a top width of 2 feet minimum with side slopes being 2:1 (H:V) or flatter. • Place the rock along the sheathing to a height not less than 18 inches. • Wrap the wire sheathing around the rock and secure with tie wire so that the ends of the sheathing overlap at least 2 inches, and the berm retains its shape when walked upon. • Berm should be built along the contour at zero percent grade or as near as possible. • The ends of the berm should be tied into existing upslope grade and the berm should be buried in a trench approximately 3 to 4 inches deep to prevent failure of the control. Hav Bale Dike Description: The purpose of a hay or straw bale dike is to intercept and detain small amounts of sediment -laden runoff from relatively small unprotected areas. Straw bales are to be used when it is not feasible to install other, more effective measures or when the construction phase is expected to last less than 3 months. Straw bales should not be used on areas where rock or other hard surfaces prevent the full and uniform anchoring of the barrier. December 18, 2020 Page 14 of 35 Attachment 4 Description of Best Management Practices (BMPs) Materials: Straw: The best quality straw mulch comes from wheat, oats or barley and should be free of weed and grass seed which may not be desired vegetation for the area to be protected. Straw mulch is light and therefore must be properly anchored to the ground. Hay: This is very similar to straw with the exception that it is made of grasses and weeds and not grain stems. This form of mulch is very inexpensive and is widely available but does introduce weed and grass seed to the area. Like straw, hay is light and must be anchored. • Straw bales should weigh a minimum of 50 pounds and should be at least 30 inches long. • Bales should be composed entirely of vegetable matter and be free of seeds. • Binding should be either wire or nylon string, jute or cotton binding is unacceptable. Bales should be used for not more than two months before being replaced. Installation: • Bales should be embedded a minimum of 4 inches and securely anchored using 2-inch x 2-inch wood stakes or 3/8-inch diameter rebar driven through the bales into the ground a minimum of 6 inches. • Bales are to be placed directly adjacent to one another leaving no gap between them. • All bales should be placed on the contour. • The first stake in each bale should be angled toward the previously laid bale to force the bales together. Brush Berms Organic litter and spoil material from site clearing operations is usually burned or hauled away to be dumped elsewhere. Much of this material can be used effectively on the construction site itself. The key to constructing an efficient brush berm is in the method used to obtain and place the brush. It will not be acceptable to simply take a bulldozer and push whole trees into a pile. This method does not assure continuous ground contact with the berm and will allow uncontrolled flows under the berm. December 18, 2020 Page 15 of 35 Attachment 4 Description of Best Management Practices (BMPs) Brush berms may be used where there is little or no concentration of water in a channel or other drainage way above the berm. The size of the drainage area should be no greater than one-fourth of an acre per 100 feet of barrier length; the maximum slope length behind the barrier should not exceed 100 feet; and the maximum slope gradient behind the barrier should be less than 50 percent (2:1). Materials: • The brush should consist of woody brush and branches, preferably less than 2 inches in diameter. • The filter fabric should conform to the specifications for filter fence fabric. • The rope should be 1/4-inch polypropylene or nylon rope. • The anchors should be 3/8-inch diameter rebar stakes that are 18-inches long. Installation: • Lay out the brush berm following the contour as closely as possible. • The juniper limbs should be cut and hand placed with the vegetated part of the limb in close contact with the ground. Each subsequent branch should overlap the previous branch providing a shingle effect. • The brush berm should be constructed in lifts with each layer extending the entire length of the berm before the next layer is started. • A trench should be excavated 6-inches wide and 4-inches deep along the length of the barrier and immediately uphill from the barrier. • The filter fabric should be cut into lengths sufficient to lay across the barrier from its up -slope base to just beyond its peak. The lengths of filter fabric should be draped across the width of the barrier with the uphill edge placed in the trench and the edges of adjacent pieces overlapping each other. Where joints are necessary, the fabric should be spliced together with a minimum 6- inch overlap and securely sealed. • The trench should be backfilled, and the soil compacted over the filter fabric. • Set stakes into the ground along the downhill edge of the brush barrier and anchor the fabric by tying rope from the fabric to the stakes. Drive the rope anchors into the ground at approximately a 45-degree angle to the ground on 6- December 18, 2020 Page 16 of 35 Attachment 4 Description of Best Management Practices (BMPs) foot centers. • Fasten the rope to the anchors and tighten berm securely to the ground with a minimum tension of 50 pounds. • The height of the brush berm should be a minimum of 24 inches after the securing ropes have been tightened. Stone Outlet Sediment Trans A stone outlet sediment trap is an impoundment created by the placement of an earthen and stone embankment to prevent soil and sediment loss from a site. The purpose of a sediment trap is to intercept sediment -laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment trap from sedimentation. A sediment trap is usually installed at points of discharge from disturbed areas. The drainage area for a sediment trap is recommended to be less than 5 acres. Larger areas should be treated using a sediment basin. A sediment trap differs from a sediment basin mainly in the type of discharge structure. The trap should be located to obtain the maximum storage benefit from the terrain, for ease of clean out and disposal of the trapped sediment and to minimize interference with construction activities. The volume of the trap should be at least 3600 cubic feet per acre of drainage area. Materials: • All aggregate should be at least 3 inches in diameter and should not exceed a volume of 0.5 cubic foot. • The geotextile fabric specification should be woven polypropylene, polyethylene or polyamide geotextile, minimum unit weight of 4.5 oz/yd 2, mullen burst strength at least 250 lb/in 2, ultraviolet stability exceeding 70%, and equivalent opening size exceeding 40. Installation: Earth Embankment: Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95 percent standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment are to be 3:1. The minimum width of the embankment should be 3 feet. December 18, 2020 Page 17 of 35 Attachment 4 Description of Best Management Practices (BMPs) • A gap is to be left in the embankment in the location where the natural confluence of runoff crosses the embankment line. The gap is to have a width in feet equal to 6 times the drainage area in acres. • Geotextile Covered Rock Core: A core of filter stone having a minimum height of 1.5 feet and a minimum width at the base of 3 feet should be placed across the opening of the earth embankment and should be covered _by geotextile fabric which should extend a minimum distance of 2 feet in either direction from the base of the filter stone core. • Filter Stone Embankment: Filter stone should be placed over the geotextile and is to have a side slope which matches that of the earth embankment of 3:1 and should cover the geotextile/rock core a minimum of 6 inches when installation is complete. The crest of the outlet should be at least 1 foot below the top of the embankment. Sediment Basins The purpose of a sediment basin is to intercept sediment -laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment basin from sedimentation. A sediment basin is usually installed at points of discharge from disturbed areas. The drainage area for a sediment basin is recommended to be less than 100 acres. Sediment basins are effective for capturing and slowly releasing the runoff from larger disturbed areas thereby allowing sedimentation to take place. A sediment basin can be created where a permanent pond BMP is being constructed. Guidelines for construction of the permanent BMP should be followed, but revegetation, placement of underdrain piping, and installation of sand or other filter media should not be carried out until the site construction phase is complete. Materials: • Riser should be corrugated metal or reinforced concrete pipe or box and should have watertight fittings or end to end connections of sections. • An outlet pipe of corrugated metal or reinforced concrete should be attached to the riser and should have positive flow to a stabilized outlet on the downstream side of the embankment. • An anti -vortex device and rubbish screen should be attached to the top of the riser and should be made of polyvinyl chloride or corrugated metal. December 18, 2020 Page 18 of 35 Attachment 4 Description of Best Management Practices (BMPs) Basin Design and Construction: • For common drainage locations that serve an area with ten or more acres disturbed at one time, a sediment basin should provide storage for a volume of runoff from a two-year, 24-hour storm from each disturbed acre drained. • The basin length to width ratio should be at least 2:1 to improve trapping efficiency. The shape may be attained by excavation or the use of baffles. The lengths should be measured at the elevation of the riser de -watering hole. • Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95 percent standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment should be 3:1 (H:V). • An emergency spillway should be installed adjacent to the embankment on undisturbed soil and should be sized to carry the full amount of flow generated by a 10-year, 3-hour storm with 1 foot of freeboard less the amount which can be carried by the principal outlet control device. • The emergency spillway should be lined with riprap as should the swale leading from the spillway to the normal watercourse at the base of the embankment. • The principal outlet control device should consist of a rigid vertically oriented pipe or box of corrugated metal or reinforced concrete. Attached to this structure should be a horizontal pipe, which should extend through the embankment to the toe of fill to provide a de -watering outlet for the basin. • An anti -vortex device should be attached to the inlet portion of the principal outlet control device to serve as a rubbish screen. • A concrete base should be used to anchor the principal outlet control device and should be sized to provide a safety factor of 1.5 (downward forces = 1.5 buoyant forces). • The basin should include a permanent stake to indicate the sediment level in the pool and marked to indicate when the sediment occupies 50% of the basin volume (not the top of the stake). • The top of the riser pipe should remain open and be guarded with a trash rack and anti -vortex device. The top of the riser should be 12 inches below the elevation of the emergency spillway. The riser should be sized to convey the runoff from the 2-year, 3-hour storm when the water surface is at the December 18, 2020 Page 19 of 35 Attachment 4 Description of Best Management Practices (BMPs) emergency spillway elevation. For basins with no spillway the riser must be sized to convey the runoff from the 10-yr, 3-hour storm. • Anti -seep collars should be included when soil conditions or length of service make piping through the backfill a possibility. • The 48-hour drawdown time will be achieved by using a riser pipe perforated at the point measured from the bottom of the riser pipe equal to 1/2 the volume of the basin. This is the maximum sediment storage elevation. The size of the perforation may be calculated as follows: Ao = As x 2h Cd x 980,000 Where: Ao = Area of the de -watering hole, ft 2 A, = Surface area of the basin, ft 2 G = Coefficient of contraction, approximately 0.6 h = head of water above the hole, ft Perforating the riser with multiple holes with a combined surface area equal to Ao is acceptable. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at httns://www.txdot.-ov/inside-txdot/division/subnort/recycling/sueclist.html that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection December 18, 2020 Page 20 of 35 Attachment 4 Description of Best Management Practices (BMPs) Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections §332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at httns://www.compostin2council.or2/pa2e/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at https://www.compostingcouncil.org/page/SealofTestin2AssuranceSTA. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the December 18, 2020 Page 21 of 35 Attachment 4 Description of Best Management Practices (BMPs) perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at httDs://www.txdot.aov/inside-txdot/division/support/recvclina/s-Declist.html that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections §332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. December 18, 2020 Page 22 of 35 Attachment 4 Description of Best Management Practices (BMPs) TMECC information can be found at httDs://www.comDostin2council.ore/pa2e/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at htt,Ds://www.com-Dostin2council.ore/pate/Sealofrestin2AssuranceSTA. Installation: Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). • Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. December 18, 2020 Page 23 of 35 Attachment 4 Description of Best Management Practices (BMPs) POST -CONSTRUCTION TSS CONTROLS Retention/Irrigation Svstems Description: Retention/irrigation systems refer to the capture of runoff in a holding pond, then use of the captured water for irrigation of appropriate landscape areas. Retention/irrigation systems are characterized by the capture and disposal of runoff without direct release of captured flow to receiving streams. Retention systems exhibit excellent pollutant removal but can require regular, proper maintenance. Collection of roof runoff for subsequent use (rainwater harvesting) also qualifies as a retention/irrigation practice but should be operated and sized to provide adequate volume. This technology, which emphasizes beneficial use of stormwater runoff, is particularly appropriate for and regions because of increasing demands on water supplies for agricultural irrigation and urban water supply. Design Considerations: Retention/irrigation practices achieve 100% removal efficiency of total suspended solids contained within the volume of water captured. Design elements of retention/irrigation systems include runoff storage facility configuration and sizing, pump and wet well system components, basin lining, basin detention time, and physical and operational components of the irrigation system. Retention/irrigation systems are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for retention/irrigation systems include routine inspections, sediment removal, mowing, debris and litter removal, erosion control, and nuisance control. Extended Detention Basin Description: Extended detention facilities are basins that temporarily store a portion of stormwater runoff following a storm event. Extended detention basins are normally used to remove particulate pollutants and to reduce maximum runoff rates associated with development to their pre -development levels. The water quality benefits are the removal of sediment and buoyant materials. Furthermore, nutrients, heavy metals, toxic materials, and oxygen -demanding materials associated with the particles also are removed. The control of the maximum runoff rates serves to protect drainage channels below the device from erosion and to reduce downstream flooding. Although detention facilities designed for flood control have different design requirements than those used for water quality enhancement, it is possible to achieve these two objectives in a single facility. Design Considerations: Extended detention basins can remove approximately 75% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of extended detention basins include basin sizing, basin December 18, 2020 Page 24 of 35 Attachment 4 Description of Best Management Practices (BMPs) configuration, basin side slopes, basin lining, inlet/outlet structures, and erosion controls. Extended detention basins are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for extended detention basins include routine inspections, mowing, debris and litter removal, erosion control, structural repairs, nuisance control, and sediment removal. VYe etative Filter Strips Description: Filter strips, also known as vegetated buffer strips, are vegetated sections of land similar to grassy swales except they are essentially flat with low slopes and are designed only to accept runoff as overland sheet flow. They may appear in any vegetated form from grassland to forest, and are designed to intercept upstream flow, lower flow velocity, and spread water out as sheet flow. The dense vegetative cover facilitates conventional pollutant removal through detention, filtration by vegetation, and infiltration. Filter strips cannot treat high velocity flows, and do not provide enough storage or infiltration to effectively reduce peak discharges to predevelopment levels for design storms. This lack of quantity control favors use in rural or low -density development; however, they can provide water quality benefits even where the impervious cover is as high as 50%. The primary highway application for vegetative filter strips is along rural roadways where runoff that would otherwise discharge directly to a receiving water passes through the filter strip before entering a conveyance system. Properly designed roadway medians and shoulders make effective buffer strips. These devices also can be used on other types of development where land is available and hydraulic conditions are appropriate. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips. Although an inexpensive control measure, they are most useful in contributing watershed areas where peak runoff velocities are low as they are unable to treat the high flow velocities typically associated with high impervious cover. Successful performance of filter strips relies heavily on maintaining shallow unconcentrated flow. To avoid flow channelization and maintain performance, a filter strip should: • Be equipped with a level spreading device for even distribution of runoff • Contain dense vegetation with a mix of erosion resistant, soil binding species • Be graded to a uniform, even and relatively low slope December 18, 2020 Page 25 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Laterally traverse the contributing runoff area Filter strips can be used upgradient from watercourses, wetlands, or other water bodies along toes and tops of slopes and at outlets of other stormwater management structures. They should be incorporated into street drainage and master drainage planning. The most important criteria for selection and use of this BMP are soils, space, and slope. Design Considerations: Vegetative filter strips can remove approximately 85% of the total suspended solids contained within the volume of runoff captured. Design elements of vegetative filter strips include uniform, shallow overland flow across the entire filter strip area, hydraulic loading rate, inlet structures, slope, and vegetative cover. The area should be free of gullies or rills which can concentrate flow. Vegetative filter strips are appropriate for small drainage areas with moderate slopes. Other design elements include the following: • Soils and moisture are adequate to grow relatively dense vegetative stands • Sufficient space is available • Slope is less than 12% • Comparable performance to more expensive structural controls Maintenance Requirements: Maintenance requirements for vegetative filter strips include pest management, seasonal mowing and lawn care, routine inspections, debris and litter removal, sediment removal, and grass reseeding and mulching. Constructed Wetlands Description: Constructed wetlands provide physical, chemical, and biological water quality treatment of stormwater runoff. Physical treatment occurs as a result of decreasing flow velocities in the wetland, and is present in the form of evaporation, sedimentation, adsorption, and/or filtration. Chemical processes include chelation, precipitation, and chemical adsorption. Biological processes include decomposition, plant uptake and removal of nutrients, plus biological transformation and degradation. Hydrology is one of the most influential factors in pollutant removal due to its effects on sedimentation, aeration, biological transformation, and adsorption onto bottom sediments. The wetland should be designed such that a minimum amount of maintenance is required. The natural surroundings, including such things as the potential energy of a stream or flooding river, should be utilized as much as possible. The wetland should approximate a natural situation and unnatural attributes, such as rectangular shape or December 18, 2020 Page 26 of 35 Attachment 4 Description of Best Management Practices (BMPs) rigid channel, should be avoided. Site considerations should include the water table depth, soil/substrate, and space requirements. Because the wetland must have a source of flow, it is desirable that the water table is at or near the surface. If runoff is the only source of inflow for the wetland, the water level often fluctuates, and establishment of vegetation may be difficult. The soil or substrate of an artificial wetland should be loose loam to clay. A perennial baseflow must be present to sustain the artificial wetland. The presence of organic material is often helpful in increasing pollutant removal and retention. A greater amount of space is required for a wetland system than is required for a detention facility treating the same amount of area. Design Considerations: Constructed wetlands can remove over 90% of the total suspended solids contained within the volume of runoff captured in the wetland. Design elements of constructed wetlands include wetland sizing, wetland configuration, sediment forebay, vegetation, outflow structure, depth of inundation during storm events, depth of micro pools, and aeration. Constructed wetlands are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for constructed wetlands include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, harvesting, and maintenance of water levels. Wet Basins Description: Wet basins are runoff control facilities that maintain a permanent wet pool and a standing crop of emergent littoral vegetation. These facilities may vary in appearance from natural ponds to enlarged, bermed (manmade) sections of drainage systems and may function as online or offline facilities, although offline configuration is preferable. Offline designs can prevent scour and other damage to the wet pond and minimize costly outflow structure elements needed to accommodate extreme runoff events. During storm events, runoff inflows displace part or all of the existing basin volume and are retained and treated in the facility until the next storm event. The pollutant removal mechanisms are settling of solids, wetland plant uptake, and microbial degradation. When the wet basin is adequately sized, pollutant removal performance can be excellent, especially for the dissolved fraction. Wet basins also help provide erosion protection for the receiving channel by limiting peak flows during larger storm events. Wet basins are often perceived as a positive aesthetic element in a community and offer significant opportunity for creative pond configuration and landscape design. Participation of an experienced wetland designer is suggested. A significant potential drawback for wet ponds in and climates is that the contributing watershed for these facilities is often incapable of providing an adequate water supply to December 18, 2020 Page 27 of 35 Attachment 4 Description of Best Management Practices (BMPs) maintain the permanent pool, especially during the summer months. Makeup water (i.e., well water or municipal drinking water) is sometimes used to supplement the rainfall/runoff process, especially for wet basin facilities treating watersheds that generate insufficient runoff. Design Considerations: Wet basins can remove over 90% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of wet basins include basin sizing, basin configuration, basin side slopes, sediment forebay, inflow and outflow structures, vegetation, depth of permanent pool, aeration, and erosion control. Wet basins are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for wet basins include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, and harvesting. Grassv Swales Descripton: Grassy swales are vegetated channels that convey stormwater and remove pollutants by filtration through grass and infiltration through soil. They require shallow slopes and soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the swale and improve pollutant removal rates. Grassy swales are primarily stormwater conveyance systems. They can provide sufficient control under light to moderate runoff conditions, but their ability to control large storms is limited. Therefore, they are most applicable in low to moderate sloped areas or along highway medians as an alternative to ditches and curb and gutter drainage. Their performance diminishes sharply in highly urbanized settings, and they are generally not effective enough to receive construction stage runoff where high sediment loads can overwhelm the system. Grassy swales can be used as a pretreatment measure for other downstream BMPs, such as extended detention basins. Enhanced grassy swales utilize check dams and wide depressions to increase runoff storage and promote greater settling of pollutants. Grassy swales can be more aesthetically pleasing than concrete or rock -lined drainage systems and are generally less expensive to construct and maintain. Swales can slightly reduce impervious area and reduce the pollutant accumulation and delivery associated with curbs and gutters. The disadvantages of this technique include the possibility of erosion and channelization over time, and the need for more right-of-way as compared to a storm drain system. When properly constructed, inspected, and maintained, the life expectancy of a Swale is estimated to be 20 years. December 18, 2020 Page 28 of 35 Attachment 4 Description of Best Management Practices (BMPs) Design Considerations: • Comparable performance to wet basins • Limited to treating a few acres • Availability of water during dry periods to maintain vegetation • Sufficient available land area The suitability of a swale at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the swale system. In general, swales can be used to serve areas of less than 10 acres, with slopes no greater than 5 %. The seasonal high water table should be at least 4 feet below the surface. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Maintenance Requirements: Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant. Therefore, irrigation is not required to maintain growth during dry periods but may be necessary only to prevent the vegetation from dying. Vegetation Lined Drainage Ditches Description: Vegetation lined drainage ditches are similar to grassy swales. These drainage ditches are vegetated channels that convey storm water and remove pollutants by filtration through grass and infiltration through soil. They require soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the ditch and improve pollutant removal rates. Vegetation lined drainage ditches are primarily storm water conveyance systems. They have vegetation lined in the low flow channel and may include vegetated shelves. Vegetation in drainage ditches reduces erosion and removes pollutants by lowering water velocity over the soil surface, binding soil particles with roots, and by filtration through grass and infiltration through soil. Vegetation lined drainage ditches can be used where: • A vegetative lining can provide sufficient stability for the channel grade by increasing maximum permissible velocity • Slopes are generally less than 5%, with protection from sheer stress as needed through the use of BMPs, such as erosion control blankets December 18, 2020 Page 29 of 35 Attachment 4 Description of Best Management Practices (BMPs) Site conditions required to establish vegetation, i.e. climate, soils, topography, are present Design Criteria: The suitability of a vegetation lined drainage ditch at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the ditch system. The hydraulic capacity of the drainage ditch and other elements such as erosion, siltation, and pollutant removal capability, must be taken into consideration. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Other items to consider include the following: • Capacity, cross-section shape, side slopes, and grade • Select appropriate native vegetation • Construct in stable, low areas to conform with the natural drainage system. To reduce erosion potential, design the channel to avoid sharp bends and steep grades. • Design and build drainage ditches with appropriate scour and erosion protection. Surface water should be able to enter over the vegetated banks without erosion occurring. • BMPs, such as erosion control blankets, may need to be installed at the time of seeding to provide stability until the vegetation is fully established. It may also be necessary to divert water from the channel until vegetation is established or to line the channel with sod. • Vegetated ditches must not be subject to sedimentation from disturbed areas. • Sediment traps may be needed at channel inlets to prevent entry of muddy runoff and channel sedimentation. Availability of water during dry periods to maintain vegetation • Sufficient available land area Maintenance: During establishment, vegetation lined drainage ditches should be inspected, repaired, and vegetation reestablished if necessary. After the vegetation has become established, the ditch should be checked periodically to determine if the channel is December 18, 2020 Page 30 of 35 Attachment 4 Description of Best Management Practices (BMPs) withstanding flow velocities without damage. Check the ditch for debris, scour, or erosion and immediately make repairs if needed. Check the channel outlet and all road crossings for bank stability and evidence of piping or scour holes and make repairs immediately. Remove all significant sediment accumulations to maintain the designed carrying capacity. Keep the vegetation in a healthy condition at all times, since it is the primary erosion protection for the channel. Vegetation lined drainage ditches should be seasonally maintained by mowing or irrigating, depending on the vegetation selected. The long-term management of ditches as stable, vegetated, "natural" drainage systems with native vegetation buffers is highly recommended due to the inherent stability offered by grasses, shrubs, trees, and other vegetation. Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant. Therefore, irrigation is not required to maintain growth during dry periods but may be necessary only to prevent the vegetation from dying. Sand Filter Svstems Description: The objective of sand filters is to remove sediment and the pollutants from the first flush of pavement and impervious area runoff. The filtration of nutrients, organics, and coliform bacteria is enhanced by a mat of bacterial slime that develops during normal operations. One of the main advantages of sand filters is their adaptability; they can be used on areas with thin soils, high evaporation rates, low -soil infiltration rates, in limited -space areas, and where groundwater is to be protected. Since their original inception in Austin, Texas, hundreds of intermittent sand filters have been implemented to treat stormwater runoff. There have been numerous alterations or variations in the original design as engineers in other jurisdictions have improved and adapted the technology to meet their specific requirements. Major types include the Austin Sand Filter, the District of Columbia Underground Sand Filter, the Alexandria Dry Vault Sand Filter, the Delaware Sand Filter, and peat -sand filters which are adapted to provide a sorption layer and vegetative cover to various sand filter designs. Design Considerations: • Appropriate for space -limited areas • Applicable in and climates where wet basins and constructed wetlands are not appropriate • High TSS removal efficiency December 18, 2020 Page 31 of 35 Attachment 4 Description of Best Management Practices (BMPs) Cost Considerations: Filtration Systems may require less land than some other BMPs, reducing the land acquisition cost; however the structure itself is one of the more expensive BMPs. In addition, maintenance cost can be substantial. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT=s construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at httDs://www.txdot.izov/inside-txdot/division/suDDort/recvcliniz/SDeclist.html that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections '332.71 Sampling and Analysis Requirements for Final Products and '332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product=s specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and December 18, 2020 Page 32 of 35 Attachment 4 Description of Best Management Practices (BMPs) to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at httDs://www.com-Dostinacouncil.or2/page/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at httDS://www.compostinLcouncil.orLY/Daize/SealofestingAssuranceSTA. Installation: Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT=s construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at December 18, 2020 Page 33 of 35 Attachment 4 Description of Best Management Practices (BMPs) httDs://www.txdot.2ovlinside-txdot/division/supportlrecvclin�--/sDeclist.html that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections '332.71 Sampling and Analysis Requirements for Final Products and '332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product=s specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at httDs://www.comDostin2council.orL/DaLe/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at httDs://www.comDostin2council.ore/Da2e/Sealoff estinLyAssuranceSTA. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. December 18, 2020 Page 34 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. Sedimentation Chambers (only to be used when there is no space available for other approved BMP's) Description: Sedimentation chambers are stormwater treatment structures that can be used when space is limited such as urban settings. These structures are often tied into stormwater drainage systems for treatment of stormwater prior to entering state waters. The water quality benefits are the removal of sediment and buoyant materials. These structures are not designed as a catch basin or detention basin and not typically used for floodwater attenuation. Design Considerations: Average rainfall and surface area should be considered when following manufacturer's recommendations for chamber sizing and/or number of units needed to achieve effective TSS removal. If properly sized, 50-80% removal of TSS can be expected. Maintenance Requirements: Maintenance requirements include routine inspections, sediment, debris and litter removal, erosion control and nuisance control. December 18, 2020 Page 35 of 35 CHRISTI CRADDICK, CHAIRMAN DANNY SORRELLS RYAN SITTON, COMMISSIONER WAYNE CHRISTIAN, COMMISSIONER ASSISTANT EXECUTIVE DIRECTOR DIRECTOR, OIL AND GAS DIVISION nn", LESLIE SAVAGE, P.G. CHIEF GEOLOGIST RAILROAD COMMISSION OF TEXAS OIL AND GAS DIVISION December 18, 2020 Colonel Timothy R. Vail Galveston District U.S. Army Corps of Engineers P.O. Box 1229 Galveston, Texas 77553-1229 Re: 2020 USACE Nationwide Permits Reissuance NPWs 2, 3, 6, 7, 8, 12, 14, 16, 18, 19, 20, 25, 38, 43, 46, D and E Dear Colonel Vail: This letter is in response to your letter dated October 19, 2020, requesting Clean Water Act Section 401 certification of the United States Army Corps of Engineers (USACE) Nationwide Permits (NWPs), notification of which was published in the September 15, 2020, issue of the Federal Register (85 FR 57298). Regional conditions for NWPs in Texas were proposed in public notices on September 30, 2020 and October 1, 2020. Texas Natural Resources Code, §91.101, and Texas Water Code, §26.131, grant the RRC jurisdiction for water quality certifications for federal permits covering activities associated with the exploration, development, and production, including pipeline transportation, of oil, gas or geothermal resources that may result in discharges to waters of the United States. No person may conduct any activity subject to RRC jurisdiction pursuant to a USACE permit if that activity may result in a discharge into to waters of the United States within the boundaries of the State of Texas, unless the RRC has first issued a certification or waiver of certification under 16 Texas Administrative Code §3.93 (Rule 93). Although the RRC is responsible for water quality certification of activities under the jurisdiction of the RRC, the Texas Commission on Environmental Quality (TCEQ) establishes the Texas Water Quality Standards. This certification is limited to those activities under the jurisdiction of the RRC. For all other activities, the TCEQ will issue the certification as provided in Texas Water Code §26.131. This office has reviewed the following proposed NWPs: 2 (Structures in Artificial Canals), 3 (Maintenance), 6 (Survey Activities), 7 (Outfall Structures and Associated Intake Structures), 8 (Oil and Gas Structures on the Outer Continental Shelf), 12 (Utility Line Activities), 14 (Linear Transportation Projects), 16 (Return Water From Upland Contained Disposal Areas), 18 (Minor Discharges), 19 (Minor Dredging), 20 (Oil Spill Cleanup), 25 (Structural Discharges), 38 (Cleanup of Hazardous and Toxic Waste), 43 (Stormwater Management Facilities), 46 Colonel Timothy R. Vail 2020 USACE Nationwide Permits Reissuance December 18, 2020 (Discharges in Ditches), D (Utility Line Activities for Water and Other Substances), and E (Water Reclamation and Reuse Facilities). Based on our evaluation of the information contained in these documents, the RRC certifies that the activities authorized by NWPs 2, 8, 20, and E should not result in a violation of Texas Surface Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to 16 Texas Administrative Code (TAC) §3.93. The RRC conditionally certifies that the activities authorized by NWPs 3, 6, 7, 12, 14, 16, 18, 19, 25, 38, 43, 46, and D should not result in a violation of Texas Surface Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to 16 TAC §3.93. Conditions for each NWP are defined in Attachment 1, in accordance with Texas Water Code, §26.003 and 30 TAC §307.5(a), which establish the antidegradation policy. The antidegradation policy and implementation procedures apply to actions regulated under state and federal authority that would increase pollution of the water in the state, including federal permits relating to the discharge of fill or dredged material under Federal Clean Water Act, §404. Conditions for NWPs 6, 7, 12, 14, 16, 18, 19, 25, 38, 43, 46, and D: Certification of these NWPs is conditioned on inclusion of a prohibition on the use of these NWPs in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District. Impacts to rare and ecologically significant coastal dune swales, mangrove marshes, and Columbia bottomlands, would not be considered minimal. Wetland water quality functions as defined in the Texas Surface Water Quality Standards (30 TAC §307) are attributes of wetlands that protect and maintain the quality of water in the state, which include stormwater storage and retention and the moderation of extreme water level fluctuations; shoreline protection against erosion through the dissipation of wave energy and water velocity, and anchoring of sediments; habitat for aquatic life; and removal, transformation, and retention of nutrients and toxic substances. No discharge can be certified if there is a practicable alternative to the proposed discharge that would have less adverse impact on the aquatic ecosystem, so long as the alternative does not have other more significant adverse environmental consequences. Condition for NWP 12 and NWP D: Certification on NWP 12 and NWP D is conditioned on a prohibition on mechanized land clearing in forested wetlands. Wetland water quality functions as defined in the Texas Surface Water Quality Standards (30 TAC §307) are attributes of wetlands that protect and maintain the quality of water in the state, which include stormwater storage and retention and the moderation of extreme water level fluctuations; shoreline protection against erosion through the dissipation of wave energy and water velocity, and anchoring of sediments; habitat for aquatic life; and removal, transformation, and retention of nutrients and toxic substances. No discharge can be certified if there is a practicable alternative to the proposed discharge that would have less adverse impact on the aquatic ecosystem, so long as the alternative does not have other more significant adverse environmental consequences. Condition for NWP 16: Certification of NWP 16 is conditioned on inclusion of a limit of 300 mg/L total suspended solids (TSS) concentration on the return water from upland contained dredged material disposal areas. This limit is promulgated as an effluent limit under Title 40 of Colonel Timothy R. Vail 2020 USACE Nationwide Permits Reissuance December 18, 2020 the Code of Federal Regulations. The requirement has also been included in individual 404 permits. The RRC is conditionally certifying NWP General Condition #12 Soil Erosion and Sediment Controls, and General Condition #25 Water Quality. The conditions address three categories of water quality management with specific recommendations for Best Management Practices (BMPs) for each category intended to enhance the water quality protection. A list of recommended BMPs is included as Attachment 2. The BMPs identified in Attachment 2 are in accordance with the Texas Water Code, §26.003 and the antidegradation policy and implementation procedures in 30 TAC §307.5(a), which apply to actions regulated under state and federal authority that would increase pollution of the water in the state, including federal permits relating to the discharge of fill or dredged material under Federal Clean Water Act, §404. Attachment 3 is provided as a reference for all NWPs. A detailed description of the BMPs is provided in Attachment 4. These BMPs should be included for the protection of waters in the state specific to each NWP as part of the regional conditions for Texas. The conditions identified in Attachment 3 and 4 are in accordance with the Texas Water Code, §26.003 and the antidegradation policy and implementation procedures in 30 TAC §307.5(a), which apply to actions regulated under state and federal authority that would increase pollution of the water in the state, including federal permits relating to the discharge of fill or dredged material under Federal Clean Water Act, §404. USACE is proposing to remove the 300 linear foot limit for NWP 43 and quantify impacts to streams using a'/2-acre limit. Removal of the 300 linear foot limit would also remove the waiver requirement for proposed impacts to streams greater than 300 linear feet. The RRC is concerned about the potential adverse impact to state aquatic resources of the proposed removal of the 300 linear foot limit on stream bed losses. Removing the stream loss limit would mean that stream losses associated with activities covered by this NWP would only be limited by the existing 1/2 - acre limit on overall impacts to waters of the U.S., which could significantly affect state stream resources by allowing upwards of several thousand linear feet of stream impacts under these permits, depending on the dimensions of the streams being impacted. The RRC conditionally certifies this NWP with a cap of 1,500 linear feet on the stream length impacted based on the amount of stream impacts considered minimal by the state. The greater than minimal loss of stream length would result in significant loss of aquatic habitat and degradation of water quality per the state's Antidegradation Policy (30 TAC §307.4(i)) for aquatic life uses and habitat, where vegetative and physical components of the aquatic environment must be maintained or mitigated to protect aquatic life uses. Certification of General Condition 23 Mitigation is conditioned to require USACE to copy RRC on any written notification of a mitigation waiver so that RRC may fulfill its responsibility to ensure water of the state is appropriately protected by understanding the impact of waivers being granted in Texas. By letter dated November 14, 2020, the Texas Parks and Wildlife Department (TPWC) provided substantive recommendations. TPWD commented that the proposal to replace the 300 linear Colonel Timothy R. Vail 2020 USACE Nationwide Permits Reissuance December 18, 2020 foot limit with a half -acre limit would greatly increase the amount of stream subject to impact without PCN and the length of stream allowed to be impacted under a NWP. TPWD recommended that Regional Condition 10 be revised to include resource agency coordination for any proposed discharges into mangrove forests or coastal dune swales. TPWD recommended new Regional Conditions for NWP 3, 6, and 12 include PCN for activities that include general conditions for aquatic life movement, shellfish beds, adverse effects from impoundments, endangered species, designated critical resource waters and notice of fish, shellfish, and other aquatic resource mortality events as it related to the general conditions. The General Conditions cover many of these concerns. In addition, a new regional condition should prohibit use of NWP 12 for discharges into Critical Resource Water (CRW) (GEMS, State Coastal Preserves, Sanctuaries, state Scientific areas, and Ecologically Significant Stream Segments, and Texas protected Mussel Sanctuaries; as well as state designated areas for known mussel habitat and known occurrences of state -and/or federally - listed freshwater mussels species) and their adjacent wetlands. Discharges of dredged or fill material into waters of the U.S. are not authorized by NWP 12 for any activity within, or directly affecting, Designated Critical Resource Waters, including wetlands adjacent to such waters (General Condition 22). PCN is required for NWPs 3 for any activity proposed by permittees in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after she or he determines that the impacts to the critical resource waters will be no more than minimal (General Condition 22). N addition, USACE advised by letter dated December 11, 2020, that USACE may designate, after notice and opportunity for public comment, additional waters having particular environmental or ecological significance. Although the process for designating the requested areas as CRWs was initiated, it has not been completed. The RRC reserves the right to modify this certification should it be determined that significant cumulative or secondary impacts are occurring as a result of the activities authorized by the USACE under these NPWs. The RRC has reviewed this proposed action for consistency with the Texas Coastal Management Plan (TCMP) goals and policies, in accordance with the regulations of the TCMP, and has found that the proposed action will have direct and significant adverse effect on any coastal natural resource area identified in the applicable policies, but has determined that the proposed action is consistent with the applicable goals and policies of the TCMP. This consistency determination is conditioned on inclusion in the NWPs of the conditions discussed above, as well as the following conditions: Under General Condition 18 (Endangered Species), no activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify the critical habitat of such species. However, the General Condition does not include such a prohibition on activity that could jeopardize the continued existence of a threatened or 4 Colonel Timothy R. Vail 2020 USACE Nationwide Permits Reissuance December 18, 2020 endangered species or a species proposed for such designation, as identified by the State of Texas. USACE should coordinated with Texas Parks and Wildlife for all discharges, work, dredging activities, or dewatering activities proposed in non -tidal waters in which state and/or federal listed freshwater mussel species are known to occur and/or are within one of the 18 listed Texas protected mussel sanctuaries. If you require further assistance, please contact me at 512-463-7308 or by email at Leslie. sava2e(&,ffc.texas. 2ov. Regards, Leslie Savage, Chief Geologist Oil and Gas Division Railroad Commission of Texas Ccs: (Via Electronic mail) Mr. Stephen Brooks, Branch Chief, U.S. Army Corp of Engineers, Regulatory Branch, Fort Worth Branch Chief, U.S. Army Corps of Engineers, Albuquerque District Regulatory Branch Chief, U.S. Army Corps of Engineers, Regulatory Branch, Tulsa Regulatory Branch Chief, U.S. Army Corps of Engineers, El Paso Regulatory Office Ms. Leslie Koza, Texas Parks and Wildlife Ms. Allison Buchtien, Texas General Land Office via e-mail Attachment 1 Conditions of Section 401 Certification for Nationwide Permits and General Conditions General Condition 12 (Soil Erosion and Sediment Controls) Erosion control and sediment control BMPs described in Attachment 2 are required with the use of this general condition. If the applicant does not choose one of the BMPs listed in Attachment 2, an individual 401 certification is required. General Condition 25 (Water Oualitv) Post -construction total suspended solids (TSS) BMPs described in Attachment 2 are required with the use of this general condition. If the applicant does not choose one of the BMP's listed in Attachment 2, an individual 401 certification is required. General Condition 23 (Mitigation) The USACE will copy the RRC on all mitigation waivers sent to applicants. NWP 43 The USACE will copy the RRC on all written approvals of waivers for impacts to ephemeral, intermittent or perennial streams. NWPs 2, 3, 6, 7, 8, 12, 14, 16, 18, 19, 20, 25, 38, 43, and 46 These NWPs are not authorized for use in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District, Texas. NWP 3 (Maintenance) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 6 (Survev Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 7 (Outfall Structures and Associated Intake Structures) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 12 (Utility Line Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Postconstruction TSS controls under General Condition 25 are required. NWP 14 (Linear Transportation Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Postconstruction TSS controls under General Condition 2 5 are required. NWP 16 (Return Water From Upland Contained Disposal Areas) Effluent from an upland contained disposal area shall not exceed a TSS concentration of 300 mg/L unless a site -specific TSS limit, or a site specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ. NWP 18 (Minor Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. Postconstruction TSS controls under General Condition 2 5 are required. NWP 19 (Minor Dred2in2) Soil Erosion: and Sediment Controls under General Condition 12 are required. NWP 25 (Structural Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 38 (Cleanup of Hazardous and Toxic Waste) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 43 (Stormwater Management Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 46 (Discharges in Ditches) Soil Erosion and Sediment Controls under General Condition 12 are required. Attachment 2 401 Water Oualitv Certification Best Manauement Practices (BMPs) for Nationwide Permits I. Erosion Control Disturbed areas must be stabilized to prevent the introduction of sediment to adjacent wetlands or water bodies during wet weather conditions (erosion). At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 14, 18, 19, 25, 38, 43, and 46. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. o Temporary Vegetation o Mulch o Interceptor Swale o Erosion Control Compost o Compost Filter Socks II. Sedimentation Control o Blankets/Matting o Sod o Diversion Dike o Mulch Filter Socks Prior to project initiation, the project area must be isolated from adjacent wetlands and water bodies by the use of BMPs to confine sediment. Dredged material shall be placed in such a manner that prevents sediment runoff into water in the state, including wetlands. Water bodies can be isolated by the use of one or more of the required BMPs identified for sedimentation control. These BMP's must be maintained and remain in place until the dredged material is stabilized. At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 14, 18, 19, 25, 38, 43, and 46. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. o Sand Bag Berm o Rock Berm o Silt Fence o Triangular Filter Dike o Stone Outlet Sediment Traps o Erosion Control Compost o Compost Filter Socks III. Post -Construction TSS Control o Hay Bale Dike o Brush Berms o Sediment Basins o Mulch Filter Socks After construction has been completed and the site is stabilized, total suspended solids (TSS) loadings shall be controlled by at least one of the following BMPs for NWPs 12, 14, and 18. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. o Retention/Irrigation Systems o Constructed Wetlands o Extended Detention Basin o Wet Basins o Vegetative Filter Strips o Vegetation lined drainage ditches o Grassy Swales o Sand Filter Systems o Erosion Control Compost o Mulch Filter Socks o Compost Filter Socks o Sedimentation Chambers* * Only to be used when there is no space available for other approved BMPs. IV. NWP 16: Return Water from Upland Contained Disposal Areas Effluent from an upland contained disposal area shall not exceed a TSS concentration of 300 mg/L unless a site -specific TSS limit, or a site specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ. V. All NWPs except NWP 3 These NWPs are not authorized for use in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District, Texas. Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Control Sediment Post Control Construction TSS 2 Structures in Artificial Canals 3 Maintenance X X 6 Survey Activities Trenching X X 7 Outfall Structures and X X Associated Intake Structures 8 Oil and Gas Structures on the X X Outer Continental Shelf 12 Utility Line Activities X X 14 Liner Transportation Projects X X 16 Return Water From Upland Contained Disposal Areas 18 Minor Discharges X X 19 Minor Dredging X X 20 Response Operations for Oil and Hazardous Substances 25 Structural Discharges X X 38 Cleanup o Hazardous and X X Toxic Waste 43 Stormwater Management X X Facilities 46 Discharges in Ditches X X X X M Attachment 4 EROSION CONTROL BMPs Temvorary Vegetation Description: Vegetation can be used as a temporary or permanent stabilization technique for areas disturbed by construction. Vegetation effectively reduces erosion in swales, stockpiles, berms, mild to medium slopes, and along roadways. Other techniques such as matting, mulches, and grading may be required to assist in the establishment of vegetation. Materials: • The type of temporary vegetation used on a site is a function of the season and the availability of water for irrigation. • Temporary vegetation should be selected appropriately for the area. • County agricultural extension agents are a good source for suggestions for temporary vegetation. • All seed should be high quality, U.S. Dept. of Agriculture certified seed. Installation: • Grading must be completed prior to seeding. • Slopes should be minimized. • Erosion control structures should be installed. • Seedbeds should be well pulverized, loose, and uniform. • Fertilizers should be applied at appropriate rates. • Seeding rates should be applied as recommended by the county agricultural extension agent. • The seed should be applied uniformly. • Steep slopes should be covered with appropriate soil stabilization matting. Blankets and Matting Description: Blankets and matting material can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are in channels, interceptor swales, diversion dikes, short, steep slopes, and on tidal or stream banks. Materials: The Texas Department of Transportation (TxDOT) has defined the critical performance factors for these types of products and has established minimum performance standards which must be met for any product seeking to be approved for use within any of TxDOT's construction or maintenance activities. The products that have been approved by TxDOT are also appropriate for general construction site stabilization. TxDOT maintains a web site at http://www.txdot.aov/business/doing business/product_ evaluation/erosioncontrol.htm, which is updated as new products are evaluated. Installation: • Install in accordance with the manufacturer's recommendations. • Proper anchoring of the material. • Prepare a friable seed bed relatively free from clods, rocks and any foreign material. • Fertilize and seed in accordance with seeding or other type of planting plan. 2020 USACE Nationwide Permits Erosion Control BMPs • Erosion stops should extend beyond the channel liner to full design cross-section of the channel. • A uniform trench perpendicular to line of flow may be dug with a spade or a mechanical trencher. • Erosion stops should be deep enough to penetrate solid material or below level of ruling in sandy soils. • Erosion stop mats should be wide enough to allow turnover at bottom of trench for stapling, while maintaining the top edge flush with channel surface. Mulch Description: Mulching is the process of applying a material to the exposed soil surface to protect it from erosive forces and to conserve soil moisture until plants can become established. When seeding critical sites, sites with adverse soil conditions or seeding on other than optimum seeding dates, mulch material should be applied immediately after seeding. Seeding during optimum seeding dates and with favorable soils and site conditions will not need to be mulched. Materials: • Mulch may be small grain straw which should be applied uniformly. • On slopes 15 percent or greater, a binding chemical must be applied to the surface. • Wood -fiber or paper -fiber mulch may be applied by hydroseeding. • Mulch nettings may be used. • Wood chips may be used where appropriate. Installation: Mulch anchoring should be accomplished immediately after mulch placement. This may be done by one of the following methods: peg and twine, mulch netting, mulch anchoring tool, or liquid mulch binders. Description: Sod is appropriate for disturbed areas which require immediate vegetative covers, or where sodding is preferred to other means of grass establishment. Locations particularly suited to stabilization with sod are waterways carrying intermittent flow, areas around drop inlets or in grassed swales, and residential or commercial lawns where quick use or aesthetics are factors. Sod is composed of living plants and those plants must receive adequate care to provide vegetative stabilization on a disturbed area. Materials: • Sod should be machine cut at a uniform soil thickness. • Pieces of sod should be cut to the supplier's standard width and length. • Torn or uneven pads are not acceptable. • Sections of sod should be strong enough to support their own weight and retain their size and shape when suspended from a firm grasp. • Sod should be harvested, delivered, and installed within a period of 36 hours. Installation: • Areas to be sodded should be brought to final grade. • The surface should be cleared of all trash and debris. 2 2020 USACE Nationwide Permits Erosion Control BMPs • Fertilize according to soil tests. • Fertilizer should be worked into the soil. • Sod should not be cut or laid in excessively wet or dry weather. • Sod should not be laid on soil surfaces that are frozen. • During periods of high temperature, the soil should be lightly irrigated. • The first row of sod should be laid in a straight line with subsequent rows placed parallel to and butting tightly against each other. • Lateral joints should be staggered to promote more uniform growth and strength. • Wherever erosion may be a problem, sod should be laid with staggered joints and secured. • Sod should be installed with the length perpendicular to the slope (on the contour). • Sod should be rolled or tamped. • Sod should be irrigated to a sufficient depth. • Watering should be performed as often as necessary to maintain soil moisture. • The first mowing should not be attempted until the sod is firmly rooted. • Not more than one third of the grass leaf should be removed at any one cutting. Interceptor Swale Interceptor swales are used to shorten the length of exposed slope by intercepting runoff, prevent off -site runoff from entering the disturbed area, and prevent sediment -laden runoff from leaving a disturbed site. They may have a v-shape or be trapezoidal with a flat bottom and side slopes of 3:1 or flatter. The outflow from a swale should be directed to a stabilized outlet or sediment trapping device. The swales should remain in place until the disturbed area is permanently stabilized. Materials: • Stabilization should consist of a layer of crushed stone three inches thick, riprap or high velocity erosion control mats. • Stone stabilization should be used when grades exceed 2% or velocities exceed 6 feet per second. • Stabilization should extend across the bottom of the swale and up both sides of the channel to a minimum height of three inches above the design water surface elevation based on a 2-year, 24- hour storm. Installation: • An interceptor swale should be installed across exposed slopes during construction and should intercept no more than 5 acres of runoff. • All earth removed and not needed in construction should be disposed of in an approved spoils site so that it will not interfere with the functioning of the swale or contribute to siltation in other areas of the site. • All trees, brush, stumps, obstructions and other material should be removed and disposed of so as not to interfere with the proper functioning of the swale. • Swales should have a maximum depth of 1.5 feet with side slopes of 3:1 or flatter. Swales should have positive drainage for the entire length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. Stabilization should be crushed stone placed in a layer of at least 3 inches thick or may be high velocity erosion control matting. Check dams are also 2020 USACE Nationwide Permits Erosion Control BMPs recommended to reduce velocities in the swales possibly reducing the amount of stabilization necessary. • Minimum compaction for the swale should be 90% standard proctor density. Diversion Dikes A temporary diversion dike is a barrier created by the placement of an earthen embankment to reroute the flow of runoff to an erosion control device or away from an open, easily erodible area. A diversion dike intercepts runoff from small upland areas and diverts it away from exposed slopes to a stabilized outlet, such as a rock berm, sandbag berm, or stone outlet structure. These controls can be used on the perimeter of the site to prevent runoff from entering the construction area. Dikes are generally used for the duration of construction to intercept and reroute runoff from disturbed areas to prevent excessive erosion until permanent drainage features are installed and/or slopes are stabilized. Materials: • Stone stabilization (required for velocities in excess of 6 fps) should consist of riprap placed in a layer at least 3 inches thick and should extend a minimum height of 3 inches above the design water surface up the existing slope and the upstream face of the dike. • Geotextile fabric should be a non -woven polypropylene fabric designed specifically for use as a soil filtration media with an approximate weight of 6 oz./yd2, a Mullen burst rating of 140 psi, and having an equivalent opening size (EOS) greater than a #50 sieve. Installation: • Diversion dikes should be installed prior to, and maintained for the duration of, construction and should intercept no more than 10 acres of runoff. • Dikes should have a minimum top width of 2 feet and a minimum height of compacted fill of 18 inches measured form the top of the existing ground at the upslope toe to top of the dike and have side slopes of 3:1 or flatter. • The soil for the dike should be placed in lifts of 8 inches or less and be compacted to 95 % standard proctor density . • The channel, which is formed by the dike, must have positive drainage for its entire length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. In situations where velocities do not exceed 6 feet per second, vegetation may be used to control erosion. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal 4 2020 USACE Nationwide Permits Erosion Control BMPs Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at httn://tmecc.orR/sta/STA mo2ram descrit)tion.html. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 5 2020 USACE Nationwide Permits Erosion Control BMPs 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (ST A) program contains information regarding compost ST A certification. STA program information can be found at httr)://tmecc.oriz/sta/STA nro2ram description.html. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. SEDIMENT CONTROL BMPS Sand Bat Berm Description: The purpose of a sandbag berm is to detain sediment carried in runoff from disturbed areas by intercepting runoff and causing it to pool behind the sand bag berm. Sediment carried in the runoff is deposited on the upstream side of the sand bag berm due to the reduced flow velocity. Excess runoff volumes are allowed to flow over the top of the sand bag berm. Sand bag berms are used only during construction activities in streambeds when the contributing drainage area is between 5 and 10 acres and the slope is less than 15%, i.e., pipeline construction in channels, temporary channel crossing for construction equipment, etc. Plastic facing should be installed on the upstream side and the berm should be anchored to the streambed by drilling into the rock and driving in T-posts or rebar (#5 or #6) spaced appropriately. Materials: • The sand bag material should be polypropylene, polyethylene, polyamide or cotton burlap woven fabric, minimum unit weight 4 oz/yd 2, mullen burst strength exceeding 300 psi and ultraviolet stability exceeding 70%. • The bag length should be 24 to 30 inches, width should be 16 to 18 inches and thickness should be 6 to 8 inches. 0 2020 USACE Nationwide Permits Erosion Control BMPs • Sandbags should be filled with coarse grade sand and free from deleterious material. All sand should pass through a No. 10 sieve. The filled bag should have an approximate weight of 40 pounds. • Outlet pipe should be schedule 40 or stronger polyvinyl chloride (PVC) having a nominal internal diameter of 4 inches. Installation: • The berm should be a minimum height of 18 inches, measured from the top of the existing ground at the upslope toe to the top of the berm. • The berm should be sized as shown in the plans but should have a minimum width of 48 inches measured at the bottom of the berm and 16 inches measured at the top of the berm. • Runoff water should flow over the tops of the sandbags or through 4-inch diameter PVC pipes embedded below the top layer of bags. • When a sandbag is filled with material, the open end of the sandbag should be stapled or tied with nylon or poly cord. • Sandbags should be stacked in at least three rows abutting each other, and in staggered arrangement. • The base of the berm should have at least 3 sandbags. These can be reduced to 2 and 1 bag in the second and third_ rows respectively. • For each additional 6 inches of height, an additional sandbag must be added to each row width. • A bypass pump -around system, or similar alternative, should be used on conjunction with the berm for effective dewatering of the work area. Silt Fence Description: A silt fence is a barrier consisting of geotextile fabric supported by metal posts to prevent soil and sediment loss from a site. Silt fences can be highly effective at controlling sediment from disturbed areas by causing runoff to pond, allowing heavier solids to settle. The purpose of a silt fence is to intercept and detain water -borne sediment from unprotected areas of a limited extent. Silt fence is used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. This fence should remain in place until the disturbed area is permanently stabilized. Silt fence should not be used where there is a concentration of water in a channel or drainage way. If concentrated flow occurs after installation, corrective action must be taken such as placing a rock berm in the areas of concentrated flow. Silt fencing within the site may be temporarily moved during the day to allow construction activity provided it is replaced and properly anchored to the ground at the end of the day. Silt fences on the perimeter of the site or around drainage ways should not be moved at any time. Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, Mullen burst strength exceeding 190 lb/in 2, ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. • Fence posts should be made of hot rolled steel, at least 4 feet long with Tee or Y-bar cross section, surface painted or galvanized, minimum nominal weight 1.25 lb/ft 2, and Brindell hardness exceeding 140. 7 2020 USACE Nationwide Permits Erosion Control BMPs • Woven wire backing to support the fabric should be galvanized 2-inch x 4-inch welded wire, 12 gauge minimum. Installation: • Steel posts, which support the silt fence, should be installed on a slight angle toward the anticipated runoff source. Post must be embedded a minimum of 1 foot deep and spaced not more than 8 feet on center. Where water concentrates, the maximum spacing should be 6 feet. • Lay out fencing down -slope of disturbed area, following the contour as closely as possible. The fence should be sited so that the maximum drainage area is * acre/100 feet of fence. • The toe of the silt fence should be trenched in with a spade or mechanical trencher so that the down -slope face of the trench is flat and perpendicular to the line of flow. Where fence cannot be trenched in, weight fabric flap with 3 inches of pea gravel on uphill side to prevent flow from seeping under fence. • The trench must be a minimum of 6 inches deep and 6 inches wide to allow for the silt fence fabric to be laid in the ground and backfilled with compacted material. • Silt fence should be securely fastened to each steel support post or to woven wire attached to the steel fence post. There should be a 3-foot overlap, securely fastened where ends of fabric meet. Triangular Sediment Filter Dike Description: The purpose of a triangular sediment filter dike is to intercept and detain water- borne sediment from unprotected areas of limited extent. The triangular sediment filter dike is used where there is no concentration of water in a channel or other drainage way above the barrier and the contributing drainage area is less than one acre. If the uphill slope above the dike exceeds 10%, the length of the slope above the dike should be less than 50 feet. If concentrated flow occurs after installation, corrective action should be taken such as placing rock berm in the areas of concentrated flow. This measure is effective on paved areas where installation of silt fence is not possible or where vehicle access must be maintained. The advantage of these controls is the ease with which they can be moved to allow vehicle traffic and then reinstalled to maintain sediment. Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, Mullen burst strength exceeding 190 lb/in 2 , ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. • The dike structure should be 6 gauge 6-ing x 6-inch wire mesh folded into triangular form being eighteen (18) inches on each side. Installation: • The frame of the triangular sediment filter dike should be constructed of 6-inch x 6-inch, 6 gauge welded wire mesh, 18 inches per side, and wrapped with geotextile fabric the same composition as that used for silt fences. • Filter material should lap over ends 6 inches to cover dike to dike junction; each junction should be secured by shoat rings. 8 2020 USACE Nationwide Permits Erosion Control BMPs • Position dike parallel to the contours, with the end of each section closely abutting the adjacent sections. • There are several options for fastening the filter dike to the ground. The fabric skirt may be toed -in with 6 inches of compacted material, or 12 inches of the fabric skirt should extend uphill and be secured with a minimum of 3 inches of open graded rock, or with staples or nails. If these two options are not feasible the dike structure may be trenched in 4 inches. • Triangular sediment filter dikes should be installed across exposed slopes during construction with ends of the dike tied into existing grades to prevent failure and should intercept no more than one acre of runoff. • When moved to allow vehicular access, the dikes should be reinstalled as soon as possible, but always at the end of the workday. Rock Berm Description: The purpose of a rock berm is to serve as a check dam in areas of concentrated flow, to intercept sediment -laden runoff, detain the sediment and release the water in sheet flow. The rock berm should be used when the contributing drainage area is less than 5 acres. Rock berms are used in areas where the volume of runoff is too great for a silt fence to contain. They are less effective for sediment removal than silt fences, particularly for fine particles, but can withstand higher flows than a silt fence. As such, rock berms are often used in areas of channel flows. Rock berms are most effective at reducing bed load in channels and should not be substituted for other erosion and sediment control measures further up the watershed. Materials: • The berm structure should be secured with a woven wire sheathing having maximum opening of one inch and a minimum wire diameter of 20 gauge galvanized and should be secured with shoat rings. • Clean, open graded 3- to 5-inch diameter rock should be used, except in areas where high velocities or large volumes of flow are expected, where 5- to 8-inch diameter rocks may be used. Installation: • Lay out the woven wire sheathing perpendicular to the flow line. The sheathing should be 20 gauge woven wire mesh with 1 inch openings. • Berm should have a top width of 2 feet minimum with side slopes being 2:1 (H:V) or flatter. • Place the rock along the sheathing to a height not less than 18 inches. • Wrap the wire sheathing around the rock and secure with tie wire so that the ends of the sheathing overlap at least 2 inches, and the berm retains its shape when walked upon. • Berm should be built along the contour at zero percent grade or as near as possible. • The ends of the berm should be tied into existing upslope grade and the berm should be buried in a trench approximately 3 to 4 inches deep to prevent failure of the control. Hav Bale Dike Description: The purpose of a hay or straw bale dike is to intercept and detain small amounts of sediment -laden runoff from relatively small unprotected areas. Straw bales are to be used when it is not feasible to install other, more effective measures or when the construction phase is expected to last less than 3 months. Straw bales should not be used on areas where rock or other hard surfaces prevent the full and uniform anchoring of the barrier. 0 2020 USACE Nationwide Permits Erosion Control BMPs Materials: Straw: The best quality straw mulch comes from wheat, oats or barley and should be free of weed and grass seed which may not be desired vegetation for the area to be protected. Straw mulch is light and therefore must be properly anchored to the ground. Hay: This is very similar to straw with the exception that it is made of grasses and weeds and not grain stems. This form of mulch is very inexpensive and is widely available but does introduce weed and grass seed to the area. Like straw, hay is light and must be anchored. • Straw bales should weigh a minimum of 50 pounds and should be at least 30 inches long. • Bales should be composed entirely of vegetable matter and be free of seeds. • Binding should be either wire or nylon string, jute or cotton binding is unacceptable. Bales should be used for not more than two months before being replaced. Installation: • Bales should be embedded a minimum of 4 inches and securely anchored using 2-inch x 2-inch wood stakes or 3/8-inch diameter rebar driven through the bales into the ground a minimum of 6 inches. • Bales are to be placed directly adjacent to one another leaving no gap between them. • All bales should be placed on the contour. • The first stake in each bale should be angled toward the previously laid bale to force the bales together. Brush Berms Organic litter and spoil material from site clearing operations is usually burned or hauled away to be dumped elsewhere. Much of this material can be used effectively on the construction site. The key to constructing an efficient brush berm is in the method used to obtain and place the brush. It will not be acceptable to simply take a bulldozer and push whole trees into a pile as this does not assure continuous ground contact with the berm and will allow uncontrolled flows under the berm. Brush berms may be used where there is little or no concentration of water in a channel or other drainage way above the berm. The size of the drainage area should be no greater than one- fourth of an acre per 100 feet of barrier length; the maximum slope length behind the barrier should not exceed 100 feet; and the maximum slope gradient behind the barrier should be less than 50% (2:1). Materials: • The brush should consist of woody brush and branches, preferably less than 2 inches in diameter. • The filter fabric should conform to the specifications for filter fence fabric. • The rope should be 1/4 - inch polypropylene or nylon rope. • The anchors should be 3/8-inch diameter rebar stakes that are 18-inches long. Installation: • Lay out the brush berm following the contour as closely as possible. 10 2020 USACE Nationwide Permits Erosion Control BMPs • The juniper limbs should be cut and hand placed with the vegetated part of the limb in close contact with the ground. Each subsequent branch should overlap the previous branch providing a shingle effect. • The brush berm should be constructed in lifts with each layer extending the entire length of the berm before the next layer is started. • A trench should be excavated 6-inches wide and 4-inches deep along the length of the barrier and immediately uphill from the barrier. • The filter fabric should be cut into lengths sufficient to lay across the barrier from its up -slope base to just beyond its peak. The lengths of filter fabric should be draped across the width of the barrier with the uphill edge placed in the trench and the edges of adjacent pieces overlapping each other. Where joints are necessary, the fabric should be spliced together with a minimum 6- inch overlap and securely sealed. • The trench should be backfilled and the soil compacted over the filter fabric. • Set stakes into the ground along the downhill edge of the brush barrier, and anchor the fabric by tying rope from the fabric to the stakes. Drive the rope anchors into the ground at approximately a 45-degree angle to the ground on 6-foot centers. • Fasten the rope to the anchors and tighten berm securely to the ground with a minimum tension of 50 pounds. • The height of the brush berm should be a minimum of 24 inches after the securing ropes have been tightened. Stone Outlet Sediment Traps A stone outlet sediment trap is an impoundment created by the placement of an earthen and stone embankment to prevent soil and sediment loss from a site. The purpose of a sediment trap is to intercept sediment -laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment trap from sedimentation. A sediment trap is usually installed at points of discharge from disturbed areas. The drainage area for a sediment trap is recommended to be less than 5 acres. Larger areas should be treated using a sediment basin. A sediment trap differs from a sediment basin mainly in the type of discharge structure. The trap should be located to obtain the maximum storage benefit from the terrain, for ease of clean out and disposal of the trapped sediment and to minimize interference with construction activities. The volume of the trap should be at least 3600 cubic feet per acre of drainage area. Materials: • All aggregate should be at least 3 inches in diameter and should not exceed a volume of 0. 5 cubic foot. • The geotextile fabric specification should be woven polypropylene, polyethylene or polyamide geotextile, minimum unit weight of 4.5 oz/yd 2, mullen burst strength at least 2 50 lb/in 2, ultraviolet stability exceeding 70%, and equivalent opening size exceeding 40. Installation: • Earth Embankment: Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95% standard proctor density. Do not place material on 11 2020 USACE Nationwide Permits Erosion Control BMPs surfaces that are muddy or frozen. Side slopes for the embankment are to be 3: 1. The minimum width of the embankment should be 3 feet. • A gap is to be left in the embankment in the location where the natural confluence of runoff crosses the embankment line. The gap is to have a width in feet equal to 6 times the drainage area in acres. • Geotextile Covered Rock Core: A core of filter stone having a minimum height of 1.5 feet and a minimum width at the base of 3 feet should be placed across the opening of the earth embankment and should be covered by geotextile fabric which should extend a minimum distance of 2 feet in either direction from the base of the filter stone core. • Filter Stone Embankment: Filter stone should be placed over the geotextile and is to have a side slope which matches that of the earth embankment of 3:1 and should cover the geotextile/rock core a minimum of 6 inches when installation is complete. The crest of the outlet should be at least 1 foot below the top of the embankment. Sediment Basins: The purpose of a sediment basin is to intercept sediment -laden runoff and trap the sediment to protect drainage ways, properties and rights of way below the sediment basin from sedimentation. A sediment basin is usually installed at points of discharge from disturbed areas. The drainage area for a sediment basin is recommended to be less than 100 acres. Sediment basins. are effective for capturing and slowly releasing the runoff from larger disturbed areas thereby allowing sedimentation to take place. A sediment basin can be created where a permanent pond BMP is being constructed. Guidelines for construction of the permanent BMP should be followed, but revegetation, placement of underdrain piping, and installation of sand or other filter media should not be carried out until the site construction phase is complete. Materials: • Riser should be corrugated metal or reinforced concrete pipe or box and should have watertight fittings or end to end connections of sections. • An outlet pipe of corrugated metal or reinforced concrete should be attached to the riser and should have positive flow to a stabilized outlet on the downstream side of the embankment. • An anti -vortex device and rubbish screen should be attached to the top of the riser and should be made of polyvinyl chloride or corrugated metal. Basin Design and Construction: • For common drainage locations that serve an area with ten or more acres disturbed at one time, a sediment basin should provide storage for a volume of runoff from a two-year, 24-hour storm from each disturbed acre drained. • The basin length to width ratio should be at least 2:1 to improve trapping efficiency. The shape may be attained by excavation or the use of baffles. The lengths should be measured at the elevation of the riser de -watering hole. • Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95% standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment should be 3:1 (H:V). 12 2020 USACE Nationwide Permits Erosion Control BMPs • An emergency spillway should be installed adjacent to the embankment on undisturbed soil and should be sized to carry the full amount of flow generated by a 10-year, 3-hour storm with 1 foot of freeboard less the amount which can be carried by the principal outlet control device. • The emergency spillway should be lined with riprap as should the swale leading from the spillway to the normal watercourse at the base of the embankment. • The principal outlet control device should consist of a rigid vertically oriented pipe or box of corrugated metal or reinforced concrete. Attached to this structure should be a horizontal pipe, which should extend through the embankment to the toe of fill to provide a de -watering outlet for the basin. • An anti -vortex device should be attached to the inlet portion of the principal outlet control device to serve as a rubbish screen. • A concrete base should be used to anchor the principal outlet control device and should be sized to provide a safety factor of 1.5 (downward forces= 1.5 buoyant forces). • The basin should include a permanent stake to indicate the sediment level in the pool and marked to indicate when the sediment occupies 50% of the basin volume (not the top of the stake). • The top of the riser pipe should remain open and be guarded with a trash rack and anti -vortex device. The top of the riser should be 12 inches below the elevation of the emergency spillway. The riser should be sized to convey the runoff from the 2-year, 3-hour storm when the water surface is at the emergency spillway elevation. For basins with no spillway the riser must be sized to convey the runoff from the 10-yr, 3-hour storm. • Anti -seep collars should be included when soil conditions or length of service make piping through the backfill a possibility. • The 48-hour drawdown time will be achieved by using a riser pipe perforated at the point measured from the bottom of the riser pipe equal to 1/2 the volume of the basin. This is the maximum sediment storage elevation. The size of the perforation may be calculated as follows: Ao = As x 2h Cd x 980,000 Where: As = Area of the de -watering hole, ft 2 Ao = Surface area of the basin, ft 2 Cd = Coefficient of contraction, approximately 0.6 h = head of water above the hole, ft Perforating the riser with nultiple holes in a combined surface area equal to Ao is acceptable. 13 2020 USACE Nationwide Permits Erosion Control BMPs Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: ECC used for projects not related to TxDOT should be of quality materials by meeting performance standards and compost specification data. Products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at httD://tmecc.ora/sta/STA program description.html. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. 14 2020 USACE Nationwide Permits Erosion Control BMPs Materials: Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (ST A) program contains information regarding compost STA certification. STA program information can be found at httr)://tmecc.oriz/sta/STA nro2ram description.html. Installation: • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. POST -CONSTRUCTION TSS CONTROLS Retention/Irriation Svstems Description: Retention/irrigation systems refer to the capture of runoff in a holding pond, then use of the captured water for irrigation of appropriate landscape areas. Retention/irrigation systems are characterized by the capture and disposal of runoff without direct release of captured flow to receiving streams. Retention systems exhibit excellent pollutant removal but require regular, proper maintenance. Design Considerations: Retention/irrigation practices achieve 100% removal efficiency of total suspended solids contained within the volume of water captured. Design elements of 15 2020 USACE Nationwide Permits Erosion Control BMPs retention/irrigation systems include runoff storage facility configuration and sizing, pump and wet well system components, basin lining, basin detention time, and physical and operational components of the irrigation system. Retention/irrigation systems are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for retention/irrigation systems include routine inspections, sediment removal, mowing, debris and litter removal, erosion control, and nuisance control. Extended Detention Basin Description: Extended detention facilities are basins that temporarily store a portion of stormwater runoff following a storm event. Extended detention basins are normally used to remove particulate pollutants and to reduce maximum runoff rates associated with development to their pre -development levels. The water quality benefits are the removal of sediment and buoyant materials. Furthermore, nutrients, heavy metals, toxic materials, and oxygen -demanding materials associated with the particles also are removed. The control of the maximum runoff rates serves to protect drainage channels below the device from erosion and to reduce downstream flooding. Design Considerations: Extended detention basins can remove approximately 75% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of extended detention basins include basin sizing, basin configuration, basin side slopes, basin lining, inlet/outlet structures, and erosion controls. Extended detention basins are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for extended detention basins include routine inspections, mowing, debris and litter removal, erosion control, structural repairs, nuisance control, and sediment removal. Vegetative Filter Strips Description: Filter strips, also known as vegetated buffer strips, are vegetated sections of land similar to grassy swales except they are essentially flat with low slopes, and are designed only to accept runoff as overland sheet flow. They may appear in any vegetated form from grassland to forest, and are designed to intercept upstream flow, lower flow velocity, and spread water out as sheet flow. The dense vegetative cover facilitates conventional pollutant removal through detention, filtration by vegetation, and infiltration. Filter strips cannot treat high velocity flows, and do not provide enough storage or infiltration to effectively reduce peak discharges to predevelopment levels for design storms. This lack of quantity control favors use in rural or low - density development; however, they can provide water quality benefits even where the impervious cover is as high as 50%. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips. Although an inexpensive control measure, they are most useful in contributing watershed areas where peak runoff velocities are low as they are unable to treat the high flow 16 2020 USACE Nationwide Permits Erosion Control BMPs velocities typically associated with high impervious cover. Successful performance of filter strips relies heavily on maintaining shallow unconcentrated flow. To avoid flow channelization and maintain performance, a filter strip should: • Be equipped with a level spreading device for even distribution of runoff • Contain dense vegetation with a mix of erosion resistant, soil binding species • Be graded to a uniform, even and relatively low slope • Laterally traverse the contributing runoff area Filter strips can be used upgradient from watercourses, wetlands, or other water bodies along toes and tops of slopes and at outlets of other stormwater management structures. They should be incorporated into street drainage and master drainage planning. The most important criteria for selection and use of this BMP are soils, space, and slope. Design Considerations: Vegetative filter strips can remove approximately 85% of the total suspended solids contained within the volume of runoff captured. Design elements of vegetative filter strips include uniform, shallow overland flow across the entire filter strip area, hydraulic loading rate, inlet structures, slope, and vegetative cover. The area should be free of gullies or rills which can concentrate flow. Vegetative filter strips are appropriate for small drainage areas with moderate slopes. Other design elements include the following: • Soils and moisture are adequate to grow relatively dense vegetative stands • Sufficient space is available • Slope is less than 12% • Comparable performance to more expensive structural controls Maintenance Requirements: Maintenance requirements for vegetative filter strips include pest management, seasonal mowing and lawn care, routine inspections, debris and litter removal, sediment removal, and grass reseeding and mulching. Constructed Wetlands Description: Constructed wetlands provide physical, chemical, and biological water quality treatment of stormwater runoff. Physical treatment occurs as a result of decreasing flow velocities in the wetland, and is present in the form of evaporation, sedimentation, adsorption, and/or filtration. Chemical processes include chelation, precipitation, and chemical adsorption. Biological processes include decomposition, plant uptake and removal of nutrients, plus biological transformation and degradation. Hydrology is one of the most influential factors in pollutant removal due to its effects on sedimentation, aeration, biological transformation, and adsorption onto bottom sediments. The wetland should be designed such that a minimum amount of maintenance is required. The natural surroundings, including such things as the potential energy of a stream or flooding river, should be utilized as much as possible. The wetland should approximate a natural situation and unnatural attributes, such as rectangular shape or rigid channel, should be avoided. Site considerations should include the water table depth, soil/substrate, and space requirements. Because the wetland must have a source of flow, it is desirable that the water table is at or near the surface. If runoff is the only source of inflow for the wetland, the water level often fluctuates and establishment of vegetation may be difficult. The soil or substrate of an artificial wetland 17 2020 USACE Nationwide Permits Erosion Control BMPs should be loose loam to clay. A perennial baseflow must be present to sustain the artificial wetland. The presence of organic material is often helpful in increasing pollutant removal and retention. A greater amount of space is required for a wetland system than is required for a detention facility treating the same amount of area. Design Considerations: Constructed wetlands can remove over 90% of the total suspended solids contained within the volume of runoff captured in the wetland. Design elements of constructed wetlands include wetland sizing, wetland configuration, sediment forebay, vegetation, outflow structure, depth of inundation during storm events, depth of micropools, and aeration. Constructed wetlands are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for constructed wetlands include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, harvesting, and maintenance of water levels. Wet Basins Description: Wet basins are runoff control facilities that maintain a permanent wet pool and a standing crop of emergent littoral vegetation. These facilities may vary in appearance from natural ponds to enlarged, bermed (manmade) sections of drainage systems and may function as online or offline facilities, although offline configuration is preferable. Offline designs can prevent scour and other damage to the wet pond and minimize costly outflow structure elements needed to accommodate extreme runoff events. During storm events, runoff inflows displace part or all of the existing basin volume and are retained and treated in the facility until the next storm event. The pollutant removal mechanisms are settling of solids, wetland plant uptake, and microbial degradation. When the wet basin is adequately sized, pollutant removal performance can be excellent, especially for the dissolved fraction. Wet basins also help provide erosion protection for the receiving channel by limiting peak flows during larger storm events. Wet basins are often perceived as a positive aesthetic element in a community and off er significant opportunity for creative pond configuration and landscape design. Participation of an experienced wetland designer is suggested. A significant potential drawback for wet ponds in and climates is that the contributing watershed for these facilities is often incapable of providing an adequate water supply to maintain the permanent pool, especially during the summer months. Makeup water (i.e., well water or municipal drinking water) is sometimes used to supplement the rainfall/runoff process, especially for wet basin facilities treating watersheds that generate insufficient runoff. Design Considerations: Wet basins can remove over 90% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of wet basins include basin sizing, basin configuration, basin side slopes, sediment forebay, inflow and outflow structures, vegetation, depth of permanent pool, aeration, and erosion control. Wet basins are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for wet basins include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, and harvesting. 18 2020 USACE Nationwide Permits Erosion Control BMPs Grassv Swales Grassy swales are vegetated channels that convey stormwater and remove pollutants by filtration through grass and infiltration through soil. They require shallow slopes and soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the Swale and improve pollutant removal rates. Grassy swales are primarily stormwater conveyance systems. They can provide sufficient control under light to moderate runoff conditions, but their ability to control large storms is limited. Therefore, they are most applicable in low to moderate sloped areas or along highway medians as an alternative to ditches and curb and gutter drainage. Their performance diminishes sharply in highly urbanized settings, and they are generally not effective enough to receive construction stage runoff where high sediment loads can overwhelm the system. Grassy swales can be used as a pretreatment measure for other downstream BMPs, such as extended detention basins. Enhanced grassy swales use check dams and wide depressions to increase runoff storage and promote greater settling of pollutants. Grassy swales can be more aesthetically pleasing than concrete or rock -lined drainage systems and are generally less expensive to construct and maintain. Swales can slightly reduce impervious area and reduce the pollutant accumulation and delivery associated with curbs and gutters. The disadvantages of this technique include the possibility of erosion and channelization over time, and the need for more right-of-way as compared to a storm drain system. When properly constructed, inspected, and maintained, the life expectancy of a swale is estimated to be 20 years. Design Considerations: • Comparable performance to wet basins • Limited to treating a few acres • Availability of water during dry periods to maintain vegetation • Sufficient available land area The suitability of a swale at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the swale system. In general, swales can be used to serve areas of less than 10 acres, with slopes no greater than 5 %. The seasonal high water table should be at least 4 feet below the surface. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Maintenance Requirements: Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant. Therefore, irrigation is not required to maintain growth during dry periods, but may be necessary only to prevent the vegetation from dying. Vegetation Lined Drainage Ditches Vegetation lined drainage ditches are similar to grassy swales. These drainage ditches are vegetated channels that convey storm water and remove pollutants by filtration through grass and infiltration through soil. They require soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the ditch and improve pollutant 19 2020 USACE Nationwide Permits Erosion Control BMPs removal rates. Vegetation lined drainage ditches are primarily storm water conveyance systems. They have vegetation lined in the low flow channel and may include vegetated shelves. Vegetation in drainage ditches reduces erosion and removes pollutants by lowering water velocity over the soil surface, binding soil particles with roots, and by filtration through grass and infiltration through soil. Vegetation lined drainage ditches can be used where: • A vegetative lining can provide sufficient stability for the channel grade by increasing maximum permissible velocity • Slopes are generally less than 5%, with protection from sheer stress as needed through the use of BMPs, such as erosion control blankets • Site conditions required to establish vegetation, i.e. climate, soils, topography, are present Design Criteria: The suitability of a vegetation lined drainage ditch at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the ditch system. The hydraulic capacity of the drainage ditch and other elements such as erosion, siltation, and pollutant removal capability, must be taken into consideration. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Other items to consider include the following: • Capacity, cross-section shape, side slopes, and grade • Select appropriate native vegetation • Construct in stable, low areas to conform with the natural drainage system. To reduce erosion potential, design the channel to avoid sharp bends and steep grades. • Design and build drainage ditches with appropriate scour and erosion protection. Surface water should be able to enter over the vegetated banks without erosion occurring. • BMPs, such as erosion control blankets, may need to be installed at the time of seeding to provide stability until the vegetation is fully established. It may also be necessary to divert water from the channel until vegetation is established or to line the channel with sod. • Vegetated ditches must not be subject to sedimentation from disturbed areas. • Sediment traps may be needed at channel inlets to prevent entry of muddy runoff and channel sedimentation. • Availability of water during dry periods to maintain vegetation • Sufficient available land area Maintenance: During establishment, vegetation lined drainage ditches should be inspected, repaired, and vegetation reestablished if necessary. After the vegetation has become established, the ditch should be checked periodically to determine if the channel is withstanding flow velocities without damage. Check the ditch for debris, scour, or erosion and immediately make repairs if needed. Check the channel outlet and all road crossings for bank stability and evidence of piping or scour holes and make repairs immediately. Remove all significant sediment accumulations to maintain the designed carrying capacity. Keep the vegetation in a healthy condition at all times, since it is the primary erosion protection for the channel. Vegetation lined drainage ditches should be seasonally maintained by mowing or irrigating, depending on the vegetation selected. The long-term management of ditches as stable, vegetated, "natural" drainage systems with native vegetation buffers is highly recommended due to the inherent stability offered by grasses, shrubs, trees, and other vegetation. 20 2020 USACE Nationwide Permits Erosion Control BMPs Sand Filter Svstems The objective of sand filters is to remove sediment and the pollutants from the first flush of pavement and impervious area runoff. The filtration of nutrients, organics, and coliform bacteria is enhanced by a mat of bacterial slime that develops during normal operations. One of the main advantages of sand filters is their adaptability; they can be used on areas with thin soils, high evaporation rates, low -soil infiltration rates, in limited -space areas, and where groundwater is to be protected. There have been numerous alterations or variations in the original design as engineers in other jurisdictions have improved and adapted the technology to meet their specific requirements. Major types include the Austin Sand Filter, the District of Columbia Underground Sand Filter, the Alexandria Dry Vault Sand Filter, the Delaware Sand Filter, and peat -sand filters which are adapted to provide a sorption layer and vegetative cover to various sand filter designs. Design Considerations: • Appropriate for space -limited areas • Applicable in and climates where wet basins and constructed wetlands are not appropriate • High TSS removal efficiency Cost Considerations: Filtration Systems may require less land than some other BMPs, reducing the land acquisition cost; however the structure itself is one of the more expensive BMPs. In addition, maintenance cost can be substantial. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, 21 2020 USACE Nationwide Permits Erosion Control BMPs safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost ST A certification. STA program information can be found at httD://tmecc.ora/sta/STA program description.html. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product.es specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program 22 2020 USACE Nationwide Permits Erosion Control BMPs contains information regarding compost STA certification. STA program information can be found at httr)://tmecc.or2/sta/STA program description.html. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. Sedimentation Chambers (only to be used when there is no space available for other approved BMP's) Description: Sedimentation chambers are stormwater treatment structures that can be used when space is limited such as urban settings. These structures are often tied into stormwater drainage systems for treatment of stormwater prior to entering state waters. The water quality benefits are the removal of sediment and buoyant materials. These structures are not designed as a catch basin or detention basin and not typically used for floodwater attenuation. Design Considerations: Average rainfall and surface area should be considered when following manufacturer's recommendations for chamber sizing and/or number of units needed to achieve effective TSS removal. If properly sized, 50-80% removal of TSS can be expected. Maintenance Requirements: Maintenance requirements include routine inspections, sediment, debris and litter removal, erosion control and nuisance control. 23 J�\\ti4 S�ATFUNITED STATES ENVIRONMENTAL PROTECTION AGENCY s REGION 6 �m Yz 1201 ELM STREET, SUITE 500 a Q DALLAS, TEXAS 75270 a yrA( PROS�G December 14, 2020 Joe McMahan Chief, Regulatory Division Galveston District, U.S. Army Corps of Engineers 2000 Fort Point Road Galveston, TX 77550 RE: Clean Water Act Section 401 Water Quality Certification for the 2020 U.S. Army Corps of Engineers Section 404 Nationwide Permits Reissuance, on behalf of Indian tribes that have not received Treatment in a Similar Manner as a State for Section 401 in EPA Region 6. Dear Mr. McMahan: This water quality certification (WQC) applies to any potential point source discharges from potential projects authorized under the proposed reissuance of the following U.S. Corps of Engineers (Corps) Nationwide Permits (NWPs) into waters of the United States that occur within tribal boundaries within the State of Texas: NWP 3, 4, 5, 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 20, 21, 22, 23, 25, 27, 29, 30, 31, 32, 33, 34, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 48, 49, 50, 51, 52, 53, 54, C, D and E. The Corps is not requesting certification for 11 NWPs: 1, 2, 8, 9, 10, 11, 24, 28, 35, A, and B. Section 401(a)(1) of the Clean Water Act (CWA) requires applicants for Federal permits and licenses that may result in discharges into waters of the United States to obtain certification that potential discharges will comply with applicable provisions of the CWA, including Sections 301, 302, 303, 306 and 307. Where no state agency or tribe has authority to give such certification, the U.S. Environmental Protection Agency (EPA) is the certifying authority. In this case, Ysleta del Sur Pueblo, Alabama -Coushatta Tribe of Texas, and Kickapoo Traditional Tribe of Texas do not have the authority to provide CWA Section 401 certification for discharges occurring within the boundaries of the aforementioned tribal lands, therefore, EPA Region 6 is making the certification decisions for discharges that may result from the potential projects authorized under the proposed Corps CWA 404 NWPs. This letter is being directed to Galveston District, which is the lead regulatory program for NWP reissuance in Texas; the Albuquerque, Fort Worth, Galveston, and Tulsa Districts are also represented. Consistent with the EPA Policy on Consultation and Coordination with Indian Tribes, EPA Region 6 circulated a letter dated September 18, 2020 offering to consult with tribes on the certification process and invite their participation. Reissuance of NWPs Description The Corps is proposing to re -issue its existing NWPs and associated general conditions and definitions, with some modifications. The Corps states that it is "proposing these modifications to simplify and clarify the NWPs, reduce burdens on the regulated public, and continue to comply with the statutory requirement that these NWPs authorize only activities with no more than minimal individual and cumulative adverse environmental effects." 85 FR 57298. For more details: httos://www.usace. armv.millMissions/Civil-WorksIReaulatorv-Pro Aram-and-Permits/Nationwide- Permits/. General Information The general information provided in this section does not constitute a certification condition(s). Project proponents for potential projects authorized under the NWPs are responsible for obtaining all other permits, licenses, and certifications that may be required by federal, state, or tribal authorities. Project proponents for potential projects authorized under the NWPs should conduct all work in such a manner as to comply with all Corps Section 404 permit conditions. Copies of the Corps permit including this certification should be kept on the job site and readily available to the public for reference. Project proponents for potential projects authorized under the NWPs should retain this certification in their files with the applicable NWPs as documentation of EPA's certification decisions for the above - referenced proposed NWPs. This certification is specifically associated with the proposed NWPs described above and expires when those NWPs expire, five years from Corps issuance date. During project planning, EPA highly recommends the project proponent notify the appropriate tribal environmental office of the project details and location. Certification Determination Grant (121.7(c)): On behalf of Ysleta del Sur Pueblo, Alabama -Coushatta Tribe of Texas, and Kickapoo Traditional Tribe of Texas, CWA Section 401 certification, for the following proposed NWPs, is granted with no conditions. EPA Region 6 has determined that any discharge that could be authorized under the following proposed NWPs will comply with water quality requirements, as defined at 40 CFR 121.1(n). NWP 3, 4, 5, 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 20, 21, 22, 23, 25, 27, 29, 30, 31, 32, 33, 34, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 48, 49, 50, 51, 52, 53, 54, C, D, and E Thank you for your ongoing partnership in implementing the regulatory programs of the CWA. Should your office have any questions, please feel free to contact our staff. 1) Paul Kaspar at 214-665-7459, Kaspar.Paul(&epa.2ov; 2) Daniel Landeros at 214-665-8077, Landeros.Danielaepa.2ov. Sincerely, Charles W. Maguire Director Water Division Appendix F NATIONWIDE PERMIT REGIONAL CONDITIONS 2021-A NATIONWIDE PERMIT (NWP) REGIONAL CONDITIONS FOR US Army corps THE STATE OF TEXAS of Engineers :a The following regional conditions only apply within the Albuquerque District. 1. Dredge and Fill Activities in Intermittent and Perennial Streams, and Special Aquatic Sites: For all activities subject to regulation under the Clean Water Act Section 404 in intermittent and perennial streams, and special aquatic sites (including wetlands, riffle and pool complexes, and sanctuaries and refuges), Pre -Construction Notification (PCN) to the Albuquerque District Engineer is required in accordance with Nationwide Permit General Condition 32. 2. Suitable Fill. Use of broken concrete as fill or bank stabilization material is prohibited unless the applicant demonstrates that its use is the only practicable material (with respect to cost, existing technology, and logistics). Any applicant who wishes to use broken concrete as bank stabilization must provide notification to the Albuquerque District Engineer in accordance with Nationwide Permit General Condition 32 - PCN along with justification for such use. Use of broken concrete with rebar or used tires (loose or formed into bales) is prohibited in all waters of the United States. The following regional conditions apply within the Fort Worth District and Galveston District Boundaries: 3. Notification to the appropriate District Engineer in accordance with Nationwide Permit General Condition 32 - Pre -Construction Notification (PCN) is required for all activities proposed for authorization by any NWP into the below listed ecologically unique and sensitive areas located within waters of the United States. The Corps will coordinate with the resource agencies as specified in NWP General Condition 32(d)(3). a. Pitcher plant bogs ((Sarracenia spp.) and/or sundews (Drosera spp.) and/or Bald Cypress/Tupelo swamps ((Taxodium distichum) and/or water tupelo (Nyssa aquatica)). b. Karst Zones 1 and 2 located in Bexar, Travis and Williamson Counties (see httiDs://www.fws.qov/southwest/es/AustinTexas/Maps Data.html ). c. Caddo Lake and associated areas that are designated as "Wetland of International Importance" under the Ramsar Convention (see httr):Hcaddolakedata.us/media/145/1996caddolakeramsar.r)df or httiD://caddolakedata.us/media/144/1996caddo lake ram sar.ipq. ). d. Reaches of rivers (and their adjacent wetlands) that are included in the Nationwide Rivers Inventory (see httr)s://www.ni3s.aov/subiects/rivers/nationwide-rivers-inventorv.htm ). 4. For all activities proposed for authorization under any NWP at sites approved as compensatory mitigation sites (either permittee-responsible, mitigation bank and/or in - lieu fee) under Section 404 of the Clean Water Act and/or Section 10 of the Rivers and Harbors Act of 1899, the applicant shall notify the appropriate District Engineer in accordance with the Nationwide Permit General Condition 32 - PCN prior to commencing the activity. 1 2021-A NATIONWIDE PERMIT (NWP) REGIONAL CONDITIONS FOR US Army corps THE STATE OF TEXAS of Engineers :a The following regional conditions apply only within the Galveston District. 5. No NWP, except NWP 3, shall be used to authorize discharges into the habitat types or specific areas located within waters of the United States, listed in paragraphs a through c, below. The applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 - Pre -Construction Notification (PCN) prior to commencing the activity under NWP 3. a. Mangrove Marshes. For the purpose of this regional condition, Mangrove marshes are those waters of the United States that are dominated by mangroves (Avicennia spp., Laguncuaria spp., Conocarpus spp., and Rhizophora spp.). b. Coastal Dune Swales. For the purpose of this regional condition, coastal dune swales are wetlands and/or other waters of the United States located within the backshore and dune areas in the coastal zone of Texas. They are formed as depressions within and among multiple beach ridge barriers, dune complexes, or dune areas adjacent to beaches fronting tidal waters of the United States. c. Columbia Bottomlands. For the purpose of this regional condition, Columbia bottomlands must meet all of the following criteria: 1) wetlands and/or other waters of the United States, 2) currently dominated by bottomland hardwoods (Quercus spp.), and 3) located in the Lower Brazos and San Bernard River basins identified in the 1997 Memorandum of Agreement between the U.S. Environmental Protection Agency, U.S. Fish and Wildlife Service, Natural Resource Conservation Service, and Texas Parks and Wildlife Department for bottomland hardwoods in Brazoria County. (For further information, see_ http://www.swq.usace.armv.mil/Business-With- Us/Requlatorv/Permits/Nationwide-General-Permits/) 6. Nationwide Permit 12, 57, and 58 shall not be used to authorize all discharges within 500 feet of vegetated shallows and coral reefs; as defined by 40 CFR 230.43 and 230.44 respectively. Examples include, but are not limited to: seagrass beds, oyster reefs, and coral reefs. 7. For all activities proposed for authorization under Nationwide Permit 12, 57, or 58 that involve underground placement below a non -navigable tributary there shall a minimum cover of 48 inches of soil below the river and/or perennial stream thalweg. E 2021-A NATIONWIDE PERMIT (NWP) REGIONAL CONDITIONS FOR US Army Corps THE STATE OF TEXAS of Engineers 8. No NWPs, except NWPs 3, 16, 20, 22, 37, shall be used to authorize discharges, structures, and/or fill within the standard setback and high hazard zones of the Sabine - Neches Waterway as defined in the Standard Operating Procedure - Permit Setbacks along the Sabine -Neches Waterway. The applicant shall notify the Galveston District Engineer in accordance with NWP General Condition 32 - PCN for all discharge, structures and/or work in medium hazard zones and all NWP 3 applications within the standard setback and high hazard zones of the Sabine -Neches Waterway. 9. No NWP, except 20, 22, and 37, shall be used to authorize discharges, structures, and/or fill within the standard setback exemptions of the Gulf Intracoastal Waterway as defined in the Standard Operating Procedure- Department of the Army Permit Evaluation Setbacks along the Gulf Intracoastal Waterway. The applicant shall notify the Galveston District Engineer in accordance with NWP General Condition 32 — PCN for all discharges, structures and/or work within the standard setback, shoreward of the standard setback, and/or standard setback exemption zones. 10. All work in the San Jacinto Waste Pit (SWJP) Area of Concern (AOC), authorized under an NWP, requires a waiver from the Galveston District Engineer (DE). The applicant shall notify the DE in accordance with the NWP General Condition 32 - PCN. The PCN shall be used to review the project to determine if it will result in more than minimal effects to the region and does not lessen the restriction provided by any General Condition of the NWPs. The applicant must receive written approval, including a waiver, from the DE prior to starting work in jurisdictional areas. (For further information, see_ httiD://www.swq.usace.armv.mil/Business-With-Us/RequIatorv/Permits/Nationwide- General-Permits/) 3 Appendix G STATE WATER QUALITY CERTIFICATIONS UNDER SECTION 401 Jon Niermann, Chairman ��Q V E o� � Emily Lindley, Commissioner ry Bobby Janecka, Commissioner H Toby Baker, Executive Director TEXAS COMMISSION ON ENVIRONMENTAL QUALITY Protecting Texas by Reducing and Preventing Pollution December 18, 2020 Colonel Timothy R. Vail Galveston District U.S. Army Corps of Engineers P.O. Box 1229 Galveston, Texas 77553-1229 Re: 2020 USACE Nationwide Permits Reissuance Dear Colonel Vail: This letter is in response to your October 19, 2020, letter requesting Clean Water Act Section 401 certification of the United States Army Corps of Engineers (Corps) Nationwide Permits (NWPs). The Proposal to Reissue and Modify Nationwide Permits was published in the Federal Register (Vol. 85, No. 179, pages 57298-57395) on September 15, 2020. Regional conditions for NWPs in Texas were proposed in public notices on September 30, 2020 (Corps Galveston District) and October 1, 2020 (Corps Fort Worth District). The Texas Commission on Environmental Quality (TCEQ) has reviewed the Proposal to Reissue and Modify Nationwide Permits and the proposed regional conditions. On behalf of the Executive Director and based on our evaluation of the information contained in these documents, the TCEQ certifies that any discharge associated with the activities authorized by NWPs 1, 2, 4, 5, 8, 9, 10, 11, 20, 23, 24, 28, 34, 35, 48, A, and B will comply with water quality requirements as required by Section 401 of the Federal Clean Water Act and pursuant to Title 30, Texas Administrative Code (TAC), Chapter 279. The TCEQ conditionally certifies that any discharge associated with the activities authorized by NWPs 3, 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 49, 50, 51, 52, 53, 54, C, D, and E will comply with water quality requirements as required by Section 401 of the Federal Clean Water Act and pursuant to Title 30, Texas Administrative Code, Chapter 279. Conditions for each NWP are defined in Attachment 1 and more detail on specific conditions is given below, including information explaining why the condition is necessary for compliance with water quality requirements as well as the supporting regulatory authorizations. Colonel Timothy Vail U.S. Army Corps of Engineers USACE Nationwide Permits Page 2 The TCEQ understands that a prohibition against the use of NWPs (except for NWP 3) in coastal dune swales, mangrove marshes, and Columbia Bottomlands in the Galveston District is included in the Draft 2020 Nationwide Permit (NWP) Regional Conditions for the State of Texas (Regional Conditions). A prohibition of using NWPs (except for NWP 3) in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District is a condition of this TCEQ 401 certification. This condition is necessary to ensure compliance with water quality requirements because impacts to rare and ecologically significant aquatic resources such as coastal dune swales, mangrove marshes, and Columbia bottomlands would not be considered minimal but significant, and therefore would not meet the purpose of a nationwide permit to authorize activities that will result in no more than minimal adverse environmental effects. Furthermore, activities that would result in impacts to these unique resources are more appropriately authorized under an individual permit to ensure that unavoidable impacts are adequately minimized (30 TAC §279.11(c)(2)) and mitigated (30 TAC §279.11(c)(3) and 30 TAC §307.4(i)). The TCEQ wants to clarify the application of NWP 16 in Texas. NWP 16 should be limited to the return water from upland contained dredged material disposal areas. It is important to emphasize the intent for dredged material disposal. The TCEQ understands dredged material to be associated with navigational dredging activities, not commercial mining activities. To avoid confusion, the TCEQ requests that a regional condition be added or that the Corps commits to prohibiting the use of NWP 16 for activities that would be regulated under Standard Industrial Classification (SIC) codes 1442 and 1446 (industrial and construction sand and gravel mining). Consistent with previous NWPs certification decisions, the TCEQ is conditionally certifying NWP 16 for the return water from confined upland disposal not to exceed a 300 mg/L total suspended solids (TSS) concentration. This condition is necessary to ensure that return water discharges will comply with water quality requirements in accordance with Texas Water Code §26.003 and antidegradation policy in 30 TAC §307.5, and not result in violations of general water quality criteria in 30 TAC 307.4(b)(2)-(5). The TCEQ encourages the Corps to consider that TSS limits are promulgated as effluent limits under Title 40 of the Code of Federal Regulations, and that the TCEQ effectively imposes TSS effluent limits in thousands of wastewater discharge permits issued in Texas under Section 402 of the federal Clean Water Act. The TCEQ recognizes the usefulness of having an instantaneous method to determine compliance with the 300 mg/L TSS limit. However, existing literature and analysis of paired samples of turbidity and TSS from the Texas Surface Water Quality Information System indicate this relationship must be a site -specific characterization of the actual sediments to be dredged. To address this approach, we have continued language in the NWP 16 conditional certification that allows flexibility to use an instantaneous method in implementing the TSS limit when a site -specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ The TCEQ remains interested in working with the Corps in the development of these curves and in working together to find the best methods to implement this limit. Colonel Timothy Vail U.S. Army Corps of Engineers USACE Nationwide Permits Page 3 Regional Condition 17 applies to NWP authorizations in the Area of Concern (AOC) of the San Jacinto River Waste Pits Superfund Site. The TCEQ conditionally certifies Regional Condition 17 provided that the Permit Evaluation Requirement Process (Process), effective November 1, 2009, is adhered to for all proposed and existing permits within the AOC. The Process requires that all permit applicants and existing permittees within the AOC perform sampling to ensure that any activities conducted, especially activities involving dredging or disposal of dredged materials, do not impact site investigation and remediation and that existing water quality is maintained and protected in accordance with the Texas Water Code §26.003 and TCEQ antidegradation policy in 30 TAC §307.5. The TCEQ is conditionally certifying NWP General Condition 12 Soil Erosion and Sediment Controls, and General Condition 25 Water Quality. The conditions address three broad categories of water quality management with specific recommendations for Best Management Practices (BMPs) for each category. These BMP conditions are necessary to enhance the water quality protection of these General Conditions by requiring the use of specific BMPs to control erosion, sedimentation, and/or post -construction TSS in permitted activities and therefore prevent violation of state general water quality criteria (30 TAC §307.4) and antidegradation policy (30 TAC §307.5). Runoff from bridge decks has been exempted from the requirement for post -construction TSS controls under General Condition 25. A list of TCEQ-recommended BMPs is included as Attachment 2. Attachment 3 is provided as a quick reference table identifying the BMP categories that are required for each NWP. A detailed description of the BMPs is provided in Attachment 4. The Corps is proposing to remove the 300 linear foot (LF) limit for NWPs 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52, in part, to simplify the quantification of aquatic resource types (i.e., streams, wetlands, etc.) by using acreage as the preferred unit of measure. Removing the stream bed loss limit would mean that stream losses associated with activities covered by these 10 NWPs would only be limited by the existing %-acre limit on overall impacts to waters of the U.S. This could significantly affect state stream resources by allowing upwards of several thousand linear feet of stream impacts under these permits, depending on the dimensions of the streams being impacted. The TCEQ has traditionally relied on and used linear feet as the preferred unit of measure of stream impacts and stream mitigation in our Section 401 water quality certification program. Therefore, the TCEQ does not support the proposed removal of the 300 LF stream bed loss limit in these NWPs and conditionally certifies NWPs 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52 with a limit of 1,500 linear feet of stream bed loss. The condition is based on the amount of stream impacts considered minimal by the TCEQ, where certification is waived for projects impacting 1,500 LF of streams or less in accordance with the Memorandum of Agreement (August 2000) between the Corps and TCEQ. Any proposed impacts greater than 1,500 linear feet of impacts in stream length will need to undergo an individual TCEQ 401 certification review, preferably in the context of a Section 404 individual permit. This condition is necessary to ensure that the discharge associated with projects permitted using these 10 NWPs will comply with water quality requirements for aquatic life uses and habitat (30 TAC 307.4(i)), antidegradation implementation procedures (30 TAC Colonel Timothy Vail U.S. Army Corps of Engineers USACE Nationwide Permits Page 4 307.5(c)(1)(B), and minimization and mitigation requirements in 30 TAC 279.11(c)(2) and (3), as well as be consistent with the NWP goal of authorizing only minimal adverse environmental impacts. This certification decision is limited to those activities under the jurisdiction of the TCEQ. For activities related to the production and exploration of oil and gas, a Railroad Commission of Texas certification is required as provided in the Texas Water Code §26.131. The TCEQ has reviewed the Notice of Reissuance of Nationwide Permits for consistency with the Texas Coastal Management Program (CMP) goals and policies in accordance with the CMP regulations {Title 31, Texas Administrative Code (TAC), Chapter (§)505.301 and has determined that the action is consistent with the applicable CMP goals and policies. This certification was reviewed for consistency with the CMP's development in critical areas policy 131 TAC §501.231 and dredging and dredged material disposal and placement policy 131 TAC §501.251. This certification complies with the CMP goals 131 TAC §501.12(l, 2, 3, 5)} applicable to these policies. The TCEQ reserves the right to modify this certification if additional information identifies specific areas where significant impacts, including cumulative or secondary impacts, are occurring, and the use of these NWPs would be inappropriate. No review of property rights, location of property lines, nor the distinction between public and private ownership has been made, and this certification may not be used in any way with regard to questions of ownership. If you require further assistance, please contact Ms. Lili Murphy, Water Quality Assessment Section, Water Quality Division (MC-150), at (512) 239-4595 or by email at lili.murphy@tceq.texas.gov. Sincerely, 1) �'- J- �) cu-"k David W. Galindo, Deputy Director Water Quality Division Texas Commission on Environmental Quality DWG/LM/ Attachments Colonel Timothy Vail U.S. Army Corps of Engineers USACE Nationwide Permits Page 5 ccs: Mr. Joseph McMahan, U.S. Army Corps of Engineers Galveston District via e-mail at ioseph.a.mcmahan(a�usace.armv.mil Ms. Kristi McMillan U.S. Army Corps of Engineers Galveston District via e-mail at Kristi.N.McMillana.usace.armv.mil Mr. Stephen Brooks, Branch Chief, U.S. Army Corp of Engineers Fort Worth District via e-mail at Stephen.Brooks@usace.armv.mil Ms. Allison Buchtien,and Mr. Jesse Solis, Texas General Land Office via e-mail at Federal.Consistencv@alo.texas.2ov Ms. Leslie Savage, Texas Railroad Commission via e-mail at Leslie. Savaize@RRC.texas.2ov Branch Chief, U.S. Army Corps of Engineers, Albuquerque District, 4101 Jefferson Plaza NE, Room 313, Albuquerque, New Mexico 87109-3435 Regulatory Branch Chief, U.S. Army Corps of Engineers, Regulatory Branch CESWT- PE-R, 1645 South 101s, East Avenue, Tulsa, Oklahoma, 74128 Regulatory Branch Chief, U.S. Army Corps of Engineers, El Paso Regulatory Office, CESPA-OD-R-EP, P.O. Box 6096, Fort Bliss, Texas 79906-6096 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions General Condition 12 (Soil Erosion and Sediment Controls) Erosion control and sediment control best management practices (BMPs) are required with the use of this general condition. Attachment 2 describes the BMPs and the Nationwide Permits (NWPs) to which they apply. If the applicant does not choose one of the BMPs listed in Attachment 2, an individual 401 certification is required. General Condition 25 (Water Oualitv) Post -construction total suspended solids (TSS) BMPs are required with the use of this general condition. Attachment 2 describes the BMPs and the NWPs to which they apply. If the applicant does not choose one of the BMP's listed in Attachment 2, an individual 401 certification is required. Bridge deck runoff is exempt from this requirement. Regional Condition 17 condition The Permit Evaluation Requirement Process, effective November 1, 2009, is required for all proposed and existing permits within San Jacinto River Waste Pits Superfund Site Area of Concern. All NWPs except for NWP 3 These NWPs are not authorized for use in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District, Texas. NWP 3 (Maintenance) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 6 (Survev Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 7 (Outfall Structures and Associated Intake Structures) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 12 (Oil or Natural Gas Pipeline Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 13 (Bank Stabilization) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 14 (Linear Transportation Proiects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. NWP 15 (U.S. Coast Guard Approved Bridges) Soil Erosion and Sediment Controls under General Condition 12 are required. Revised December 18, 2020 Page 1 of 4 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions NWP 16 (Return Water From Upland Contained Disposal Areas) Activities that would be regulated under Standard Industrial Classification (SIC) codes 1442 and 1446 (industrial and construction sand and gravel mining) are not eligible for this NWP. Effluent from an upland contained disposal area shall not exceed a TSS concentration of 300 mg/L unless a site -specific TSS limit, or a site -specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ. NWP 17 (Hvdronower Proiects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP 18 (Minor Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP 19 (Minor Dredging) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 21 (Surface Coal Mininiz Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 22 (Removal of Vessels) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 25 (Structural Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 27 (Aauatic Habitat Restoration, Establishment, and Enhancement Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 29 (Residential Developments) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 30 (Moist Soil Management for Wildlife) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 31 (Maintenance of Existing Flood Control Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. Revised December 18, 2020 Page 2 of 4 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions NWP 32 (Completed Enforcement Actions) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 33 (Temporary Construction. Access and Dewaterina) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 36 (Boat Ramps) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP 37 (EmerLyencv Watershed Protection and Rehabilitation) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 38 (Cleanup of Hazardous and Toxic Waste) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 39 (Commercial and Institutional Developments) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 40 (A2ricultural Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 41 (Reshaping Existing Draina2_ e Ditches and Irritation Ditches) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP 42 (Recreational Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 43 (Stormwater Management Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Stream bed losses are limited to 1,500 linear feet. NWP 44 (Minna Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. Revised December 18, 2020 Page 3 of 4 Attachment 1 Conditions of Section 401 Certification for Nationwide Permits, Regional Conditions, and General Conditions NWP 45 (Repair of Uplands DamaLyed by Discrete Events) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP 46 (DischarLyes in Ditches) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 49 (Coal RemininLy Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP 50 (Under -round Coal MininLr Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 51 (Land -Based Renewal Enerav Generation Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 52 (Water -Based Renewal Ener2v Generation Pilot Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 25 are required. Stream bed losses are limited to 1,500 linear feet. NWP 53 (Removal of Low -Head Dams) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 54 (Living Shorelines) Sediment Controls under General Condition 12 are required. NWP C (Electric Utilitv Line and Telecommunications Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP D (Utility Line Activities for Water and Other Substances) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. NWP E (Water Reclamation and Reuse Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. Post - construction TSS controls under General Condition 2 5 are required. Revised December 18, 2020 Page 4 of 4 Attachment 2 401 Water Quality Certification Best Management Practices (BMPs) for Nationwide Permits I. Erosion Control Disturbed areas must be stabilized to prevent the introduction of sediment to adjacent wetlands or water bodies during wet weather conditions (erosion). At least one of the following best management practices (BMPs) must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 13, 14, 15, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 49, 50, 51, 52, 53, C, D, and E. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land -based impacts from attendant features. o Temporary Vegetation o Mulch o Interceptor Swale o Erosion Control Compost o Compost Filter Socks II. Sedimentation Control o Blankets/Matting o Sod o Diversion Dike o Mulch Filter Socks Prior to project initiation, the project area must be isolated from adjacent wetlands and water bodies by the use of BMPs to confine sediment. Dredged material shall be placed in such a manner that prevents sediment runoff into water in the state, including wetlands. Water bodies can be isolated by the use of one or more of the required BMPs identified for sedimentation control. These BMP's must be maintained and remain in place until the dredged material is stabilized. At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 21, 22, 25, 27, 29, 30, 31, 32, 33, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 49, 50, 51, 52, 53, 54, C, D, and E. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land -based impacts from attendant features. o Sand Bag Berm o Silt Fence o Triangular Filter Dike o Stone Outlet Sediment Traps o Erosion Control Compost o Compost Filter Socks o Rock Berm o Hay Bale Dike o Brush Berms o Sediment Basins o Mulch Filter Socks December 18, 2020 Page 1 of 2 Attachment 2 401 Water Quality Certification Best Management Practices (BMPs) for Nationwide Permits III. Post -Construction TSS Control After construction has been completed and the site is stabilized, total suspended solids (TSS) loadings shall be controlled by at least one of the following BMPs for NWPs 12, 14, 17, 18, 21, 29, 31, 36, 39, 40, 41, 42, 44, 45, 49, 50, 51, 52, C, D, and E. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. BMPs for NWP 52 apply only to land -based impacts from attendant features. Runoff from bridge decks has been exempted from the requirement for post construction TSS controls. o Retention/Irrigation Systems o Extended Detention Basin o Vegetative Filter Strips o Grassy Swales o Erosion Control Compost o Compost Filter Socks o Constructed Wetlands o Wet Basins o Vegetation lined drainage ditches o Sand Filter Systems o Mulch Filter Socks o Sedimentation Chambers' * Only to be used when there is no space available for other approved BMPs. December 18, 2020 Page 2 of 2 �OMM/��o Q �'1'M@Nft+lO� Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Sediment Post -Construction Control Control TSS 1 Aid to Navigation 2 Structures in Artificial Canals 3 Maintenance X X Fish and Wildlife Harvesting, 4 Enhancement and Attraction Devices and Activities 5 Scientific Measurement Devices 6 Survey Activities `Trenching X X 7 Outfall Structures and Associated Intake X X Structures 8 Oil and Gas Structures on the Outer Continental Shelf 9 Structures in Fleeting and Anchorage Areas 10 Mooring Buoys 11 Temporary Recreational Structures 12 Oil or Natural Gas Pipeline Activities X X X 13 Bank Stabilization X X 14 Linear Transportation Projects X X X 15 U.S. Coast Guard Approved Bridges X X 16 Return Water From Upland Contained Disposal Areas 17 Hydropower Projects X X X 18 Minor Discharges X X X 19 Minor Dredging X X 20 Response Operations for Oil or Hazardous Substances 21 Surface Coal Mining Activities X X X 22 Removal of Vessels X X Revised December 18, 2020 Page 1 of 3 �OMM/��o Q �'1'M@Nft+lO� Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Sediment Post -Construction Control Control TSS 23 Approved Categorical Exclusions 24 Indian Tribe or State Administered Section 404 Programs 25 Structural Discharges X X 26 [Reserved] Aquatic Habitat Restoration, X X 27 Establishment, and Enhancement Activities 28 Modifications of Existing Marinas 29 Residential Developments X X X 30 Moist Soil Management for Wildlife X X 31 Maintenance of Existing Flood Control X X X Facilities 32 Completed Enforcement Actions X X 33 Temporary Construction, Access and X X Dewatering 34 Cranberry Production Activities 35 Maintenance Dredging of Existing Basins 36 Boat Ramps X X X 37 Emergency Watershed Protection and X X Rehabilitation 38 Cleanup of Hazardous and Toxic Waste X X 39 Commercial and Institutional X X X Developments 40 Agricultural Activities X X X 41 Reshaping Existing Drainage Ditches and X X X Irrigation Ditches 42 Recreational Facilities X X X 43 Stormwater Management Facilities X X Revised December 18, 2020 Page 2 of 3 �OMM/��o Q �'1'M@Nft+lO� Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description 44 Mining Activities 45 Repair of Uplands Damaged by Discrete Events 46 Discharges in Ditches 47 [Reserved] 48 Existing Commercial Shellfish Aquaculture Activities 49 Coal Remining Activities 50 Underground Coal Mining Activities 51 Land -Based Renewable Energy Generation Facilities 52 Water -Based Renewable Energy Generation Pilot Projects 53 Removal of Low -Head Dams 54 Living Shorelines C Electric Utility Line and Telecommunications Activities D Utility Line Activities for Water and Other Substances E Water Reclamation and Reuse Facilities Erosion Sediment Post -Construction Control Control TSS X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X Revised December 18, 2020 Page 3 of 3 Attachment 4 Description of Best Management Practices (BMPs) EROSION CONTROL BMPs Temiiorary Vegetation Description: Vegetation can be used as a temporary or permanent stabilization technique for areas disturbed by construction. Vegetation effectively reduces erosion in swales, stockpiles, berms, mild to medium slopes, and along roadways. Other techniques such as matting, mulches, and grading may be required to assist in the establishment of vegetation. Materials: • The type of temporary vegetation used on a site is a function of the season and the availability of water for irrigation. • Temporary vegetation should be selected appropriately for the area. • County agricultural extension agents are a good source for suggestions for temporary vegetation. • All seed should be high quality, U.S. Dept. of Agriculture certified seed. Installation: • Grading must be completed prior to seeding. • Slopes should be minimized. • Erosion control structures should be installed. • Seedbeds should be well pulverized, loose, and uniform. • Fertilizers should be applied at appropriate rates. • Seeding rates should be applied as recommended by the county agricultural extension agent. • The seed should be applied uniformly. • Steep slopes should be covered with appropriate soil stabilization matting. Blankets and Matting Description: Blankets and matting material can be used as an aid to control erosion December 18, 2020 Page 1 of 35 Attachment 4 Description of Best Management Practices (BMPs) on critical sites during the establishment period of protective vegetation. The most common uses are in channels, interceptor swales, diversion dikes, short, steep slopes, and on tidal or stream banks. Materials: New types of blankets and matting materials are continuously being developed. The Texas Department of Transportation (TxDOT) has defined the critical performance factors for these types of products and has established minimum performance standards which must be met for any product seeking to be approved for use within any of TxDOT's construction or maintenance activities. The products that have been approved by TxDOT are also appropriate for general construction site stabilization. TxDOT maintains a web site at httDs://www.txdot.2ov/inside-txdot/division/maintenance/erosion-control.html which is updated as new products are evaluated. Installation: • Install in accordance with the manufacturer's recommendations. • Proper anchoring of the material. • Prepare a friable seed bed relatively free from clods and rocks and any foreign material. • Fertilize and seed in accordance with seeding or other type of planting plan. • Erosion stops should extend beyond the channel liner to full design cross- section of the channel. • A uniform trench perpendicular to line of flow may be dug with a spade or a mechanical trencher. • Erosion stops should be deep enough to penetrate solid material or below level of ruling in sandy soils. • Erosion stop mats should be wide enough to allow turnover at bottom of trench for stapling, while maintaining the top edge flush with channel surface. Mulch Description: Mulching is the process of applying a material to the exposed soil surface to protect it from erosive forces and to conserve soil moisture until plants can become December 18, 2020 Page 2 of 35 Attachment 4 Description of Best Management Practices (BMPs) established. When seeding critical sites, sites with adverse soil conditions or seeding on other than optimum seeding dates, mulch material should be applied immediately after seeding. Seeding during optimum seeding dates and with favorable soils and site conditions will not need to be mulched. Materials: • Mulch may be small grain straw which should be applied uniformly. • On slopes 15 percent or greater, a binding chemical must be applied to the surface. • Wood -fiber or paper -fiber mulch may be applied by hydroseeding. • Mulch nettings may be used. • Wood chips may be used where appropriate. Installation: Mulch anchoring should be accomplished immediately after mulch placement. This may be done by one of the following methods: peg and twine, mulch netting, mulch anchoring tool, or liquid mulch binders. Sod Description: Sod is appropriate for disturbed areas which require immediate vegetative covers, or where sodding is preferred to other means of grass establishment. Locations particularly suited to stabilization with sod are waterways carrying intermittent flow, areas around drop inlets or in grassed swales, and residential or commercial lawns where quick use or aesthetics are factors. Sod is composed of living plants and those plants must receive adequate care in order to provide vegetative stabilization on a disturbed area. Materials: • Sod should be machine cut at a uniform soil thickness. • Pieces of sod should be cut to the supplier's standard width and length. • Torn or uneven pads are not acceptable. • Sections of sod should be strong enough to support their own weight and retain their size and shape when suspended from a firm grasp. December 18, 2020 Page 3 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Sod should be harvested, delivered, and installed within a period of 36 hours. Installation: • Areas to be sodded should be brought to final grade. • The surface should be cleared of all trash and debris. • Fertilize according to soil tests. • Fertilizer should be worked into the soil. • Sod should not be cut or laid in excessively wet or dry weather. • Sod should not be laid on soil surfaces that are frozen. • During periods of high temperature, the soil should be lightly irrigated. • The first row of sod should be laid in a straight line with subsequent rows placed parallel to and butting tightly against each other. • Lateral joints should be staggered to promote more uniform growth and strength. • Wherever erosion may be a problem, sod should be laid with staggered joints and secured. • Sod should be installed with the length perpendicular to the slope (on the contour). • Sod should be rolled or tamped. • Sod should be irrigated to a sufficient depth. • Watering should be performed as often as necessary to maintain soil moisture. • The first mowing should not be attempted until the sod is firmly rooted. • Not more than one third of the grass leaf should be removed at any one cutting. December 18, 2020 Page 4 of 35 Attachment 4 Description of Best Management Practices (BMPs) Interceptor Swale Interceptor swales are used to shorten the length of exposed slope by intercepting runoff, prevent off -site runoff from entering the disturbed area, and prevent sediment - laden runoff from leaving a disturbed site. They may have a v-shape or be trapezoidal with a flat bottom and side slopes of 3:1 or flatter. The outflow from a swale should be directed to a stabilized outlet or sediment trapping device. The swales should remain in place until the disturbed area is permanently stabilized. Materials: • Stabilization should consist of a layer of crushed stone three inches thick, riprap or high velocity erosion control mats. • Stone stabilization should be used when grades exceed 2% or velocities exceed 6 feet per second. • Stabilization should extend across the bottom of the swale and up both sides of the channel to a minimum height of three inches above the design water surface elevation based on a 2-year, 24-hour storm. Installation: • An interceptor swale should be installed across exposed slopes during construction and should intercept no more than 5 acres of runoff. • All earth removed and not needed in construction should be disposed of in an approved spoils site so that it will not interfere with the functioning of the swale or contribute to siltation in other areas of the site. • All trees, brush, stumps, obstructions and other material should be removed and disposed of so as not to interfere with the proper functioning of the swale. • Swales should have a maximum depth of 1.5 feet with side slopes of 3:1 or flatter. • Swales should have positive drainage for the entire length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. Stabilization should be crushed stone placed in a layer of at least 3 inches thick or may be high velocity erosion control matting. Check dams are also recommended to reduce velocities in the swales possibly reducing the amount of stabilization necessary. December 18, 2020 Page 5 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Minimum compaction for the swale should be 90% standard proctor density. Diversion Dikes A temporary diversion dike is a barrier created by the placement of an earthen embankment to reroute the flow of runoff to an erosion control device or away from an open, easily erodible area. A diversion dike intercepts runoff from small upland areas and diverts it away from exposed slopes to a stabilized outlet, such as a rock berm, sandbag berm, or stone outlet structure. These controls can be used on the perimeter of the site to prevent runoff from entering the construction area. Dikes are generally used for the duration of construction to intercept and reroute runoff from disturbed areas to prevent excessive erosion until permanent drainage features are installed and/or slopes are stabilized. Materials: • Stone stabilization (required for velocities in excess of 6 fps) should consist of riprap placed in a layer at least 3 inches thick and should extend a minimum height of 3 inches above the design water surface up the existing slope and the upstream face of the dike. • Geotextile fabric should be a non -woven polypropylene fabric designed specifically for use as a soil filtration media with an approximate weight of 6 oz./yd', a Mullen burst rating of 140 psi, and having an equivalent opening size (EOS) greater than a #50 sieve. Installation: • Diversion dikes should be installed prior to and maintained for the duration of construction and should intercept no more than 10 acres of runoff. • Dikes should have a minimum top width of 2 feet and a minimum height of compacted fill of 18 inches measured form the top of the existing ground at the upslope toe to top of the dike and have side slopes of 3:1 or flatter. • The soil for the dike should be placed in lifts of 8 inches or less and be compacted to 95 % standard proctor density. • The channel, which is formed by the dike, must have positive drainage for its entire 1 length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. In situations where velocities do not exceed 6 feet per second, vegetation may be used to control erosion. December 18, 2020 Page 6 of 35 Attachment 4 Description of Best Management Practices (BMPs) Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at httns://www.txdot.izov/inside-txdot/division/support/recvcliniz/SDeclist.html that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 3 3 2. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections §332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols December 18, 2020 Page 7 of 35 Attachment 4 Description of Best Management Practices (BMPs) or test methods listed in TMECC. TMECC information can be found at httD s: //www. COMDostiniZCounCil. oriZ/Daize /tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at httDS://www.COMDostiniZcounCil.oriZ/Daize/Sealoff estinLiAssuranceSTA. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at httDs://www.txdot.Qov/inside-txdot/division/SUDDort/recvclinQ/SDeclist.html that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification December 18, 2020 Page 8 of 35 Attachment 4 Description of Best Management Practices (BMPs) data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections §332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at httns://www.comDostin2council.orL/DaLe/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at httDs://www.comDostin2council.ore/pa2e/Sealoff estinLyAssuranceSTA. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. December 18, 2020 Page 9 of 35 Attachment 4 Description of Best Management Practices (BMPs) SEDIMENT CONTROL BMPS Sandbag Berm Description: The purpose of a sandbag berm is to detain sediment carried in runoff from disturbed areas. This objective is accomplished by intercepting runoff and causing it to pool behind the sandbag berm. Sediment carried in the runoff is deposited on the upstream side of the sandbag berm due to the reduced flow velocity. Excess runoff volumes are allowed to flow over the top of the sandbag berm. Sandbag berms are used only during construction activities in streambeds when the contributing drainage area is between 5 and 10 acres and the slope is less than 15%, i.e., utility construction in channels, temporary channel crossing for construction equipment, etc. Plastic facing should be installed on the upstream side and the berm should be anchored to the streambed by drilling into the rock and driving in T-posts or rebar (#5 or #6) spaced appropriately. Materials: • The sandbag material should be polypropylene, polyethylene, polyamide or cotton burlap woven fabric, minimum unit weight 4 oz/yd 2, mullen burst strength exceeding 300 psi and ultraviolet stability exceeding 70 percent. • The bag length should be 24 to 30 inches, width should be 16 to 18 inches and thickness should be 6 to 8 inches. • Sandbags should be filled with coarse grade sand and free from deleterious material. All sand should pass through a No. 10 sieve. The filled bag should have an approximate weight of 40 pounds. • Outlet pipe should be schedule 40 or stronger polyvinyl chloride (PVC) having a nominal internal diameter of 4 inches. Installation: • The berm should be a minimum height of 18 inches, measured from the top of the existing ground at the upslope toe to the top of the berm. • The berm should be sized as shown in the plans but should have a minimum width of 48 inches measured at the bottom of the berm and 16 inches measured at the top of the berm. • Runoff water should flow over the tops of the sandbags or through 4-inch diameter PVC pipes embedded below the top layer of bags. December 18, 2020 Page 10 of 35 Attachment 4 Description of Best Management Practices (BMPs) • When a sandbag is filled with material, the open end of the sandbag should be stapled or tied with nylon or poly cord. • Sandbags should be stacked in at least three rows abutting each other, and in staggered arrangement. • The base of the berm should have at least 3 sandbags. These can be reduced to 2 and 1 bag in the second and third rows respectively. • For each additional 6 inches of height, an additional sandbag must be added to each row width. • A bypass pump -around system, or similar alternative, should be used on conjunction with the berm for effective dewatering of the work area. Silt Fence Description: A silt fence is a barrier consisting of geotextile fabric supported by metal posts to prevent soil and sediment loss from a site. When properly used, silt fences can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. If not properly installed, silt fences are not likely to be effective. The purpose of a silt fence is to intercept and detain water -borne sediment from unprotected areas of a limited extent. Silt fence is used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. This fence should remain in place until the disturbed area is permanently stabilized. Silt fence should not be used where there is a concentration of water in a channel or drainage way. If concentrated flow occurs after installation, corrective action must be taken such as placing a rock berm in the areas of concentrated flow. Silt fencing within the site may be temporarily moved during the day to allow construction activity provided it is replaced and properly anchored to the ground at the end of the day. Silt fences on the perimeter of the site or around drainage ways should not be moved at any time. Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, mullen burst strength exceeding 190 lb/in 2, ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. • Fence posts should be made of hot rolled steel, at least 4 feet long with Tee or Y-bar cross section, surface painted or galvanized, minimum nominal weight 1.2 5 lb/ft 2, and Brindell hardness exceeding 140. December 18, 2020 Page 11 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Woven wire backing to support the fabric should be galvanized 2-inch x 4-inch welded wire, 12 gauge minimum. Installation: • Steel posts, which support the silt fence, should be installed on a slight angle toward the anticipated runoff source. Post must be embedded a minimum of 1 foot deep and spaced not more than 8 feet on center. Where water concentrates, the maximum spacing should be 6 feet. • Lay out fencing down -slope of disturbed area, following the contour as closely as possible. The fence should be sited so that the maximum drainage area is 3 acre/100 feet of fence. • The toe of the silt fence should be trenched in with a spade or mechanical trencher, so that the down -slope face of the trench is flat and perpendicular to the line of flow. Where fence cannot be trenched in (e.g., pavement or rock outcrop), weight fabric flap with 3 inches of pea gravel on uphill side to prevent flow from seeping under fence. • The trench must be a minimum of 6 inches deep and 6 inches wide to allow for the silt fence fabric to be laid in the ground and backfilled with compacted material. • Silt fence should be securely fastened to each steel support post or to woven wire, which is in turn attached to the steel fence post. There should be a 3-foot overlap, securely fastened where ends of fabric meet. Triangular Filter Dike Description: The purpose of a triangular sediment filter dike is to intercept and detain water -borne sediment from unprotected areas of limited extent. The triangular sediment filter dike is used where there is no concentration of water in a channel or other drainage way above the barrier and the contributing drainage area is less than one acre. If the uphill slope above the dike exceeds 10%, the length of the slope above the dike should be less than 50 feet. If concentrated flow occurs after installation, corrective action should be taken such as placing rock berm in the areas of concentrated flow. This measure is effective on paved areas where installation of silt fence is not possible or where vehicle access must be maintained. The advantage of these controls is the ease with which they can be moved to allow vehicle traffic and then reinstalled to maintain sediment. December 18, 2020 Page 12 of 35 Attachment 4 Description of Best Management Practices (BMPs) Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, mullen burst strength exceeding 190 lb/in 2 , ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. • The dike structure should be 6 gauge 6-ing x 6-inch wire mesh folded into triangular form being eighteen (18) inches on each side. Installation: • The frame of the triangular sediment filter dike should be constructed of 6-inch x 6-inch, 6-gauge welded wire mesh, 18 inches per side, and wrapped with geotextile fabric the same composition as that used for silt fences. • Filter material should lap over ends six (6) inches to cover dike to dike junction; each junction should be secured by shoat rings. • Position dike parallel to the contours, with the end of each section closely abutting the adjacent sections. • There are several options for fastening the filter dike to the ground. The fabric skirt may be toed -in with 6 inches of compacted material, or 12 inches of the fabric skirt should extend uphill and be secured with a minimum of 3 inches of open graded rock, or with staples or nails. If these two options are not feasible the dike structure may be trenched in 4 inches. • Triangular sediment filter dikes should be installed across exposed slopes during construction with ends of the dike tied into existing grades to prevent failure and should intercept no more than one acre of runoff. • When moved to allow vehicular access, the dikes should be reinstalled as soon as possible, but always at the end of the workday. Rock Berm Description: The purpose of a rock berm is to serve as a check dam in areas of concentrated flow, to intercept sediment -laden runoff, detain the sediment and release the water in sheet flow. The rock berm should be used when the contributing drainage area is less than 5 acres. Rock berms are used in areas where the volume of runoff is too great for a silt fence to contain. They are less effective for sediment removal than silt fences, particularly for fine particles, but are able to withstand higher flows than a December 18, 2020 Page 13 of 35 Attachment 4 Description of Best Management Practices (BMPs) silt fence. As such, rock berms are often used in areas of channel flows (ditches, gullies, etc.). Rock berms are most effective at reducing bed load in channels and should not be substituted for other erosion and sediment control measures further up the watershed. Materials: • The berm structure should be secured with a woven wire sheathing having opening of one inch and a minimum wire diameter of 20 gauge galvanized and should be secured with shoat rings. • Clean, open graded 3- to 5-inch diameter rock should be used, except in areas where high velocities or large volumes of flow are expected, where 5- to 8-inch diameter rocks may be used. Installation: • Lay out the woven wire sheathing perpendicular to the flow line. The sheathing should be 20-gauge woven wire mesh with 1 inch openings. • Berm should have a top width of 2 feet minimum with side slopes being 2:1 (H:V) or flatter. • Place the rock along the sheathing to a height not less than 18 inches. • Wrap the wire sheathing around the rock and secure with tie wire so that the ends of the sheathing overlap at least 2 inches, and the berm retains its shape when walked upon. • Berm should be built along the contour at zero percent grade or as near as possible. • The ends of the berm should be tied into existing upslope grade and the berm should be buried in a trench approximately 3 to 4 inches deep to prevent failure of the control. Hav Bale Dike Description: The purpose of a hay or straw bale dike is to intercept and detain small amounts of sediment -laden runoff from relatively small unprotected areas. Straw bales are to be used when it is not feasible to install other, more effective measures or when the construction phase is expected to last less than 3 months. Straw bales should not be used on areas where rock or other hard surfaces prevent the full and uniform anchoring of the barrier. December 18, 2020 Page 14 of 35 Attachment 4 Description of Best Management Practices (BMPs) Materials: Straw: The best quality straw mulch comes from wheat, oats or barley and should be free of weed and grass seed which may not be desired vegetation for the area to be protected. Straw mulch is light and therefore must be properly anchored to the ground. Hay: This is very similar to straw with the exception that it is made of grasses and weeds and not grain stems. This form of mulch is very inexpensive and is widely available but does introduce weed and grass seed to the area. Like straw, hay is light and must be anchored. • Straw bales should weigh a minimum of 50 pounds and should be at least 30 inches long. • Bales should be composed entirely of vegetable matter and be free of seeds. • Binding should be either wire or nylon string, jute or cotton binding is unacceptable. Bales should be used for not more than two months before being replaced. Installation: • Bales should be embedded a minimum of 4 inches and securely anchored using 2-inch x 2-inch wood stakes or 3/8-inch diameter rebar driven through the bales into the ground a minimum of 6 inches. • Bales are to be placed directly adjacent to one another leaving no gap between them. • All bales should be placed on the contour. • The first stake in each bale should be angled toward the previously laid bale to force the bales together. Brush Berms Organic litter and spoil material from site clearing operations is usually burned or hauled away to be dumped elsewhere. Much of this material can be used effectively on the construction site itself. The key to constructing an efficient brush berm is in the method used to obtain and place the brush. It will not be acceptable to simply take a bulldozer and push whole trees into a pile. This method does not assure continuous ground contact with the berm and will allow uncontrolled flows under the berm. December 18, 2020 Page 15 of 35 Attachment 4 Description of Best Management Practices (BMPs) Brush berms may be used where there is little or no concentration of water in a channel or other drainage way above the berm. The size of the drainage area should be no greater than one-fourth of an acre per 100 feet of barrier length; the maximum slope length behind the barrier should not exceed 100 feet; and the maximum slope gradient behind the barrier should be less than 50 percent (2:1). Materials: • The brush should consist of woody brush and branches, preferably less than 2 inches in diameter. • The filter fabric should conform to the specifications for filter fence fabric. • The rope should be 1/4-inch polypropylene or nylon rope. • The anchors should be 3/8-inch diameter rebar stakes that are 18-inches long. Installation: • Lay out the brush berm following the contour as closely as possible. • The juniper limbs should be cut and hand placed with the vegetated part of the limb in close contact with the ground. Each subsequent branch should overlap the previous branch providing a shingle effect. • The brush berm should be constructed in lifts with each layer extending the entire length of the berm before the next layer is started. • A trench should be excavated 6-inches wide and 4-inches deep along the length of the barrier and immediately uphill from the barrier. • The filter fabric should be cut into lengths sufficient to lay across the barrier from its up -slope base to just beyond its peak. The lengths of filter fabric should be draped across the width of the barrier with the uphill edge placed in the trench and the edges of adjacent pieces overlapping each other. Where joints are necessary, the fabric should be spliced together with a minimum 6- inch overlap and securely sealed. • The trench should be backfilled, and the soil compacted over the filter fabric. • Set stakes into the ground along the downhill edge of the brush barrier and anchor the fabric by tying rope from the fabric to the stakes. Drive the rope anchors into the ground at approximately a 45-degree angle to the ground on 6- December 18, 2020 Page 16 of 35 Attachment 4 Description of Best Management Practices (BMPs) foot centers. • Fasten the rope to the anchors and tighten berm securely to the ground with a minimum tension of 50 pounds. • The height of the brush berm should be a minimum of 24 inches after the securing ropes have been tightened. Stone Outlet Sediment Trans A stone outlet sediment trap is an impoundment created by the placement of an earthen and stone embankment to prevent soil and sediment loss from a site. The purpose of a sediment trap is to intercept sediment -laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment trap from sedimentation. A sediment trap is usually installed at points of discharge from disturbed areas. The drainage area for a sediment trap is recommended to be less than 5 acres. Larger areas should be treated using a sediment basin. A sediment trap differs from a sediment basin mainly in the type of discharge structure. The trap should be located to obtain the maximum storage benefit from the terrain, for ease of clean out and disposal of the trapped sediment and to minimize interference with construction activities. The volume of the trap should be at least 3600 cubic feet per acre of drainage area. Materials: • All aggregate should be at least 3 inches in diameter and should not exceed a volume of 0.5 cubic foot. • The geotextile fabric specification should be woven polypropylene, polyethylene or polyamide geotextile, minimum unit weight of 4.5 oz/yd 2, mullen burst strength at least 250 lb/in 2, ultraviolet stability exceeding 70%, and equivalent opening size exceeding 40. Installation: Earth Embankment: Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95 percent standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment are to be 3:1. The minimum width of the embankment should be 3 feet. December 18, 2020 Page 17 of 35 Attachment 4 Description of Best Management Practices (BMPs) • A gap is to be left in the embankment in the location where the natural confluence of runoff crosses the embankment line. The gap is to have a width in feet equal to 6 times the drainage area in acres. • Geotextile Covered Rock Core: A core of filter stone having a minimum height of 1.5 feet and a minimum width at the base of 3 feet should be placed across the opening of the earth embankment and should be covered _by geotextile fabric which should extend a minimum distance of 2 feet in either direction from the base of the filter stone core. • Filter Stone Embankment: Filter stone should be placed over the geotextile and is to have a side slope which matches that of the earth embankment of 3:1 and should cover the geotextile/rock core a minimum of 6 inches when installation is complete. The crest of the outlet should be at least 1 foot below the top of the embankment. Sediment Basins The purpose of a sediment basin is to intercept sediment -laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment basin from sedimentation. A sediment basin is usually installed at points of discharge from disturbed areas. The drainage area for a sediment basin is recommended to be less than 100 acres. Sediment basins are effective for capturing and slowly releasing the runoff from larger disturbed areas thereby allowing sedimentation to take place. A sediment basin can be created where a permanent pond BMP is being constructed. Guidelines for construction of the permanent BMP should be followed, but revegetation, placement of underdrain piping, and installation of sand or other filter media should not be carried out until the site construction phase is complete. Materials: • Riser should be corrugated metal or reinforced concrete pipe or box and should have watertight fittings or end to end connections of sections. • An outlet pipe of corrugated metal or reinforced concrete should be attached to the riser and should have positive flow to a stabilized outlet on the downstream side of the embankment. • An anti -vortex device and rubbish screen should be attached to the top of the riser and should be made of polyvinyl chloride or corrugated metal. December 18, 2020 Page 18 of 35 Attachment 4 Description of Best Management Practices (BMPs) Basin Design and Construction: • For common drainage locations that serve an area with ten or more acres disturbed at one time, a sediment basin should provide storage for a volume of runoff from a two-year, 24-hour storm from each disturbed acre drained. • The basin length to width ratio should be at least 2:1 to improve trapping efficiency. The shape may be attained by excavation or the use of baffles. The lengths should be measured at the elevation of the riser de -watering hole. • Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95 percent standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment should be 3:1 (H:V). • An emergency spillway should be installed adjacent to the embankment on undisturbed soil and should be sized to carry the full amount of flow generated by a 10-year, 3-hour storm with 1 foot of freeboard less the amount which can be carried by the principal outlet control device. • The emergency spillway should be lined with riprap as should the swale leading from the spillway to the normal watercourse at the base of the embankment. • The principal outlet control device should consist of a rigid vertically oriented pipe or box of corrugated metal or reinforced concrete. Attached to this structure should be a horizontal pipe, which should extend through the embankment to the toe of fill to provide a de -watering outlet for the basin. • An anti -vortex device should be attached to the inlet portion of the principal outlet control device to serve as a rubbish screen. • A concrete base should be used to anchor the principal outlet control device and should be sized to provide a safety factor of 1.5 (downward forces = 1.5 buoyant forces). • The basin should include a permanent stake to indicate the sediment level in the pool and marked to indicate when the sediment occupies 50% of the basin volume (not the top of the stake). • The top of the riser pipe should remain open and be guarded with a trash rack and anti -vortex device. The top of the riser should be 12 inches below the elevation of the emergency spillway. The riser should be sized to convey the runoff from the 2-year, 3-hour storm when the water surface is at the December 18, 2020 Page 19 of 35 Attachment 4 Description of Best Management Practices (BMPs) emergency spillway elevation. For basins with no spillway the riser must be sized to convey the runoff from the 10-yr, 3-hour storm. • Anti -seep collars should be included when soil conditions or length of service make piping through the backfill a possibility. • The 48-hour drawdown time will be achieved by using a riser pipe perforated at the point measured from the bottom of the riser pipe equal to 1/2 the volume of the basin. This is the maximum sediment storage elevation. The size of the perforation may be calculated as follows: Ao = As x 2h Cd x 980,000 Where: Ao = Area of the de -watering hole, ft 2 A, = Surface area of the basin, ft 2 G = Coefficient of contraction, approximately 0.6 h = head of water above the hole, ft Perforating the riser with multiple holes with a combined surface area equal to Ao is acceptable. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at httns://www.txdot.-ov/inside-txdot/division/subnort/recycling/sueclist.html that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection December 18, 2020 Page 20 of 35 Attachment 4 Description of Best Management Practices (BMPs) Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ) Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections §332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at httns://www.compostin2council.or2/pa2e/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at https://www.compostingcouncil.org/page/SealofTestin2AssuranceSTA. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the December 18, 2020 Page 21 of 35 Attachment 4 Description of Best Management Practices (BMPs) perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT's construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at httDs://www.txdot.aov/inside-txdot/division/support/recvclina/s-Declist.html that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections §332.71 Sampling and Analysis Requirements for Final Products and §332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. December 18, 2020 Page 22 of 35 Attachment 4 Description of Best Management Practices (BMPs) TMECC information can be found at httDs://www.comDostin2council.ore/pa2e/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at htt,Ds://www.com-Dostin2council.ore/pate/Sealofrestin2AssuranceSTA. Installation: Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). • Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. December 18, 2020 Page 23 of 35 Attachment 4 Description of Best Management Practices (BMPs) POST -CONSTRUCTION TSS CONTROLS Retention/Irrigation Svstems Description: Retention/irrigation systems refer to the capture of runoff in a holding pond, then use of the captured water for irrigation of appropriate landscape areas. Retention/irrigation systems are characterized by the capture and disposal of runoff without direct release of captured flow to receiving streams. Retention systems exhibit excellent pollutant removal but can require regular, proper maintenance. Collection of roof runoff for subsequent use (rainwater harvesting) also qualifies as a retention/irrigation practice but should be operated and sized to provide adequate volume. This technology, which emphasizes beneficial use of stormwater runoff, is particularly appropriate for and regions because of increasing demands on water supplies for agricultural irrigation and urban water supply. Design Considerations: Retention/irrigation practices achieve 100% removal efficiency of total suspended solids contained within the volume of water captured. Design elements of retention/irrigation systems include runoff storage facility configuration and sizing, pump and wet well system components, basin lining, basin detention time, and physical and operational components of the irrigation system. Retention/irrigation systems are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for retention/irrigation systems include routine inspections, sediment removal, mowing, debris and litter removal, erosion control, and nuisance control. Extended Detention Basin Description: Extended detention facilities are basins that temporarily store a portion of stormwater runoff following a storm event. Extended detention basins are normally used to remove particulate pollutants and to reduce maximum runoff rates associated with development to their pre -development levels. The water quality benefits are the removal of sediment and buoyant materials. Furthermore, nutrients, heavy metals, toxic materials, and oxygen -demanding materials associated with the particles also are removed. The control of the maximum runoff rates serves to protect drainage channels below the device from erosion and to reduce downstream flooding. Although detention facilities designed for flood control have different design requirements than those used for water quality enhancement, it is possible to achieve these two objectives in a single facility. Design Considerations: Extended detention basins can remove approximately 75% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of extended detention basins include basin sizing, basin December 18, 2020 Page 24 of 35 Attachment 4 Description of Best Management Practices (BMPs) configuration, basin side slopes, basin lining, inlet/outlet structures, and erosion controls. Extended detention basins are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for extended detention basins include routine inspections, mowing, debris and litter removal, erosion control, structural repairs, nuisance control, and sediment removal. VYe etative Filter Strips Description: Filter strips, also known as vegetated buffer strips, are vegetated sections of land similar to grassy swales except they are essentially flat with low slopes and are designed only to accept runoff as overland sheet flow. They may appear in any vegetated form from grassland to forest, and are designed to intercept upstream flow, lower flow velocity, and spread water out as sheet flow. The dense vegetative cover facilitates conventional pollutant removal through detention, filtration by vegetation, and infiltration. Filter strips cannot treat high velocity flows, and do not provide enough storage or infiltration to effectively reduce peak discharges to predevelopment levels for design storms. This lack of quantity control favors use in rural or low -density development; however, they can provide water quality benefits even where the impervious cover is as high as 50%. The primary highway application for vegetative filter strips is along rural roadways where runoff that would otherwise discharge directly to a receiving water passes through the filter strip before entering a conveyance system. Properly designed roadway medians and shoulders make effective buffer strips. These devices also can be used on other types of development where land is available and hydraulic conditions are appropriate. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips. Although an inexpensive control measure, they are most useful in contributing watershed areas where peak runoff velocities are low as they are unable to treat the high flow velocities typically associated with high impervious cover. Successful performance of filter strips relies heavily on maintaining shallow unconcentrated flow. To avoid flow channelization and maintain performance, a filter strip should: • Be equipped with a level spreading device for even distribution of runoff • Contain dense vegetation with a mix of erosion resistant, soil binding species • Be graded to a uniform, even and relatively low slope December 18, 2020 Page 25 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Laterally traverse the contributing runoff area Filter strips can be used upgradient from watercourses, wetlands, or other water bodies along toes and tops of slopes and at outlets of other stormwater management structures. They should be incorporated into street drainage and master drainage planning. The most important criteria for selection and use of this BMP are soils, space, and slope. Design Considerations: Vegetative filter strips can remove approximately 85% of the total suspended solids contained within the volume of runoff captured. Design elements of vegetative filter strips include uniform, shallow overland flow across the entire filter strip area, hydraulic loading rate, inlet structures, slope, and vegetative cover. The area should be free of gullies or rills which can concentrate flow. Vegetative filter strips are appropriate for small drainage areas with moderate slopes. Other design elements include the following: • Soils and moisture are adequate to grow relatively dense vegetative stands • Sufficient space is available • Slope is less than 12% • Comparable performance to more expensive structural controls Maintenance Requirements: Maintenance requirements for vegetative filter strips include pest management, seasonal mowing and lawn care, routine inspections, debris and litter removal, sediment removal, and grass reseeding and mulching. Constructed Wetlands Description: Constructed wetlands provide physical, chemical, and biological water quality treatment of stormwater runoff. Physical treatment occurs as a result of decreasing flow velocities in the wetland, and is present in the form of evaporation, sedimentation, adsorption, and/or filtration. Chemical processes include chelation, precipitation, and chemical adsorption. Biological processes include decomposition, plant uptake and removal of nutrients, plus biological transformation and degradation. Hydrology is one of the most influential factors in pollutant removal due to its effects on sedimentation, aeration, biological transformation, and adsorption onto bottom sediments. The wetland should be designed such that a minimum amount of maintenance is required. The natural surroundings, including such things as the potential energy of a stream or flooding river, should be utilized as much as possible. The wetland should approximate a natural situation and unnatural attributes, such as rectangular shape or December 18, 2020 Page 26 of 35 Attachment 4 Description of Best Management Practices (BMPs) rigid channel, should be avoided. Site considerations should include the water table depth, soil/substrate, and space requirements. Because the wetland must have a source of flow, it is desirable that the water table is at or near the surface. If runoff is the only source of inflow for the wetland, the water level often fluctuates, and establishment of vegetation may be difficult. The soil or substrate of an artificial wetland should be loose loam to clay. A perennial baseflow must be present to sustain the artificial wetland. The presence of organic material is often helpful in increasing pollutant removal and retention. A greater amount of space is required for a wetland system than is required for a detention facility treating the same amount of area. Design Considerations: Constructed wetlands can remove over 90% of the total suspended solids contained within the volume of runoff captured in the wetland. Design elements of constructed wetlands include wetland sizing, wetland configuration, sediment forebay, vegetation, outflow structure, depth of inundation during storm events, depth of micro pools, and aeration. Constructed wetlands are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for constructed wetlands include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, harvesting, and maintenance of water levels. Wet Basins Description: Wet basins are runoff control facilities that maintain a permanent wet pool and a standing crop of emergent littoral vegetation. These facilities may vary in appearance from natural ponds to enlarged, bermed (manmade) sections of drainage systems and may function as online or offline facilities, although offline configuration is preferable. Offline designs can prevent scour and other damage to the wet pond and minimize costly outflow structure elements needed to accommodate extreme runoff events. During storm events, runoff inflows displace part or all of the existing basin volume and are retained and treated in the facility until the next storm event. The pollutant removal mechanisms are settling of solids, wetland plant uptake, and microbial degradation. When the wet basin is adequately sized, pollutant removal performance can be excellent, especially for the dissolved fraction. Wet basins also help provide erosion protection for the receiving channel by limiting peak flows during larger storm events. Wet basins are often perceived as a positive aesthetic element in a community and offer significant opportunity for creative pond configuration and landscape design. Participation of an experienced wetland designer is suggested. A significant potential drawback for wet ponds in and climates is that the contributing watershed for these facilities is often incapable of providing an adequate water supply to December 18, 2020 Page 27 of 35 Attachment 4 Description of Best Management Practices (BMPs) maintain the permanent pool, especially during the summer months. Makeup water (i.e., well water or municipal drinking water) is sometimes used to supplement the rainfall/runoff process, especially for wet basin facilities treating watersheds that generate insufficient runoff. Design Considerations: Wet basins can remove over 90% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of wet basins include basin sizing, basin configuration, basin side slopes, sediment forebay, inflow and outflow structures, vegetation, depth of permanent pool, aeration, and erosion control. Wet basins are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for wet basins include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, and harvesting. Grassv Swales Descripton: Grassy swales are vegetated channels that convey stormwater and remove pollutants by filtration through grass and infiltration through soil. They require shallow slopes and soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the swale and improve pollutant removal rates. Grassy swales are primarily stormwater conveyance systems. They can provide sufficient control under light to moderate runoff conditions, but their ability to control large storms is limited. Therefore, they are most applicable in low to moderate sloped areas or along highway medians as an alternative to ditches and curb and gutter drainage. Their performance diminishes sharply in highly urbanized settings, and they are generally not effective enough to receive construction stage runoff where high sediment loads can overwhelm the system. Grassy swales can be used as a pretreatment measure for other downstream BMPs, such as extended detention basins. Enhanced grassy swales utilize check dams and wide depressions to increase runoff storage and promote greater settling of pollutants. Grassy swales can be more aesthetically pleasing than concrete or rock -lined drainage systems and are generally less expensive to construct and maintain. Swales can slightly reduce impervious area and reduce the pollutant accumulation and delivery associated with curbs and gutters. The disadvantages of this technique include the possibility of erosion and channelization over time, and the need for more right-of-way as compared to a storm drain system. When properly constructed, inspected, and maintained, the life expectancy of a Swale is estimated to be 20 years. December 18, 2020 Page 28 of 35 Attachment 4 Description of Best Management Practices (BMPs) Design Considerations: • Comparable performance to wet basins • Limited to treating a few acres • Availability of water during dry periods to maintain vegetation • Sufficient available land area The suitability of a swale at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the swale system. In general, swales can be used to serve areas of less than 10 acres, with slopes no greater than 5 %. The seasonal high water table should be at least 4 feet below the surface. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Maintenance Requirements: Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant. Therefore, irrigation is not required to maintain growth during dry periods but may be necessary only to prevent the vegetation from dying. Vegetation Lined Drainage Ditches Description: Vegetation lined drainage ditches are similar to grassy swales. These drainage ditches are vegetated channels that convey storm water and remove pollutants by filtration through grass and infiltration through soil. They require soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the ditch and improve pollutant removal rates. Vegetation lined drainage ditches are primarily storm water conveyance systems. They have vegetation lined in the low flow channel and may include vegetated shelves. Vegetation in drainage ditches reduces erosion and removes pollutants by lowering water velocity over the soil surface, binding soil particles with roots, and by filtration through grass and infiltration through soil. Vegetation lined drainage ditches can be used where: • A vegetative lining can provide sufficient stability for the channel grade by increasing maximum permissible velocity • Slopes are generally less than 5%, with protection from sheer stress as needed through the use of BMPs, such as erosion control blankets December 18, 2020 Page 29 of 35 Attachment 4 Description of Best Management Practices (BMPs) Site conditions required to establish vegetation, i.e. climate, soils, topography, are present Design Criteria: The suitability of a vegetation lined drainage ditch at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the ditch system. The hydraulic capacity of the drainage ditch and other elements such as erosion, siltation, and pollutant removal capability, must be taken into consideration. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Other items to consider include the following: • Capacity, cross-section shape, side slopes, and grade • Select appropriate native vegetation • Construct in stable, low areas to conform with the natural drainage system. To reduce erosion potential, design the channel to avoid sharp bends and steep grades. • Design and build drainage ditches with appropriate scour and erosion protection. Surface water should be able to enter over the vegetated banks without erosion occurring. • BMPs, such as erosion control blankets, may need to be installed at the time of seeding to provide stability until the vegetation is fully established. It may also be necessary to divert water from the channel until vegetation is established or to line the channel with sod. • Vegetated ditches must not be subject to sedimentation from disturbed areas. • Sediment traps may be needed at channel inlets to prevent entry of muddy runoff and channel sedimentation. Availability of water during dry periods to maintain vegetation • Sufficient available land area Maintenance: During establishment, vegetation lined drainage ditches should be inspected, repaired, and vegetation reestablished if necessary. After the vegetation has become established, the ditch should be checked periodically to determine if the channel is December 18, 2020 Page 30 of 35 Attachment 4 Description of Best Management Practices (BMPs) withstanding flow velocities without damage. Check the ditch for debris, scour, or erosion and immediately make repairs if needed. Check the channel outlet and all road crossings for bank stability and evidence of piping or scour holes and make repairs immediately. Remove all significant sediment accumulations to maintain the designed carrying capacity. Keep the vegetation in a healthy condition at all times, since it is the primary erosion protection for the channel. Vegetation lined drainage ditches should be seasonally maintained by mowing or irrigating, depending on the vegetation selected. The long-term management of ditches as stable, vegetated, "natural" drainage systems with native vegetation buffers is highly recommended due to the inherent stability offered by grasses, shrubs, trees, and other vegetation. Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant. Therefore, irrigation is not required to maintain growth during dry periods but may be necessary only to prevent the vegetation from dying. Sand Filter Svstems Description: The objective of sand filters is to remove sediment and the pollutants from the first flush of pavement and impervious area runoff. The filtration of nutrients, organics, and coliform bacteria is enhanced by a mat of bacterial slime that develops during normal operations. One of the main advantages of sand filters is their adaptability; they can be used on areas with thin soils, high evaporation rates, low -soil infiltration rates, in limited -space areas, and where groundwater is to be protected. Since their original inception in Austin, Texas, hundreds of intermittent sand filters have been implemented to treat stormwater runoff. There have been numerous alterations or variations in the original design as engineers in other jurisdictions have improved and adapted the technology to meet their specific requirements. Major types include the Austin Sand Filter, the District of Columbia Underground Sand Filter, the Alexandria Dry Vault Sand Filter, the Delaware Sand Filter, and peat -sand filters which are adapted to provide a sorption layer and vegetative cover to various sand filter designs. Design Considerations: • Appropriate for space -limited areas • Applicable in and climates where wet basins and constructed wetlands are not appropriate • High TSS removal efficiency December 18, 2020 Page 31 of 35 Attachment 4 Description of Best Management Practices (BMPs) Cost Considerations: Filtration Systems may require less land than some other BMPs, reducing the land acquisition cost; however the structure itself is one of the more expensive BMPs. In addition, maintenance cost can be substantial. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: New types of erosion control compost are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT=s construction or maintenance activities. Material used within any TxDOT construction or maintenance activities must meet material specifications in accordance with current TxDOT specifications. TxDOT maintains a website at httDs://www.txdot.izov/inside-txdot/division/suDDort/recvcliniz/SDeclist.html that provides information on compost specification data. ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission (now named TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections '332.71 Sampling and Analysis Requirements for Final Products and '332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product=s specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and December 18, 2020 Page 32 of 35 Attachment 4 Description of Best Management Practices (BMPs) to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at httDs://www.com-Dostinacouncil.or2/page/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at httDS://www.compostinLcouncil.orLY/Daize/SealofestingAssuranceSTA. Installation: Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: New types of mulch and compost filter socks are continuously being developed. The Texas Department of Transportation (TxDOT) has established minimum performance standards which must be met for any products seeking to be approved for use within any of TxDOT=s construction or maintenance activities. Mulch and compost filter socks used within any TxDOT construction or maintenance activities must meet material specifications in accordance with TxDOT specification 5049. TxDOT maintains a website at December 18, 2020 Page 33 of 35 Attachment 4 Description of Best Management Practices (BMPs) httDs://www.txdot.2ovlinside-txdot/division/supportlrecvclin�--/sDeclist.html that provides information on compost specification data. Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and Texas Natural Resource Conservation Commission Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. Testing requirements required by the TCEQ are defined in TAC Chapter 332, including Sections '332.71 Sampling and Analysis Requirements for Final Products and '332.72 Final Product Grades. Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product=s specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC is a laboratory manual that provides protocols for the composting industry and test methods for compost analysis. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. Numerous parameters that might be of concern in compost can be tested by following protocols or test methods listed in TMECC. TMECC information can be found at httDs://www.comDostin2council.orL/DaLe/tmecc. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at httDs://www.comDostin2council.ore/Da2e/Sealoff estinLyAssuranceSTA. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. December 18, 2020 Page 34 of 35 Attachment 4 Description of Best Management Practices (BMPs) • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. Sedimentation Chambers (only to be used when there is no space available for other approved BMP's) Description: Sedimentation chambers are stormwater treatment structures that can be used when space is limited such as urban settings. These structures are often tied into stormwater drainage systems for treatment of stormwater prior to entering state waters. The water quality benefits are the removal of sediment and buoyant materials. These structures are not designed as a catch basin or detention basin and not typically used for floodwater attenuation. Design Considerations: Average rainfall and surface area should be considered when following manufacturer's recommendations for chamber sizing and/or number of units needed to achieve effective TSS removal. If properly sized, 50-80% removal of TSS can be expected. Maintenance Requirements: Maintenance requirements include routine inspections, sediment, debris and litter removal, erosion control and nuisance control. December 18, 2020 Page 35 of 35 CHRISTI CRADDICK, CHAIRMAN DANNY SORRELLS RYAN SITTON, COMMISSIONER WAYNE CHRISTIAN, COMMISSIONER ASSISTANT EXECUTIVE DIRECTOR DIRECTOR, OIL AND GAS DIVISION nn", LESLIE SAVAGE, P.G. CHIEF GEOLOGIST RAILROAD COMMISSION OF TEXAS OIL AND GAS DIVISION December 18, 2020 Colonel Timothy R. Vail Galveston District U.S. Army Corps of Engineers P.O. Box 1229 Galveston, Texas 77553-1229 Re: 2020 USACE Nationwide Permits Reissuance NPWs 2, 3, 6, 7, 8, 12, 14, 16, 18, 19, 20, 25, 38, 43, 46, D and E Dear Colonel Vail: This letter is in response to your letter dated October 19, 2020, requesting Clean Water Act Section 401 certification of the United States Army Corps of Engineers (USACE) Nationwide Permits (NWPs), notification of which was published in the September 15, 2020, issue of the Federal Register (85 FR 57298). Regional conditions for NWPs in Texas were proposed in public notices on September 30, 2020 and October 1, 2020. Texas Natural Resources Code, §91.101, and Texas Water Code, §26.131, grant the RRC jurisdiction for water quality certifications for federal permits covering activities associated with the exploration, development, and production, including pipeline transportation, of oil, gas or geothermal resources that may result in discharges to waters of the United States. No person may conduct any activity subject to RRC jurisdiction pursuant to a USACE permit if that activity may result in a discharge into to waters of the United States within the boundaries of the State of Texas, unless the RRC has first issued a certification or waiver of certification under 16 Texas Administrative Code §3.93 (Rule 93). Although the RRC is responsible for water quality certification of activities under the jurisdiction of the RRC, the Texas Commission on Environmental Quality (TCEQ) establishes the Texas Water Quality Standards. This certification is limited to those activities under the jurisdiction of the RRC. For all other activities, the TCEQ will issue the certification as provided in Texas Water Code §26.131. This office has reviewed the following proposed NWPs: 2 (Structures in Artificial Canals), 3 (Maintenance), 6 (Survey Activities), 7 (Outfall Structures and Associated Intake Structures), 8 (Oil and Gas Structures on the Outer Continental Shelf), 12 (Utility Line Activities), 14 (Linear Transportation Projects), 16 (Return Water From Upland Contained Disposal Areas), 18 (Minor Discharges), 19 (Minor Dredging), 20 (Oil Spill Cleanup), 25 (Structural Discharges), 38 (Cleanup of Hazardous and Toxic Waste), 43 (Stormwater Management Facilities), 46 Colonel Timothy R. Vail 2020 USACE Nationwide Permits Reissuance December 18, 2020 (Discharges in Ditches), D (Utility Line Activities for Water and Other Substances), and E (Water Reclamation and Reuse Facilities). Based on our evaluation of the information contained in these documents, the RRC certifies that the activities authorized by NWPs 2, 8, 20, and E should not result in a violation of Texas Surface Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to 16 Texas Administrative Code (TAC) §3.93. The RRC conditionally certifies that the activities authorized by NWPs 3, 6, 7, 12, 14, 16, 18, 19, 25, 38, 43, 46, and D should not result in a violation of Texas Surface Water Quality Standards as required by Section 401 of the Federal Clean Water Act and pursuant to 16 TAC §3.93. Conditions for each NWP are defined in Attachment 1, in accordance with Texas Water Code, §26.003 and 30 TAC §307.5(a), which establish the antidegradation policy. The antidegradation policy and implementation procedures apply to actions regulated under state and federal authority that would increase pollution of the water in the state, including federal permits relating to the discharge of fill or dredged material under Federal Clean Water Act, §404. Conditions for NWPs 6, 7, 12, 14, 16, 18, 19, 25, 38, 43, 46, and D: Certification of these NWPs is conditioned on inclusion of a prohibition on the use of these NWPs in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District. Impacts to rare and ecologically significant coastal dune swales, mangrove marshes, and Columbia bottomlands, would not be considered minimal. Wetland water quality functions as defined in the Texas Surface Water Quality Standards (30 TAC §307) are attributes of wetlands that protect and maintain the quality of water in the state, which include stormwater storage and retention and the moderation of extreme water level fluctuations; shoreline protection against erosion through the dissipation of wave energy and water velocity, and anchoring of sediments; habitat for aquatic life; and removal, transformation, and retention of nutrients and toxic substances. No discharge can be certified if there is a practicable alternative to the proposed discharge that would have less adverse impact on the aquatic ecosystem, so long as the alternative does not have other more significant adverse environmental consequences. Condition for NWP 12 and NWP D: Certification on NWP 12 and NWP D is conditioned on a prohibition on mechanized land clearing in forested wetlands. Wetland water quality functions as defined in the Texas Surface Water Quality Standards (30 TAC §307) are attributes of wetlands that protect and maintain the quality of water in the state, which include stormwater storage and retention and the moderation of extreme water level fluctuations; shoreline protection against erosion through the dissipation of wave energy and water velocity, and anchoring of sediments; habitat for aquatic life; and removal, transformation, and retention of nutrients and toxic substances. No discharge can be certified if there is a practicable alternative to the proposed discharge that would have less adverse impact on the aquatic ecosystem, so long as the alternative does not have other more significant adverse environmental consequences. Condition for NWP 16: Certification of NWP 16 is conditioned on inclusion of a limit of 300 mg/L total suspended solids (TSS) concentration on the return water from upland contained dredged material disposal areas. This limit is promulgated as an effluent limit under Title 40 of Colonel Timothy R. Vail 2020 USACE Nationwide Permits Reissuance December 18, 2020 the Code of Federal Regulations. The requirement has also been included in individual 404 permits. The RRC is conditionally certifying NWP General Condition #12 Soil Erosion and Sediment Controls, and General Condition #25 Water Quality. The conditions address three categories of water quality management with specific recommendations for Best Management Practices (BMPs) for each category intended to enhance the water quality protection. A list of recommended BMPs is included as Attachment 2. The BMPs identified in Attachment 2 are in accordance with the Texas Water Code, §26.003 and the antidegradation policy and implementation procedures in 30 TAC §307.5(a), which apply to actions regulated under state and federal authority that would increase pollution of the water in the state, including federal permits relating to the discharge of fill or dredged material under Federal Clean Water Act, §404. Attachment 3 is provided as a reference for all NWPs. A detailed description of the BMPs is provided in Attachment 4. These BMPs should be included for the protection of waters in the state specific to each NWP as part of the regional conditions for Texas. The conditions identified in Attachment 3 and 4 are in accordance with the Texas Water Code, §26.003 and the antidegradation policy and implementation procedures in 30 TAC §307.5(a), which apply to actions regulated under state and federal authority that would increase pollution of the water in the state, including federal permits relating to the discharge of fill or dredged material under Federal Clean Water Act, §404. USACE is proposing to remove the 300 linear foot limit for NWP 43 and quantify impacts to streams using a'/2-acre limit. Removal of the 300 linear foot limit would also remove the waiver requirement for proposed impacts to streams greater than 300 linear feet. The RRC is concerned about the potential adverse impact to state aquatic resources of the proposed removal of the 300 linear foot limit on stream bed losses. Removing the stream loss limit would mean that stream losses associated with activities covered by this NWP would only be limited by the existing 1/2 - acre limit on overall impacts to waters of the U.S., which could significantly affect state stream resources by allowing upwards of several thousand linear feet of stream impacts under these permits, depending on the dimensions of the streams being impacted. The RRC conditionally certifies this NWP with a cap of 1,500 linear feet on the stream length impacted based on the amount of stream impacts considered minimal by the state. The greater than minimal loss of stream length would result in significant loss of aquatic habitat and degradation of water quality per the state's Antidegradation Policy (30 TAC §307.4(i)) for aquatic life uses and habitat, where vegetative and physical components of the aquatic environment must be maintained or mitigated to protect aquatic life uses. Certification of General Condition 23 Mitigation is conditioned to require USACE to copy RRC on any written notification of a mitigation waiver so that RRC may fulfill its responsibility to ensure water of the state is appropriately protected by understanding the impact of waivers being granted in Texas. By letter dated November 14, 2020, the Texas Parks and Wildlife Department (TPWC) provided substantive recommendations. TPWD commented that the proposal to replace the 300 linear Colonel Timothy R. Vail 2020 USACE Nationwide Permits Reissuance December 18, 2020 foot limit with a half -acre limit would greatly increase the amount of stream subject to impact without PCN and the length of stream allowed to be impacted under a NWP. TPWD recommended that Regional Condition 10 be revised to include resource agency coordination for any proposed discharges into mangrove forests or coastal dune swales. TPWD recommended new Regional Conditions for NWP 3, 6, and 12 include PCN for activities that include general conditions for aquatic life movement, shellfish beds, adverse effects from impoundments, endangered species, designated critical resource waters and notice of fish, shellfish, and other aquatic resource mortality events as it related to the general conditions. The General Conditions cover many of these concerns. In addition, a new regional condition should prohibit use of NWP 12 for discharges into Critical Resource Water (CRW) (GEMS, State Coastal Preserves, Sanctuaries, state Scientific areas, and Ecologically Significant Stream Segments, and Texas protected Mussel Sanctuaries; as well as state designated areas for known mussel habitat and known occurrences of state -and/or federally - listed freshwater mussels species) and their adjacent wetlands. Discharges of dredged or fill material into waters of the U.S. are not authorized by NWP 12 for any activity within, or directly affecting, Designated Critical Resource Waters, including wetlands adjacent to such waters (General Condition 22). PCN is required for NWPs 3 for any activity proposed by permittees in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after she or he determines that the impacts to the critical resource waters will be no more than minimal (General Condition 22). N addition, USACE advised by letter dated December 11, 2020, that USACE may designate, after notice and opportunity for public comment, additional waters having particular environmental or ecological significance. Although the process for designating the requested areas as CRWs was initiated, it has not been completed. The RRC reserves the right to modify this certification should it be determined that significant cumulative or secondary impacts are occurring as a result of the activities authorized by the USACE under these NPWs. The RRC has reviewed this proposed action for consistency with the Texas Coastal Management Plan (TCMP) goals and policies, in accordance with the regulations of the TCMP, and has found that the proposed action will have direct and significant adverse effect on any coastal natural resource area identified in the applicable policies, but has determined that the proposed action is consistent with the applicable goals and policies of the TCMP. This consistency determination is conditioned on inclusion in the NWPs of the conditions discussed above, as well as the following conditions: Under General Condition 18 (Endangered Species), no activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify the critical habitat of such species. However, the General Condition does not include such a prohibition on activity that could jeopardize the continued existence of a threatened or 4 Colonel Timothy R. Vail 2020 USACE Nationwide Permits Reissuance December 18, 2020 endangered species or a species proposed for such designation, as identified by the State of Texas. USACE should coordinated with Texas Parks and Wildlife for all discharges, work, dredging activities, or dewatering activities proposed in non -tidal waters in which state and/or federal listed freshwater mussel species are known to occur and/or are within one of the 18 listed Texas protected mussel sanctuaries. If you require further assistance, please contact me at 512-463-7308 or by email at Leslie. sava2e(&,ffc.texas. 2ov. Regards, Leslie Savage, Chief Geologist Oil and Gas Division Railroad Commission of Texas Ccs: (Via Electronic mail) Mr. Stephen Brooks, Branch Chief, U.S. Army Corp of Engineers, Regulatory Branch, Fort Worth Branch Chief, U.S. Army Corps of Engineers, Albuquerque District Regulatory Branch Chief, U.S. Army Corps of Engineers, Regulatory Branch, Tulsa Regulatory Branch Chief, U.S. Army Corps of Engineers, El Paso Regulatory Office Ms. Leslie Koza, Texas Parks and Wildlife Ms. Allison Buchtien, Texas General Land Office via e-mail Attachment 1 Conditions of Section 401 Certification for Nationwide Permits and General Conditions General Condition 12 (Soil Erosion and Sediment Controls) Erosion control and sediment control BMPs described in Attachment 2 are required with the use of this general condition. If the applicant does not choose one of the BMPs listed in Attachment 2, an individual 401 certification is required. General Condition 25 (Water Oualitv) Post -construction total suspended solids (TSS) BMPs described in Attachment 2 are required with the use of this general condition. If the applicant does not choose one of the BMP's listed in Attachment 2, an individual 401 certification is required. General Condition 23 (Mitigation) The USACE will copy the RRC on all mitigation waivers sent to applicants. NWP 43 The USACE will copy the RRC on all written approvals of waivers for impacts to ephemeral, intermittent or perennial streams. NWPs 2, 3, 6, 7, 8, 12, 14, 16, 18, 19, 20, 25, 38, 43, and 46 These NWPs are not authorized for use in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District, Texas. NWP 3 (Maintenance) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 6 (Survev Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 7 (Outfall Structures and Associated Intake Structures) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 12 (Utility Line Activities) Soil Erosion and Sediment Controls under General Condition 12 are required. Postconstruction TSS controls under General Condition 25 are required. NWP 14 (Linear Transportation Projects) Soil Erosion and Sediment Controls under General Condition 12 are required. Postconstruction TSS controls under General Condition 2 5 are required. NWP 16 (Return Water From Upland Contained Disposal Areas) Effluent from an upland contained disposal area shall not exceed a TSS concentration of 300 mg/L unless a site -specific TSS limit, or a site specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ. NWP 18 (Minor Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. Postconstruction TSS controls under General Condition 2 5 are required. NWP 19 (Minor Dred2in2) Soil Erosion: and Sediment Controls under General Condition 12 are required. NWP 25 (Structural Discharges) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 38 (Cleanup of Hazardous and Toxic Waste) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 43 (Stormwater Management Facilities) Soil Erosion and Sediment Controls under General Condition 12 are required. NWP 46 (Discharges in Ditches) Soil Erosion and Sediment Controls under General Condition 12 are required. Attachment 2 401 Water Oualitv Certification Best Manauement Practices (BMPs) for Nationwide Permits I. Erosion Control Disturbed areas must be stabilized to prevent the introduction of sediment to adjacent wetlands or water bodies during wet weather conditions (erosion). At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 14, 18, 19, 25, 38, 43, and 46. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. o Temporary Vegetation o Mulch o Interceptor Swale o Erosion Control Compost o Compost Filter Socks II. Sedimentation Control o Blankets/Matting o Sod o Diversion Dike o Mulch Filter Socks Prior to project initiation, the project area must be isolated from adjacent wetlands and water bodies by the use of BMPs to confine sediment. Dredged material shall be placed in such a manner that prevents sediment runoff into water in the state, including wetlands. Water bodies can be isolated by the use of one or more of the required BMPs identified for sedimentation control. These BMP's must be maintained and remain in place until the dredged material is stabilized. At least one of the following BMPs must be maintained and remain in place until the area has been stabilized for NWPs 3, 6, 7, 12, 14, 18, 19, 25, 38, 43, and 46. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. o Sand Bag Berm o Rock Berm o Silt Fence o Triangular Filter Dike o Stone Outlet Sediment Traps o Erosion Control Compost o Compost Filter Socks III. Post -Construction TSS Control o Hay Bale Dike o Brush Berms o Sediment Basins o Mulch Filter Socks After construction has been completed and the site is stabilized, total suspended solids (TSS) loadings shall be controlled by at least one of the following BMPs for NWPs 12, 14, and 18. If the applicant does not choose one of the BMPs listed, an individual 401 certification is required. o Retention/Irrigation Systems o Constructed Wetlands o Extended Detention Basin o Wet Basins o Vegetative Filter Strips o Vegetation lined drainage ditches o Grassy Swales o Sand Filter Systems o Erosion Control Compost o Mulch Filter Socks o Compost Filter Socks o Sedimentation Chambers* * Only to be used when there is no space available for other approved BMPs. IV. NWP 16: Return Water from Upland Contained Disposal Areas Effluent from an upland contained disposal area shall not exceed a TSS concentration of 300 mg/L unless a site -specific TSS limit, or a site specific correlation curve for turbidity (nephelometric turbidity units (NTU)) versus TSS has been approved by TCEQ. V. All NWPs except NWP 3 These NWPs are not authorized for use in coastal dune swales, mangrove marshes, and Columbia bottomlands in the Galveston District, Texas. Attachment 3 Reference to Nationwide Permits Best Management Practices Requirements NWP Permit Description Erosion Control Sediment Post Control Construction TSS 2 Structures in Artificial Canals 3 Maintenance X X 6 Survey Activities Trenching X X 7 Outfall Structures and X X Associated Intake Structures 8 Oil and Gas Structures on the X X Outer Continental Shelf 12 Utility Line Activities X X 14 Liner Transportation Projects X X 16 Return Water From Upland Contained Disposal Areas 18 Minor Discharges X X 19 Minor Dredging X X 20 Response Operations for Oil and Hazardous Substances 25 Structural Discharges X X 38 Cleanup o Hazardous and X X Toxic Waste 43 Stormwater Management X X Facilities 46 Discharges in Ditches X X X X M Attachment 4 EROSION CONTROL BMPs Temvorary Vegetation Description: Vegetation can be used as a temporary or permanent stabilization technique for areas disturbed by construction. Vegetation effectively reduces erosion in swales, stockpiles, berms, mild to medium slopes, and along roadways. Other techniques such as matting, mulches, and grading may be required to assist in the establishment of vegetation. Materials: • The type of temporary vegetation used on a site is a function of the season and the availability of water for irrigation. • Temporary vegetation should be selected appropriately for the area. • County agricultural extension agents are a good source for suggestions for temporary vegetation. • All seed should be high quality, U.S. Dept. of Agriculture certified seed. Installation: • Grading must be completed prior to seeding. • Slopes should be minimized. • Erosion control structures should be installed. • Seedbeds should be well pulverized, loose, and uniform. • Fertilizers should be applied at appropriate rates. • Seeding rates should be applied as recommended by the county agricultural extension agent. • The seed should be applied uniformly. • Steep slopes should be covered with appropriate soil stabilization matting. Blankets and Matting Description: Blankets and matting material can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are in channels, interceptor swales, diversion dikes, short, steep slopes, and on tidal or stream banks. Materials: The Texas Department of Transportation (TxDOT) has defined the critical performance factors for these types of products and has established minimum performance standards which must be met for any product seeking to be approved for use within any of TxDOT's construction or maintenance activities. The products that have been approved by TxDOT are also appropriate for general construction site stabilization. TxDOT maintains a web site at http://www.txdot.aov/business/doing business/product_ evaluation/erosioncontrol.htm, which is updated as new products are evaluated. Installation: • Install in accordance with the manufacturer's recommendations. • Proper anchoring of the material. • Prepare a friable seed bed relatively free from clods, rocks and any foreign material. • Fertilize and seed in accordance with seeding or other type of planting plan. 2020 USACE Nationwide Permits Erosion Control BMPs • Erosion stops should extend beyond the channel liner to full design cross-section of the channel. • A uniform trench perpendicular to line of flow may be dug with a spade or a mechanical trencher. • Erosion stops should be deep enough to penetrate solid material or below level of ruling in sandy soils. • Erosion stop mats should be wide enough to allow turnover at bottom of trench for stapling, while maintaining the top edge flush with channel surface. Mulch Description: Mulching is the process of applying a material to the exposed soil surface to protect it from erosive forces and to conserve soil moisture until plants can become established. When seeding critical sites, sites with adverse soil conditions or seeding on other than optimum seeding dates, mulch material should be applied immediately after seeding. Seeding during optimum seeding dates and with favorable soils and site conditions will not need to be mulched. Materials: • Mulch may be small grain straw which should be applied uniformly. • On slopes 15 percent or greater, a binding chemical must be applied to the surface. • Wood -fiber or paper -fiber mulch may be applied by hydroseeding. • Mulch nettings may be used. • Wood chips may be used where appropriate. Installation: Mulch anchoring should be accomplished immediately after mulch placement. This may be done by one of the following methods: peg and twine, mulch netting, mulch anchoring tool, or liquid mulch binders. Description: Sod is appropriate for disturbed areas which require immediate vegetative covers, or where sodding is preferred to other means of grass establishment. Locations particularly suited to stabilization with sod are waterways carrying intermittent flow, areas around drop inlets or in grassed swales, and residential or commercial lawns where quick use or aesthetics are factors. Sod is composed of living plants and those plants must receive adequate care to provide vegetative stabilization on a disturbed area. Materials: • Sod should be machine cut at a uniform soil thickness. • Pieces of sod should be cut to the supplier's standard width and length. • Torn or uneven pads are not acceptable. • Sections of sod should be strong enough to support their own weight and retain their size and shape when suspended from a firm grasp. • Sod should be harvested, delivered, and installed within a period of 36 hours. Installation: • Areas to be sodded should be brought to final grade. • The surface should be cleared of all trash and debris. 2 2020 USACE Nationwide Permits Erosion Control BMPs • Fertilize according to soil tests. • Fertilizer should be worked into the soil. • Sod should not be cut or laid in excessively wet or dry weather. • Sod should not be laid on soil surfaces that are frozen. • During periods of high temperature, the soil should be lightly irrigated. • The first row of sod should be laid in a straight line with subsequent rows placed parallel to and butting tightly against each other. • Lateral joints should be staggered to promote more uniform growth and strength. • Wherever erosion may be a problem, sod should be laid with staggered joints and secured. • Sod should be installed with the length perpendicular to the slope (on the contour). • Sod should be rolled or tamped. • Sod should be irrigated to a sufficient depth. • Watering should be performed as often as necessary to maintain soil moisture. • The first mowing should not be attempted until the sod is firmly rooted. • Not more than one third of the grass leaf should be removed at any one cutting. Interceptor Swale Interceptor swales are used to shorten the length of exposed slope by intercepting runoff, prevent off -site runoff from entering the disturbed area, and prevent sediment -laden runoff from leaving a disturbed site. They may have a v-shape or be trapezoidal with a flat bottom and side slopes of 3:1 or flatter. The outflow from a swale should be directed to a stabilized outlet or sediment trapping device. The swales should remain in place until the disturbed area is permanently stabilized. Materials: • Stabilization should consist of a layer of crushed stone three inches thick, riprap or high velocity erosion control mats. • Stone stabilization should be used when grades exceed 2% or velocities exceed 6 feet per second. • Stabilization should extend across the bottom of the swale and up both sides of the channel to a minimum height of three inches above the design water surface elevation based on a 2-year, 24- hour storm. Installation: • An interceptor swale should be installed across exposed slopes during construction and should intercept no more than 5 acres of runoff. • All earth removed and not needed in construction should be disposed of in an approved spoils site so that it will not interfere with the functioning of the swale or contribute to siltation in other areas of the site. • All trees, brush, stumps, obstructions and other material should be removed and disposed of so as not to interfere with the proper functioning of the swale. • Swales should have a maximum depth of 1.5 feet with side slopes of 3:1 or flatter. Swales should have positive drainage for the entire length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. Stabilization should be crushed stone placed in a layer of at least 3 inches thick or may be high velocity erosion control matting. Check dams are also 2020 USACE Nationwide Permits Erosion Control BMPs recommended to reduce velocities in the swales possibly reducing the amount of stabilization necessary. • Minimum compaction for the swale should be 90% standard proctor density. Diversion Dikes A temporary diversion dike is a barrier created by the placement of an earthen embankment to reroute the flow of runoff to an erosion control device or away from an open, easily erodible area. A diversion dike intercepts runoff from small upland areas and diverts it away from exposed slopes to a stabilized outlet, such as a rock berm, sandbag berm, or stone outlet structure. These controls can be used on the perimeter of the site to prevent runoff from entering the construction area. Dikes are generally used for the duration of construction to intercept and reroute runoff from disturbed areas to prevent excessive erosion until permanent drainage features are installed and/or slopes are stabilized. Materials: • Stone stabilization (required for velocities in excess of 6 fps) should consist of riprap placed in a layer at least 3 inches thick and should extend a minimum height of 3 inches above the design water surface up the existing slope and the upstream face of the dike. • Geotextile fabric should be a non -woven polypropylene fabric designed specifically for use as a soil filtration media with an approximate weight of 6 oz./yd2, a Mullen burst rating of 140 psi, and having an equivalent opening size (EOS) greater than a #50 sieve. Installation: • Diversion dikes should be installed prior to, and maintained for the duration of, construction and should intercept no more than 10 acres of runoff. • Dikes should have a minimum top width of 2 feet and a minimum height of compacted fill of 18 inches measured form the top of the existing ground at the upslope toe to top of the dike and have side slopes of 3:1 or flatter. • The soil for the dike should be placed in lifts of 8 inches or less and be compacted to 95 % standard proctor density . • The channel, which is formed by the dike, must have positive drainage for its entire length to an outlet. • When the slope exceeds 2 percent, or velocities exceed 6 feet per second (regardless of slope), stabilization is required. In situations where velocities do not exceed 6 feet per second, vegetation may be used to control erosion. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal 4 2020 USACE Nationwide Permits Erosion Control BMPs Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at httn://tmecc.orR/sta/STA mo2ram descrit)tion.html. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 5 2020 USACE Nationwide Permits Erosion Control BMPs 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (ST A) program contains information regarding compost ST A certification. STA program information can be found at httr)://tmecc.oriz/sta/STA nro2ram description.html. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. SEDIMENT CONTROL BMPS Sand Bat Berm Description: The purpose of a sandbag berm is to detain sediment carried in runoff from disturbed areas by intercepting runoff and causing it to pool behind the sand bag berm. Sediment carried in the runoff is deposited on the upstream side of the sand bag berm due to the reduced flow velocity. Excess runoff volumes are allowed to flow over the top of the sand bag berm. Sand bag berms are used only during construction activities in streambeds when the contributing drainage area is between 5 and 10 acres and the slope is less than 15%, i.e., pipeline construction in channels, temporary channel crossing for construction equipment, etc. Plastic facing should be installed on the upstream side and the berm should be anchored to the streambed by drilling into the rock and driving in T-posts or rebar (#5 or #6) spaced appropriately. Materials: • The sand bag material should be polypropylene, polyethylene, polyamide or cotton burlap woven fabric, minimum unit weight 4 oz/yd 2, mullen burst strength exceeding 300 psi and ultraviolet stability exceeding 70%. • The bag length should be 24 to 30 inches, width should be 16 to 18 inches and thickness should be 6 to 8 inches. 0 2020 USACE Nationwide Permits Erosion Control BMPs • Sandbags should be filled with coarse grade sand and free from deleterious material. All sand should pass through a No. 10 sieve. The filled bag should have an approximate weight of 40 pounds. • Outlet pipe should be schedule 40 or stronger polyvinyl chloride (PVC) having a nominal internal diameter of 4 inches. Installation: • The berm should be a minimum height of 18 inches, measured from the top of the existing ground at the upslope toe to the top of the berm. • The berm should be sized as shown in the plans but should have a minimum width of 48 inches measured at the bottom of the berm and 16 inches measured at the top of the berm. • Runoff water should flow over the tops of the sandbags or through 4-inch diameter PVC pipes embedded below the top layer of bags. • When a sandbag is filled with material, the open end of the sandbag should be stapled or tied with nylon or poly cord. • Sandbags should be stacked in at least three rows abutting each other, and in staggered arrangement. • The base of the berm should have at least 3 sandbags. These can be reduced to 2 and 1 bag in the second and third_ rows respectively. • For each additional 6 inches of height, an additional sandbag must be added to each row width. • A bypass pump -around system, or similar alternative, should be used on conjunction with the berm for effective dewatering of the work area. Silt Fence Description: A silt fence is a barrier consisting of geotextile fabric supported by metal posts to prevent soil and sediment loss from a site. Silt fences can be highly effective at controlling sediment from disturbed areas by causing runoff to pond, allowing heavier solids to settle. The purpose of a silt fence is to intercept and detain water -borne sediment from unprotected areas of a limited extent. Silt fence is used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. This fence should remain in place until the disturbed area is permanently stabilized. Silt fence should not be used where there is a concentration of water in a channel or drainage way. If concentrated flow occurs after installation, corrective action must be taken such as placing a rock berm in the areas of concentrated flow. Silt fencing within the site may be temporarily moved during the day to allow construction activity provided it is replaced and properly anchored to the ground at the end of the day. Silt fences on the perimeter of the site or around drainage ways should not be moved at any time. Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, Mullen burst strength exceeding 190 lb/in 2, ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. • Fence posts should be made of hot rolled steel, at least 4 feet long with Tee or Y-bar cross section, surface painted or galvanized, minimum nominal weight 1.25 lb/ft 2, and Brindell hardness exceeding 140. 7 2020 USACE Nationwide Permits Erosion Control BMPs • Woven wire backing to support the fabric should be galvanized 2-inch x 4-inch welded wire, 12 gauge minimum. Installation: • Steel posts, which support the silt fence, should be installed on a slight angle toward the anticipated runoff source. Post must be embedded a minimum of 1 foot deep and spaced not more than 8 feet on center. Where water concentrates, the maximum spacing should be 6 feet. • Lay out fencing down -slope of disturbed area, following the contour as closely as possible. The fence should be sited so that the maximum drainage area is * acre/100 feet of fence. • The toe of the silt fence should be trenched in with a spade or mechanical trencher so that the down -slope face of the trench is flat and perpendicular to the line of flow. Where fence cannot be trenched in, weight fabric flap with 3 inches of pea gravel on uphill side to prevent flow from seeping under fence. • The trench must be a minimum of 6 inches deep and 6 inches wide to allow for the silt fence fabric to be laid in the ground and backfilled with compacted material. • Silt fence should be securely fastened to each steel support post or to woven wire attached to the steel fence post. There should be a 3-foot overlap, securely fastened where ends of fabric meet. Triangular Sediment Filter Dike Description: The purpose of a triangular sediment filter dike is to intercept and detain water- borne sediment from unprotected areas of limited extent. The triangular sediment filter dike is used where there is no concentration of water in a channel or other drainage way above the barrier and the contributing drainage area is less than one acre. If the uphill slope above the dike exceeds 10%, the length of the slope above the dike should be less than 50 feet. If concentrated flow occurs after installation, corrective action should be taken such as placing rock berm in the areas of concentrated flow. This measure is effective on paved areas where installation of silt fence is not possible or where vehicle access must be maintained. The advantage of these controls is the ease with which they can be moved to allow vehicle traffic and then reinstalled to maintain sediment. Materials: • Silt fence material should be polypropylene, polyethylene or polyamide woven or nonwoven fabric. The fabric width should be 36 inches, with a minimum unit weight of 4.5 oz/yd, Mullen burst strength exceeding 190 lb/in 2 , ultraviolet stability exceeding 70%, and minimum apparent opening size of U.S. Sieve No. 30. • The dike structure should be 6 gauge 6-ing x 6-inch wire mesh folded into triangular form being eighteen (18) inches on each side. Installation: • The frame of the triangular sediment filter dike should be constructed of 6-inch x 6-inch, 6 gauge welded wire mesh, 18 inches per side, and wrapped with geotextile fabric the same composition as that used for silt fences. • Filter material should lap over ends 6 inches to cover dike to dike junction; each junction should be secured by shoat rings. 8 2020 USACE Nationwide Permits Erosion Control BMPs • Position dike parallel to the contours, with the end of each section closely abutting the adjacent sections. • There are several options for fastening the filter dike to the ground. The fabric skirt may be toed -in with 6 inches of compacted material, or 12 inches of the fabric skirt should extend uphill and be secured with a minimum of 3 inches of open graded rock, or with staples or nails. If these two options are not feasible the dike structure may be trenched in 4 inches. • Triangular sediment filter dikes should be installed across exposed slopes during construction with ends of the dike tied into existing grades to prevent failure and should intercept no more than one acre of runoff. • When moved to allow vehicular access, the dikes should be reinstalled as soon as possible, but always at the end of the workday. Rock Berm Description: The purpose of a rock berm is to serve as a check dam in areas of concentrated flow, to intercept sediment -laden runoff, detain the sediment and release the water in sheet flow. The rock berm should be used when the contributing drainage area is less than 5 acres. Rock berms are used in areas where the volume of runoff is too great for a silt fence to contain. They are less effective for sediment removal than silt fences, particularly for fine particles, but can withstand higher flows than a silt fence. As such, rock berms are often used in areas of channel flows. Rock berms are most effective at reducing bed load in channels and should not be substituted for other erosion and sediment control measures further up the watershed. Materials: • The berm structure should be secured with a woven wire sheathing having maximum opening of one inch and a minimum wire diameter of 20 gauge galvanized and should be secured with shoat rings. • Clean, open graded 3- to 5-inch diameter rock should be used, except in areas where high velocities or large volumes of flow are expected, where 5- to 8-inch diameter rocks may be used. Installation: • Lay out the woven wire sheathing perpendicular to the flow line. The sheathing should be 20 gauge woven wire mesh with 1 inch openings. • Berm should have a top width of 2 feet minimum with side slopes being 2:1 (H:V) or flatter. • Place the rock along the sheathing to a height not less than 18 inches. • Wrap the wire sheathing around the rock and secure with tie wire so that the ends of the sheathing overlap at least 2 inches, and the berm retains its shape when walked upon. • Berm should be built along the contour at zero percent grade or as near as possible. • The ends of the berm should be tied into existing upslope grade and the berm should be buried in a trench approximately 3 to 4 inches deep to prevent failure of the control. Hav Bale Dike Description: The purpose of a hay or straw bale dike is to intercept and detain small amounts of sediment -laden runoff from relatively small unprotected areas. Straw bales are to be used when it is not feasible to install other, more effective measures or when the construction phase is expected to last less than 3 months. Straw bales should not be used on areas where rock or other hard surfaces prevent the full and uniform anchoring of the barrier. 0 2020 USACE Nationwide Permits Erosion Control BMPs Materials: Straw: The best quality straw mulch comes from wheat, oats or barley and should be free of weed and grass seed which may not be desired vegetation for the area to be protected. Straw mulch is light and therefore must be properly anchored to the ground. Hay: This is very similar to straw with the exception that it is made of grasses and weeds and not grain stems. This form of mulch is very inexpensive and is widely available but does introduce weed and grass seed to the area. Like straw, hay is light and must be anchored. • Straw bales should weigh a minimum of 50 pounds and should be at least 30 inches long. • Bales should be composed entirely of vegetable matter and be free of seeds. • Binding should be either wire or nylon string, jute or cotton binding is unacceptable. Bales should be used for not more than two months before being replaced. Installation: • Bales should be embedded a minimum of 4 inches and securely anchored using 2-inch x 2-inch wood stakes or 3/8-inch diameter rebar driven through the bales into the ground a minimum of 6 inches. • Bales are to be placed directly adjacent to one another leaving no gap between them. • All bales should be placed on the contour. • The first stake in each bale should be angled toward the previously laid bale to force the bales together. Brush Berms Organic litter and spoil material from site clearing operations is usually burned or hauled away to be dumped elsewhere. Much of this material can be used effectively on the construction site. The key to constructing an efficient brush berm is in the method used to obtain and place the brush. It will not be acceptable to simply take a bulldozer and push whole trees into a pile as this does not assure continuous ground contact with the berm and will allow uncontrolled flows under the berm. Brush berms may be used where there is little or no concentration of water in a channel or other drainage way above the berm. The size of the drainage area should be no greater than one- fourth of an acre per 100 feet of barrier length; the maximum slope length behind the barrier should not exceed 100 feet; and the maximum slope gradient behind the barrier should be less than 50% (2:1). Materials: • The brush should consist of woody brush and branches, preferably less than 2 inches in diameter. • The filter fabric should conform to the specifications for filter fence fabric. • The rope should be 1/4 - inch polypropylene or nylon rope. • The anchors should be 3/8-inch diameter rebar stakes that are 18-inches long. Installation: • Lay out the brush berm following the contour as closely as possible. 10 2020 USACE Nationwide Permits Erosion Control BMPs • The juniper limbs should be cut and hand placed with the vegetated part of the limb in close contact with the ground. Each subsequent branch should overlap the previous branch providing a shingle effect. • The brush berm should be constructed in lifts with each layer extending the entire length of the berm before the next layer is started. • A trench should be excavated 6-inches wide and 4-inches deep along the length of the barrier and immediately uphill from the barrier. • The filter fabric should be cut into lengths sufficient to lay across the barrier from its up -slope base to just beyond its peak. The lengths of filter fabric should be draped across the width of the barrier with the uphill edge placed in the trench and the edges of adjacent pieces overlapping each other. Where joints are necessary, the fabric should be spliced together with a minimum 6- inch overlap and securely sealed. • The trench should be backfilled and the soil compacted over the filter fabric. • Set stakes into the ground along the downhill edge of the brush barrier, and anchor the fabric by tying rope from the fabric to the stakes. Drive the rope anchors into the ground at approximately a 45-degree angle to the ground on 6-foot centers. • Fasten the rope to the anchors and tighten berm securely to the ground with a minimum tension of 50 pounds. • The height of the brush berm should be a minimum of 24 inches after the securing ropes have been tightened. Stone Outlet Sediment Traps A stone outlet sediment trap is an impoundment created by the placement of an earthen and stone embankment to prevent soil and sediment loss from a site. The purpose of a sediment trap is to intercept sediment -laden runoff and trap the sediment in order to protect drainage ways, properties and rights of way below the sediment trap from sedimentation. A sediment trap is usually installed at points of discharge from disturbed areas. The drainage area for a sediment trap is recommended to be less than 5 acres. Larger areas should be treated using a sediment basin. A sediment trap differs from a sediment basin mainly in the type of discharge structure. The trap should be located to obtain the maximum storage benefit from the terrain, for ease of clean out and disposal of the trapped sediment and to minimize interference with construction activities. The volume of the trap should be at least 3600 cubic feet per acre of drainage area. Materials: • All aggregate should be at least 3 inches in diameter and should not exceed a volume of 0. 5 cubic foot. • The geotextile fabric specification should be woven polypropylene, polyethylene or polyamide geotextile, minimum unit weight of 4.5 oz/yd 2, mullen burst strength at least 2 50 lb/in 2, ultraviolet stability exceeding 70%, and equivalent opening size exceeding 40. Installation: • Earth Embankment: Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95% standard proctor density. Do not place material on 11 2020 USACE Nationwide Permits Erosion Control BMPs surfaces that are muddy or frozen. Side slopes for the embankment are to be 3: 1. The minimum width of the embankment should be 3 feet. • A gap is to be left in the embankment in the location where the natural confluence of runoff crosses the embankment line. The gap is to have a width in feet equal to 6 times the drainage area in acres. • Geotextile Covered Rock Core: A core of filter stone having a minimum height of 1.5 feet and a minimum width at the base of 3 feet should be placed across the opening of the earth embankment and should be covered by geotextile fabric which should extend a minimum distance of 2 feet in either direction from the base of the filter stone core. • Filter Stone Embankment: Filter stone should be placed over the geotextile and is to have a side slope which matches that of the earth embankment of 3:1 and should cover the geotextile/rock core a minimum of 6 inches when installation is complete. The crest of the outlet should be at least 1 foot below the top of the embankment. Sediment Basins: The purpose of a sediment basin is to intercept sediment -laden runoff and trap the sediment to protect drainage ways, properties and rights of way below the sediment basin from sedimentation. A sediment basin is usually installed at points of discharge from disturbed areas. The drainage area for a sediment basin is recommended to be less than 100 acres. Sediment basins. are effective for capturing and slowly releasing the runoff from larger disturbed areas thereby allowing sedimentation to take place. A sediment basin can be created where a permanent pond BMP is being constructed. Guidelines for construction of the permanent BMP should be followed, but revegetation, placement of underdrain piping, and installation of sand or other filter media should not be carried out until the site construction phase is complete. Materials: • Riser should be corrugated metal or reinforced concrete pipe or box and should have watertight fittings or end to end connections of sections. • An outlet pipe of corrugated metal or reinforced concrete should be attached to the riser and should have positive flow to a stabilized outlet on the downstream side of the embankment. • An anti -vortex device and rubbish screen should be attached to the top of the riser and should be made of polyvinyl chloride or corrugated metal. Basin Design and Construction: • For common drainage locations that serve an area with ten or more acres disturbed at one time, a sediment basin should provide storage for a volume of runoff from a two-year, 24-hour storm from each disturbed acre drained. • The basin length to width ratio should be at least 2:1 to improve trapping efficiency. The shape may be attained by excavation or the use of baffles. The lengths should be measured at the elevation of the riser de -watering hole. • Place fill material in layers not more than 8 inches in loose depth. Before compaction, moisten or aerate each layer as necessary to provide the optimum moisture content of the material. Compact each layer to 95% standard proctor density. Do not place material on surfaces that are muddy or frozen. Side slopes for the embankment should be 3:1 (H:V). 12 2020 USACE Nationwide Permits Erosion Control BMPs • An emergency spillway should be installed adjacent to the embankment on undisturbed soil and should be sized to carry the full amount of flow generated by a 10-year, 3-hour storm with 1 foot of freeboard less the amount which can be carried by the principal outlet control device. • The emergency spillway should be lined with riprap as should the swale leading from the spillway to the normal watercourse at the base of the embankment. • The principal outlet control device should consist of a rigid vertically oriented pipe or box of corrugated metal or reinforced concrete. Attached to this structure should be a horizontal pipe, which should extend through the embankment to the toe of fill to provide a de -watering outlet for the basin. • An anti -vortex device should be attached to the inlet portion of the principal outlet control device to serve as a rubbish screen. • A concrete base should be used to anchor the principal outlet control device and should be sized to provide a safety factor of 1.5 (downward forces= 1.5 buoyant forces). • The basin should include a permanent stake to indicate the sediment level in the pool and marked to indicate when the sediment occupies 50% of the basin volume (not the top of the stake). • The top of the riser pipe should remain open and be guarded with a trash rack and anti -vortex device. The top of the riser should be 12 inches below the elevation of the emergency spillway. The riser should be sized to convey the runoff from the 2-year, 3-hour storm when the water surface is at the emergency spillway elevation. For basins with no spillway the riser must be sized to convey the runoff from the 10-yr, 3-hour storm. • Anti -seep collars should be included when soil conditions or length of service make piping through the backfill a possibility. • The 48-hour drawdown time will be achieved by using a riser pipe perforated at the point measured from the bottom of the riser pipe equal to 1/2 the volume of the basin. This is the maximum sediment storage elevation. The size of the perforation may be calculated as follows: Ao = As x 2h Cd x 980,000 Where: As = Area of the de -watering hole, ft 2 Ao = Surface area of the basin, ft 2 Cd = Coefficient of contraction, approximately 0.6 h = head of water above the hole, ft Perforating the riser with nultiple holes in a combined surface area equal to Ao is acceptable. 13 2020 USACE Nationwide Permits Erosion Control BMPs Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: ECC used for projects not related to TxDOT should be of quality materials by meeting performance standards and compost specification data. Products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC provides protocols to sample, monitor, and analyze materials during all stages of the composting process. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost STA certification. STA program information can be found at httD://tmecc.ora/sta/STA program description.html. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. 14 2020 USACE Nationwide Permits Erosion Control BMPs Materials: Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (ST A) program contains information regarding compost STA certification. STA program information can be found at httr)://tmecc.oriz/sta/STA nro2ram description.html. Installation: • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. POST -CONSTRUCTION TSS CONTROLS Retention/Irriation Svstems Description: Retention/irrigation systems refer to the capture of runoff in a holding pond, then use of the captured water for irrigation of appropriate landscape areas. Retention/irrigation systems are characterized by the capture and disposal of runoff without direct release of captured flow to receiving streams. Retention systems exhibit excellent pollutant removal but require regular, proper maintenance. Design Considerations: Retention/irrigation practices achieve 100% removal efficiency of total suspended solids contained within the volume of water captured. Design elements of 15 2020 USACE Nationwide Permits Erosion Control BMPs retention/irrigation systems include runoff storage facility configuration and sizing, pump and wet well system components, basin lining, basin detention time, and physical and operational components of the irrigation system. Retention/irrigation systems are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for retention/irrigation systems include routine inspections, sediment removal, mowing, debris and litter removal, erosion control, and nuisance control. Extended Detention Basin Description: Extended detention facilities are basins that temporarily store a portion of stormwater runoff following a storm event. Extended detention basins are normally used to remove particulate pollutants and to reduce maximum runoff rates associated with development to their pre -development levels. The water quality benefits are the removal of sediment and buoyant materials. Furthermore, nutrients, heavy metals, toxic materials, and oxygen -demanding materials associated with the particles also are removed. The control of the maximum runoff rates serves to protect drainage channels below the device from erosion and to reduce downstream flooding. Design Considerations: Extended detention basins can remove approximately 75% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of extended detention basins include basin sizing, basin configuration, basin side slopes, basin lining, inlet/outlet structures, and erosion controls. Extended detention basins are appropriate for large drainage areas with low to moderate slopes. The retention capacity should be sufficient considering the average rainfall event for the area. Maintenance Requirements: Maintenance requirements for extended detention basins include routine inspections, mowing, debris and litter removal, erosion control, structural repairs, nuisance control, and sediment removal. Vegetative Filter Strips Description: Filter strips, also known as vegetated buffer strips, are vegetated sections of land similar to grassy swales except they are essentially flat with low slopes, and are designed only to accept runoff as overland sheet flow. They may appear in any vegetated form from grassland to forest, and are designed to intercept upstream flow, lower flow velocity, and spread water out as sheet flow. The dense vegetative cover facilitates conventional pollutant removal through detention, filtration by vegetation, and infiltration. Filter strips cannot treat high velocity flows, and do not provide enough storage or infiltration to effectively reduce peak discharges to predevelopment levels for design storms. This lack of quantity control favors use in rural or low - density development; however, they can provide water quality benefits even where the impervious cover is as high as 50%. Flat slopes and low to fair permeability of natural subsoil are required for effective performance of filter strips. Although an inexpensive control measure, they are most useful in contributing watershed areas where peak runoff velocities are low as they are unable to treat the high flow 16 2020 USACE Nationwide Permits Erosion Control BMPs velocities typically associated with high impervious cover. Successful performance of filter strips relies heavily on maintaining shallow unconcentrated flow. To avoid flow channelization and maintain performance, a filter strip should: • Be equipped with a level spreading device for even distribution of runoff • Contain dense vegetation with a mix of erosion resistant, soil binding species • Be graded to a uniform, even and relatively low slope • Laterally traverse the contributing runoff area Filter strips can be used upgradient from watercourses, wetlands, or other water bodies along toes and tops of slopes and at outlets of other stormwater management structures. They should be incorporated into street drainage and master drainage planning. The most important criteria for selection and use of this BMP are soils, space, and slope. Design Considerations: Vegetative filter strips can remove approximately 85% of the total suspended solids contained within the volume of runoff captured. Design elements of vegetative filter strips include uniform, shallow overland flow across the entire filter strip area, hydraulic loading rate, inlet structures, slope, and vegetative cover. The area should be free of gullies or rills which can concentrate flow. Vegetative filter strips are appropriate for small drainage areas with moderate slopes. Other design elements include the following: • Soils and moisture are adequate to grow relatively dense vegetative stands • Sufficient space is available • Slope is less than 12% • Comparable performance to more expensive structural controls Maintenance Requirements: Maintenance requirements for vegetative filter strips include pest management, seasonal mowing and lawn care, routine inspections, debris and litter removal, sediment removal, and grass reseeding and mulching. Constructed Wetlands Description: Constructed wetlands provide physical, chemical, and biological water quality treatment of stormwater runoff. Physical treatment occurs as a result of decreasing flow velocities in the wetland, and is present in the form of evaporation, sedimentation, adsorption, and/or filtration. Chemical processes include chelation, precipitation, and chemical adsorption. Biological processes include decomposition, plant uptake and removal of nutrients, plus biological transformation and degradation. Hydrology is one of the most influential factors in pollutant removal due to its effects on sedimentation, aeration, biological transformation, and adsorption onto bottom sediments. The wetland should be designed such that a minimum amount of maintenance is required. The natural surroundings, including such things as the potential energy of a stream or flooding river, should be utilized as much as possible. The wetland should approximate a natural situation and unnatural attributes, such as rectangular shape or rigid channel, should be avoided. Site considerations should include the water table depth, soil/substrate, and space requirements. Because the wetland must have a source of flow, it is desirable that the water table is at or near the surface. If runoff is the only source of inflow for the wetland, the water level often fluctuates and establishment of vegetation may be difficult. The soil or substrate of an artificial wetland 17 2020 USACE Nationwide Permits Erosion Control BMPs should be loose loam to clay. A perennial baseflow must be present to sustain the artificial wetland. The presence of organic material is often helpful in increasing pollutant removal and retention. A greater amount of space is required for a wetland system than is required for a detention facility treating the same amount of area. Design Considerations: Constructed wetlands can remove over 90% of the total suspended solids contained within the volume of runoff captured in the wetland. Design elements of constructed wetlands include wetland sizing, wetland configuration, sediment forebay, vegetation, outflow structure, depth of inundation during storm events, depth of micropools, and aeration. Constructed wetlands are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for constructed wetlands include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, harvesting, and maintenance of water levels. Wet Basins Description: Wet basins are runoff control facilities that maintain a permanent wet pool and a standing crop of emergent littoral vegetation. These facilities may vary in appearance from natural ponds to enlarged, bermed (manmade) sections of drainage systems and may function as online or offline facilities, although offline configuration is preferable. Offline designs can prevent scour and other damage to the wet pond and minimize costly outflow structure elements needed to accommodate extreme runoff events. During storm events, runoff inflows displace part or all of the existing basin volume and are retained and treated in the facility until the next storm event. The pollutant removal mechanisms are settling of solids, wetland plant uptake, and microbial degradation. When the wet basin is adequately sized, pollutant removal performance can be excellent, especially for the dissolved fraction. Wet basins also help provide erosion protection for the receiving channel by limiting peak flows during larger storm events. Wet basins are often perceived as a positive aesthetic element in a community and off er significant opportunity for creative pond configuration and landscape design. Participation of an experienced wetland designer is suggested. A significant potential drawback for wet ponds in and climates is that the contributing watershed for these facilities is often incapable of providing an adequate water supply to maintain the permanent pool, especially during the summer months. Makeup water (i.e., well water or municipal drinking water) is sometimes used to supplement the rainfall/runoff process, especially for wet basin facilities treating watersheds that generate insufficient runoff. Design Considerations: Wet basins can remove over 90% of the total suspended solids contained within the volume of runoff captured in the basin. Design elements of wet basins include basin sizing, basin configuration, basin side slopes, sediment forebay, inflow and outflow structures, vegetation, depth of permanent pool, aeration, and erosion control. Wet basins are appropriate for large drainage areas with low to moderate slopes. Maintenance Requirements: Maintenance requirements for wet basins include mowing, routine inspections, debris and litter removal, erosion control, nuisance control, structural repairs, sediment removal, and harvesting. 18 2020 USACE Nationwide Permits Erosion Control BMPs Grassv Swales Grassy swales are vegetated channels that convey stormwater and remove pollutants by filtration through grass and infiltration through soil. They require shallow slopes and soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the Swale and improve pollutant removal rates. Grassy swales are primarily stormwater conveyance systems. They can provide sufficient control under light to moderate runoff conditions, but their ability to control large storms is limited. Therefore, they are most applicable in low to moderate sloped areas or along highway medians as an alternative to ditches and curb and gutter drainage. Their performance diminishes sharply in highly urbanized settings, and they are generally not effective enough to receive construction stage runoff where high sediment loads can overwhelm the system. Grassy swales can be used as a pretreatment measure for other downstream BMPs, such as extended detention basins. Enhanced grassy swales use check dams and wide depressions to increase runoff storage and promote greater settling of pollutants. Grassy swales can be more aesthetically pleasing than concrete or rock -lined drainage systems and are generally less expensive to construct and maintain. Swales can slightly reduce impervious area and reduce the pollutant accumulation and delivery associated with curbs and gutters. The disadvantages of this technique include the possibility of erosion and channelization over time, and the need for more right-of-way as compared to a storm drain system. When properly constructed, inspected, and maintained, the life expectancy of a swale is estimated to be 20 years. Design Considerations: • Comparable performance to wet basins • Limited to treating a few acres • Availability of water during dry periods to maintain vegetation • Sufficient available land area The suitability of a swale at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the swale system. In general, swales can be used to serve areas of less than 10 acres, with slopes no greater than 5 %. The seasonal high water table should be at least 4 feet below the surface. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Maintenance Requirements: Research in the Austin area indicates that vegetated controls are effective at removing pollutants even when dormant. Therefore, irrigation is not required to maintain growth during dry periods, but may be necessary only to prevent the vegetation from dying. Vegetation Lined Drainage Ditches Vegetation lined drainage ditches are similar to grassy swales. These drainage ditches are vegetated channels that convey storm water and remove pollutants by filtration through grass and infiltration through soil. They require soils that drain well. Pollutant removal capability is related to channel dimensions, longitudinal slope, and type of vegetation. Optimum design of these components will increase contact time of runoff through the ditch and improve pollutant 19 2020 USACE Nationwide Permits Erosion Control BMPs removal rates. Vegetation lined drainage ditches are primarily storm water conveyance systems. They have vegetation lined in the low flow channel and may include vegetated shelves. Vegetation in drainage ditches reduces erosion and removes pollutants by lowering water velocity over the soil surface, binding soil particles with roots, and by filtration through grass and infiltration through soil. Vegetation lined drainage ditches can be used where: • A vegetative lining can provide sufficient stability for the channel grade by increasing maximum permissible velocity • Slopes are generally less than 5%, with protection from sheer stress as needed through the use of BMPs, such as erosion control blankets • Site conditions required to establish vegetation, i.e. climate, soils, topography, are present Design Criteria: The suitability of a vegetation lined drainage ditch at a site will depend on land use, size of the area serviced, soil type, slope, imperviousness of the contributing watershed, and dimensions and slope of the ditch system. The hydraulic capacity of the drainage ditch and other elements such as erosion, siltation, and pollutant removal capability, must be taken into consideration. Use of natural topographic lows is encouraged, and natural drainage courses should be regarded as significant local resources to be kept in use. Other items to consider include the following: • Capacity, cross-section shape, side slopes, and grade • Select appropriate native vegetation • Construct in stable, low areas to conform with the natural drainage system. To reduce erosion potential, design the channel to avoid sharp bends and steep grades. • Design and build drainage ditches with appropriate scour and erosion protection. Surface water should be able to enter over the vegetated banks without erosion occurring. • BMPs, such as erosion control blankets, may need to be installed at the time of seeding to provide stability until the vegetation is fully established. It may also be necessary to divert water from the channel until vegetation is established or to line the channel with sod. • Vegetated ditches must not be subject to sedimentation from disturbed areas. • Sediment traps may be needed at channel inlets to prevent entry of muddy runoff and channel sedimentation. • Availability of water during dry periods to maintain vegetation • Sufficient available land area Maintenance: During establishment, vegetation lined drainage ditches should be inspected, repaired, and vegetation reestablished if necessary. After the vegetation has become established, the ditch should be checked periodically to determine if the channel is withstanding flow velocities without damage. Check the ditch for debris, scour, or erosion and immediately make repairs if needed. Check the channel outlet and all road crossings for bank stability and evidence of piping or scour holes and make repairs immediately. Remove all significant sediment accumulations to maintain the designed carrying capacity. Keep the vegetation in a healthy condition at all times, since it is the primary erosion protection for the channel. Vegetation lined drainage ditches should be seasonally maintained by mowing or irrigating, depending on the vegetation selected. The long-term management of ditches as stable, vegetated, "natural" drainage systems with native vegetation buffers is highly recommended due to the inherent stability offered by grasses, shrubs, trees, and other vegetation. 20 2020 USACE Nationwide Permits Erosion Control BMPs Sand Filter Svstems The objective of sand filters is to remove sediment and the pollutants from the first flush of pavement and impervious area runoff. The filtration of nutrients, organics, and coliform bacteria is enhanced by a mat of bacterial slime that develops during normal operations. One of the main advantages of sand filters is their adaptability; they can be used on areas with thin soils, high evaporation rates, low -soil infiltration rates, in limited -space areas, and where groundwater is to be protected. There have been numerous alterations or variations in the original design as engineers in other jurisdictions have improved and adapted the technology to meet their specific requirements. Major types include the Austin Sand Filter, the District of Columbia Underground Sand Filter, the Alexandria Dry Vault Sand Filter, the Delaware Sand Filter, and peat -sand filters which are adapted to provide a sorption layer and vegetative cover to various sand filter designs. Design Considerations: • Appropriate for space -limited areas • Applicable in and climates where wet basins and constructed wetlands are not appropriate • High TSS removal efficiency Cost Considerations: Filtration Systems may require less land than some other BMPs, reducing the land acquisition cost; however the structure itself is one of the more expensive BMPs. In addition, maintenance cost can be substantial. Erosion Control Compost Description: Erosion control compost (ECC) can be used as an aid to control erosion on critical sites during the establishment period of protective vegetation. The most common uses are on steep slopes, swales, diversion dikes, and on tidal or stream banks. Materials: ECC used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used as an ECC, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including Sections §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product's specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for ECC to ensure that the products used will not impact public health, 21 2020 USACE Nationwide Permits Erosion Control BMPs safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program contains information regarding compost ST A certification. STA program information can be found at httD://tmecc.ora/sta/STA program description.html. Installation: • Install in accordance with current TxDOT specification. • Use on slopes 3:1 or flatter. • Apply a 2-inch uniform layer unless otherwise shown on the plans or as directed. • When rolling is specified, use a light corrugated drum roller. Mulch and Compost Filter Socks Description: Mulch and compost filter socks (erosion control logs) are used to intercept and detain sediment laden run-off from unprotected areas. When properly used, mulch and compost filter socks can be highly effective at controlling sediment from disturbed areas. They cause runoff to pond which allows heavier solids to settle. Mulch and compost filter socks are used during the period of construction near the perimeter of a disturbed area to intercept sediment while allowing water to percolate through. The sock should remain in place until the area is permanently stabilized. Mulch and compost filter socks may be installed in construction areas and temporarily moved during the day to allow construction activity provided it is replaced and properly anchored at the end of the day. Mulch and compost filter socks may be seeded to allow for quick vegetative growth and reduction in run-off velocity. Materials: Mulch and compost filter socks used for projects not related to TxDOT should also be of quality materials by meeting performance standards and compost specification data. To ensure the quality of compost used for mulch and compost filter socks, products should meet all applicable state and federal regulations, including but not limited to the United States Environmental Protection Agency (USEPA) Code of Federal Regulations (CFR), Title 40, Part 503 Standards for Class A biosolids and TCEQ Health and Safety Regulations as defined in the Texas Administration Code (TAC), Chapter 332, and all other relevant requirements for compost products outlined in TAC, Chapter 332. TCEQ testing requirements are defined in TAC Chapter 332, including §332.71 (Sampling and Analysis Requirements for Final Products) and §332.72 (Final Product Grades). Compost specification data approved by TxDOT are appropriate to use for ensuring the use of quality compost materials or for guidance. Testing standards are dependent upon the intended use for the compost and ensures product safety, and product performance regarding the product.es specific use. The appropriate compost sampling and testing protocols included in the United States Composting Council (USCC) Test Methods for the Examination of Composting and Compost (TMECC) should be conducted on compost products used for mulch and compost filter socks to ensure that the products used will not impact public health, safety, and the environment and to promote production and marketing of quality composts that meet analytical standards. TMECC information can be found at http://www.tmecc.org/tmecc/index.html. The USCC Seal of Testing Assurance (STA) program 22 2020 USACE Nationwide Permits Erosion Control BMPs contains information regarding compost STA certification. STA program information can be found at httr)://tmecc.or2/sta/STA program description.html. Installation: • Install in accordance with TxDOT Special Specification 5049. • Install socks (erosion control logs) near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. • Secure socks in a method adequate to prevent displacement as a result of normal rain events such that flow is not allowed under the socks. • Inspect and maintain the socks in good condition (including staking, anchoring, etc.). Maintain the integrity of the control, including keeping the socks free of accumulated silt, debris, etc., until the disturbed area has been adequately stabilized. Sedimentation Chambers (only to be used when there is no space available for other approved BMP's) Description: Sedimentation chambers are stormwater treatment structures that can be used when space is limited such as urban settings. These structures are often tied into stormwater drainage systems for treatment of stormwater prior to entering state waters. The water quality benefits are the removal of sediment and buoyant materials. These structures are not designed as a catch basin or detention basin and not typically used for floodwater attenuation. Design Considerations: Average rainfall and surface area should be considered when following manufacturer's recommendations for chamber sizing and/or number of units needed to achieve effective TSS removal. If properly sized, 50-80% removal of TSS can be expected. Maintenance Requirements: Maintenance requirements include routine inspections, sediment, debris and litter removal, erosion control and nuisance control. 23 J�\\ti4 S�ATFUNITED STATES ENVIRONMENTAL PROTECTION AGENCY s REGION 6 �m Yz 1201 ELM STREET, SUITE 500 a Q DALLAS, TEXAS 75270 a yrA( PROS�G December 14, 2020 Joe McMahan Chief, Regulatory Division Galveston District, U.S. Army Corps of Engineers 2000 Fort Point Road Galveston, TX 77550 RE: Clean Water Act Section 401 Water Quality Certification for the 2020 U.S. Army Corps of Engineers Section 404 Nationwide Permits Reissuance, on behalf of Indian tribes that have not received Treatment in a Similar Manner as a State for Section 401 in EPA Region 6. Dear Mr. McMahan: This water quality certification (WQC) applies to any potential point source discharges from potential projects authorized under the proposed reissuance of the following U.S. Corps of Engineers (Corps) Nationwide Permits (NWPs) into waters of the United States that occur within tribal boundaries within the State of Texas: NWP 3, 4, 5, 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 20, 21, 22, 23, 25, 27, 29, 30, 31, 32, 33, 34, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 48, 49, 50, 51, 52, 53, 54, C, D and E. The Corps is not requesting certification for 11 NWPs: 1, 2, 8, 9, 10, 11, 24, 28, 35, A, and B. Section 401(a)(1) of the Clean Water Act (CWA) requires applicants for Federal permits and licenses that may result in discharges into waters of the United States to obtain certification that potential discharges will comply with applicable provisions of the CWA, including Sections 301, 302, 303, 306 and 307. Where no state agency or tribe has authority to give such certification, the U.S. Environmental Protection Agency (EPA) is the certifying authority. In this case, Ysleta del Sur Pueblo, Alabama -Coushatta Tribe of Texas, and Kickapoo Traditional Tribe of Texas do not have the authority to provide CWA Section 401 certification for discharges occurring within the boundaries of the aforementioned tribal lands, therefore, EPA Region 6 is making the certification decisions for discharges that may result from the potential projects authorized under the proposed Corps CWA 404 NWPs. This letter is being directed to Galveston District, which is the lead regulatory program for NWP reissuance in Texas; the Albuquerque, Fort Worth, Galveston, and Tulsa Districts are also represented. Consistent with the EPA Policy on Consultation and Coordination with Indian Tribes, EPA Region 6 circulated a letter dated September 18, 2020 offering to consult with tribes on the certification process and invite their participation. Reissuance of NWPs Description The Corps is proposing to re -issue its existing NWPs and associated general conditions and definitions, with some modifications. The Corps states that it is "proposing these modifications to simplify and clarify the NWPs, reduce burdens on the regulated public, and continue to comply with the statutory requirement that these NWPs authorize only activities with no more than minimal individual and cumulative adverse environmental effects." 85 FR 57298. For more details: httos://www.usace. armv.millMissions/Civil-WorksIReaulatorv-Pro Aram-and-Permits/Nationwide- Permits/. General Information The general information provided in this section does not constitute a certification condition(s). Project proponents for potential projects authorized under the NWPs are responsible for obtaining all other permits, licenses, and certifications that may be required by federal, state, or tribal authorities. Project proponents for potential projects authorized under the NWPs should conduct all work in such a manner as to comply with all Corps Section 404 permit conditions. Copies of the Corps permit including this certification should be kept on the job site and readily available to the public for reference. Project proponents for potential projects authorized under the NWPs should retain this certification in their files with the applicable NWPs as documentation of EPA's certification decisions for the above - referenced proposed NWPs. This certification is specifically associated with the proposed NWPs described above and expires when those NWPs expire, five years from Corps issuance date. During project planning, EPA highly recommends the project proponent notify the appropriate tribal environmental office of the project details and location. Certification Determination Grant (121.7(c)): On behalf of Ysleta del Sur Pueblo, Alabama -Coushatta Tribe of Texas, and Kickapoo Traditional Tribe of Texas, CWA Section 401 certification, for the following proposed NWPs, is granted with no conditions. EPA Region 6 has determined that any discharge that could be authorized under the following proposed NWPs will comply with water quality requirements, as defined at 40 CFR 121.1(n). NWP 3, 4, 5, 6, 7, 12, 13, 14, 15, 16, 17, 18, 19, 20, 21, 22, 23, 25, 27, 29, 30, 31, 32, 33, 34, 36, 37, 38, 39, 40, 41, 42, 43, 44, 45, 46, 48, 49, 50, 51, 52, 53, 54, C, D, and E Thank you for your ongoing partnership in implementing the regulatory programs of the CWA. Should your office have any questions, please feel free to contact our staff. 1) Paul Kaspar at 214-665-7459, Kaspar.Paul(&epa.2ov; 2) Daniel Landeros at 214-665-8077, Landeros.Danielaepa.2ov. Sincerely, Charles W. Maguire Director Water Division Appendix H HISTORIC ATLAS MAP Historical Atlas Map September 2, 2021 1:18,056 0.17 0.35 0.7 mi 0.28 0.55 1.1 km Source: Esri, Maxar, GeoEye, Earthstar Geographics, CNESIAirbus DS, USDA, USGS, AeroGRID, IGN, and the GIS User Community GC-6.06.D Minority and Women Owned Business Enterprise Compliance CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 FORTWORTH. City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUWRESS EQUITY G Bid number: Business Equity Goal: 17.46 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 17.46%. 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, 17.46% 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 ATTACHMENT1A Page 1 of 4 FORT WORTH OFFEROR COMPANY NAME: PROJECT NAME: City's MBE Project Goal: 17.46 city of Fort Worth Office of Business Diversity MBE Subcontractors/Suppliers Utilization Form Offeror's MBE Project Commitment: Check applicable box to describe Offeror's Certification M/W/DBE n NON-M/W/DBE BID DATE PROJECT NUMBER Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bonafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) and the Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC). If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2/13/19 FORT ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. N SUBCONTRACTOR/SUPPLIER ° Company Name T M W n Detail Detail Address i B B Subcontracting Supplies Dollar Amount Telephone/Fax e E E M Work Purchased Email r B Contact Person E Rev. 5/15/19 FORTWORTH ATTACHMENT1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. N SUBCONTRACTOR/SUPPLIER ° Company Name T M W n Detail Detail Address i B B Subcontracting Supplies Dollar Amount Telephone/Fax e E E M Work Purchased Email r B Contact Person E J Rev. 5/15/19 FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non -MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Office of Business Diversity through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name/Title (if different) Telephone and/or Fax E-mail Address Date Rev. 5/15/19 FORT WORTH OFFEROR COMPANY NAME: PROJECT NAME: City's MBE Project Goal: 17.46 % 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 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 17.46 % % 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 GC-6.07 Wage Rates CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities BKV Contractor Agreement and LONO Taurus LONO Atmos LONO Tarrant County Floodplain Permit 22-21 Fort Worth Floodplain Permit 22-00232 CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 W47-0 oo B KV 1200 17th Street Ste. 2100 Denver, Colorado 80202 bkvcorp.com 3rd Party Line Crossing Date: Line Type: Watch job: Ticket# Crossing: GPS: Line Owner: Name of Line: Line Size: BKV Point of Contact: Contractor: Phone Number: Contractor Point of contact: Phone Number: It is agreed that vou, the contractor representative, will do the following as prescribed: • After state One Call Laws have been completed, contractors must notify BKV 24 hours prior to any excavation. • Contractor will not excavate within 15 feet of a BKV Line without a BKV representative on site. All BKV policies and procedures are to be completed first. • All third -party encroachments on a BKV Line must request written approval from Land and Legal Dept. When both parties agree on encroachment. BKV Line must be hand dug or hydro -vac to expose Line before mechanical excavation starts. • At a minimum BKV requires Contractor to follow BKV's Utility and Construction Requirements. See attached. • Contractor will not leave BKV Lines exposed for more than 24 hours. Exceptions are to be coordinated in writing with BKV. • Any changes in the plan agreed to with BKV, must be coordinated with the BKV contact above. • The Contractor shall be liable for any and all damages to BKV Line or other facilities caused by the operations of the Contractor, and the Contractor agrees to protect, defend, indemnify and hold harmless BKV and its affiliates from any such damage. By signing below, you, the Contractor representative, agree to the above terms. Any Questions on above info please contact: Charles Vaughan 817 584 5371 Contractor Representative's Name: Contractor Representative's Signature: Date: BKV Representative's Name: BKV Representative's Signature: Date: Notes and plans on reverse side of this document W47-0 oo B KV 1200 17th Street Ste. 2100 Denver, Colorado 80202 bkvcorp.com Utility and Construction Requirements At a minimum, BKV Midstream LLC requires the following: • Storm Drains: BKV will allow crossing under BKV Line at minimum 5 ft. separation. • Sewer Line: BKV will allow crossing above BKV at a minimum of 5 ft. separation, and it has to be in a casing of our choice, through the width of our easement. • Open Drainage/Water Swells Etc.: BKV will allow for crossing above Line in open cut with gabion rock basket as long as BKV maintains 5 ft. cover between rock and Line Electric/Phone/Cable/Opt: BKV will allow all crossings in PVC casing and 5 ft. separation ' Water Line: BKV will allow all crossings with minimum 5 ft. separation • Streets/Sidewalks/Parking Lots: BKV will allow all crossings with minimum 10 ft. separation • Fence Post/ Light Poles/ Street Lights/Bridge Peers: BKV will allow drilling to be done after BKV Line is potholed and spotted with a minimum 5 ft. separation • House/trees/Swimming pools/Barns: BKV will not allow any of the listed items to be placed in ROW/Easement • Other Pipeline Crossings: BKV will allow all foreign operator of steel and metallic pipeline to cross under BKV at a minimum of 10 ft. separation • Crossing Angles: All crossings will be at angles between 45 and 90 degrees BKV will not be held liable for any repairs to streets/storm drains/ gabions/waterlines/sewer lines, etc., if repairs or maintenance is needed to be done to BKV Line in the future. Please be advised, these are minimum guidelines and are subject to change at any time. Additionally, each specific circumstance differs and as an organization, we analyze the provisions and risks associated on a case -by -case basis. This list is intended to be a starting point or at the most, a rough outline to assist in planning and as an outline for future discussions with BKV. Please consult with a BKV representative for specifics. From: Charles Vaughan <CharlesVaughan@bkvcorp.com> Sent: Wednesday, August 17, 2022 10:55 AM To: Nelson, Joey; Cameron Cook; Kenny Williamson; Randy Darville Cc: Igo, Chris; Tatum, Jenifer; Warchesik, Shelby Subject: RE: Fort Worth Walsh Property Gas Line Crossings Attachments: Plan & Profile Sheets.pdf; Barnett Gathering Crossings -Overall Layout.pdf Categories: External Joey BKV Midstream LLC has reviewed the two attached plan sheets for crossings and approve of the separations at each crossing Please note I have also attached the contractor agreement sheet that will need to be signed and returned before construction starts.. Randy Darville will be the field contact for the contractors his number is 817-228-6912 he will need to be contacted 24 hrs before construction begins Thanks From: Nelson, Joey <Joev.Nelson@kimlev-horn.com> Sent: Monday, August 15, 2022 4:14 PM To: Charles Vaughan <CharlesVaughan@bkvcorp.com> Cc: Igo, Chris <chris.iRo@kimlev-horn.com>; Tatum, Jenifer <Jenifer.Tatum@kimlev-horn.com>; Warchesik, Shelby <Shelbv.Warchesik@kimlev-horn.com> Subject: RE: Fort Worth Walsh Property Gas Line Crossings Charles, Per your conversation with Chris Igo earlier this afternoon, please see below in regard to the City of Fort Worth waterline projects that Kimley-Horn is working on. Please let me know if you need anything else. Thank you, Joey Nelson, EIT Kimley-Horn 1 801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 1782 1 Mobile: 682 429 8167 From: Nelson, Joey Sent: Thursday, July 21, 2022 9:45 AM To:'Charlesvaughan@bkvcorp.com' <Charlesvauehan@bkvcorp.com> Cc: Igo, Chris <chris.ieo@kimlev-horn.com>; Tatum, Jenifer <Jenifer.Tatum@kimlev-horn.com>; Warchesik, Shelby <Shelbv.Warchesik@kimlev-horn.com> Subject: Fort Worth Walsh Property Gas Line Crossings Good morning Charles, I understand you've been in contact with Walter Norwood with the Fort Worth Water Department concerning the waterline projects on the west side of Fort Worth that conflict with Barnett Gathering gas lines, and he has sent over the attached table and layout. We were instructed to go ahead and reach out to you about our individual projects. I'm reaching out in regards to all the items with "Tatum, Kimley-Horn" listed as the Consultant PM in the Barnett Crossings Contacts excel file. These items include crossing numbers 1-3, 5-7, and 9. If all looks acceptable, could you send Letters (or single Letter if that's easier) of No Objection/Crossing Permits: one for items 1-1a, 2-3, 5-7, and finally one for item 9? Please let us know if you need anything else beforehand. Thank you, Joey Nelson, EIT Kimley-Horn 1 801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 1782 1 Mobile: 682 429 8167 From: Vaughan, Charles <charles.w.vaughan@exxonmobil.com> Sent: Thursday, March 10, 2022 10:35 AM To: Nelson, Joey <Joev.Nelson@kimlev-horn.com> Cc: Igo, Chris <chris.iRo@kimlev-horn.com>; Cook, Cameron <cameron.cook@exxonmobil.com>; Williamson, Kenny <kennv.williamson@exxonmobil.com> Subject: RE: Walsh Property Gas Line Crossings Joey Per our discussion on the phone please look at removing steel casing or give more separation preferably 5ft or using a different protection cover over waterline. Thanks Charles Vaughan Supervisor Damage Prevention XTO Energy / Barnett Gathering Address: 4800 Blue Mound Rd. Forth Worth, Tx 76106 Cell: (817) 584-5371 Email: Charles.w.vaughan@exxonmobil.com From: Nelson, Joey [ma ilto:Joev.Nelson @kimlev-horn.coml Sent: Thursday, March 3, 2022 12:54 PM To: Vaughan, Charles <charles.w.vaughan(cDexxonmobil.com> Cc: Igo, Chris <chris.ieo@)kimlev-horn.com> Subject: Walsh Property Gas Line Crossings External Email - Think Before You Click Charles, Thank you for taking my phone call this morning. As we discussed, we're designing one 42-inch waterline and two 36-inch waterlines along the East property line of the Walsh property in between 1-20 and Aledo Rd —just South of the waterline you and Shelby Warchesik have previously coordinated on. We're showing a total of 9 crossings with 4 Barnett Gathering gas lines. Attached is a kmz of our alignments along with a few sheets from our 60% design set showing the profiles for these crossings. Please let me know if you need anything else from our end. Thank you, Joey Nelson, EIT Kimley-Horn 1 801 Cherry Street Unit 11 Suite 1300 Fort Worth, TX 76102 Direct: 682 386 1782 1 Mobile: 682 429 8167 CONFIDENTIALITY NOTICE -- This email is intended only for the person(s) named in the message header. Unless otherwise indicated, it contains information that is confidential, privileged and/or exempt from disclosure under applicable law. If you have received this message in error, please notify the sender of the error and delete the message. Thank you. Hargroder, Trent From: Van Moore <van@taurusgas.com> Sent: Friday, August 11, 2023 7:53 AM To: Hargroder, Trent Cc: Tatum, Jenifer; Warchesik, Shelby; Norwood, Walter P Subject: RE: City of Fort Worth 42-Inch Water Line Crossing - LONO Categories: External Taurus Letter of No Objection below. Let me know if you need this in a different format. Taurus Gas Services, L.P. (Taurus) received your revised plans concerning the proposed FW Westside III PH 2 42" Waterline. At the subject location, Taurus does not own, operate and maintain a 8-inch, steel, high- pressure, natural gas pipeline. Our company leases the line from Energy Transfer (ET). Both Taurus and ET have 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 Taurus Gas Services Crossing Guidelines, attached below. Taurus's agreement to the subject project is based upon your "Exhibit A." Should anything change, or if your project does not begin (1) year from this date, you must submit to Taurus one (1) set of revised drawings for review and approval prior to commencing any of the work on or near any ET/Taurus Facilities. ET/Taurus Facilities shall be positively located before the Encroachments are constructed or installed near ET/Taurus Facilities. Taurus requires that an absolute minimum clearance of 24-inches be maintained between the outside diameter of Taurus's pipeline and any of your facilities. Longitudinal occupancy of Taurus's right-of-way will not be permitted. In addition, Taurus requires the proposed access way to be installed with an absolute minimum of 48-inches cover to be maintained between the crown of the proposed access way and the top of Taurus's pipeline, but not less than 24-inches below the bottom of the subgrade. Soil compaction activities over ET/Taurus 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/Taurus onsite inspector so that settling does not occur. In the event you or your contractor(s) need to cross over or along ET/Taurus's Facilities with heavy construction equipment, Taurus will require the contactor(s) to furnish and install temporary wood mats over the pipeline, in order to protect the pipeline from heavy equipment loads. Taurus 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 Taurus's field representative Mr. Scott McMeans at 254-559-2257 x133 or smcmeans@taurusgas.com, before commencing any Crossing at or near ET/Taurus Facilities. Unless you otherwise notify Taurus 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. Van Moore Taurus Gas Services P.O. Box 548 Breckenridge, Texas 76424 Phone (254) 559-2257 Ext. 340 Cell (254) 246-0835 vaned taurusaas.com la 7ALTj40S energy Dana Burgdoff City of Fort Worth Re: Westside III Phase 1 — Phase 2, 42-inch Water Main 200 Texas Street Fort Worth, TX 76102-6314 Dear Dana Burgdoff: It is Atmos Energy Corporation's (Atmos Energy) understanding that the City of Fort Worth is proposing to install a 42-inch Water Main below Atmos Energy Corporation's pipeline referred to as "Line WV per design file name "Phasel-AtmosCrossings.pdf" and maintain a minimum thirty-four inches (2'-10") separation where, Atmos Energy's existing 24" Steel High Pressure pipeline and will maintain a minimum cover of one hundred fifty-six inches (13'-0") below finished grade and Atmos Energy's existing 8" Poly Distribution line will maintain a minimum cover of forty eight inches (4'-0"). The City of Fort Worth is also proposing to install a 42-inch Water Main below Atmos Energy Corporation's pipeline referred to as "Line WV per design file "Phase2-AtmosCrossing.pdf" and maintain a minimum one hundred seventy-nine inches (14'-11") separation where, Atmos Energy's existing 24" Steel High Pressure pipeline and will maintain a minimum cover of sixty inches (Y-0") below finished grade. Atmos Energy has determined that the construction of the proposed water line will not present a significant conflict based on the given design criteria/information and will not object to the construction of the proposed project, provided that this letter is executed and returned prior to the commencement of the construction and the following additional criteria are followed: • An Atmos Energy representative must be present during any and/or all work within Atmos Energy's easement. Atmos Energy representative must be notified at least 3 days (72 hours) in advance of any activities within the vicinity of Atmos Energy facilities to avoid any delays in field activities. It is the operator's responsibility to be familiar with 811 One Call Laws and have a valid locate number prior to excavation. • Atmos Energy's facilities have been potholed, and figures are shown on the included exhibit(s). • Mechanical excavation (and/or compaction), is not allowed within three feet (3') horizontally or vertically from Atmos Energy's facilities. • Excavation (and/or compaction) closer that three feet (3') horizontally or vertically from Atmos Energy's facilities must be done by hand. • Heavy equipment crossings of the pipeline that may create ruts and potentially decrease the cover over pipe shall only cross with appropriate matting. • At no time may cover be removed from the easement or right-of-way without the prior written approval of Atmos Energy. • Atmos Energy's easement will be protected from washing and erosion during construction and/or repairs. Atmos Energy Corporation 5420 LBJ Freeway, Dallas, Texas 75240 Dana Burgdoff August 29, 2022 Page 2 • Equipment, materials, or excess dirt will not be stored on the easement during construction without the prior written approval of Atmos Energy. • Fences and/or structures shall not be installed within the pipeline easement area of any kind by the contractor / operator of facility. • Atmos Energy shall not be liable for any damages to the encroaching facility, as a result of Atmos Energy's use or enjoyment of its Easement. • Atmos Energy reserves the right for future uses of this easement, including but not limited to, ingress and egress, reconstruction, removing, relocating, maintaining, operating, etc., of any of its facilities. • Impact/conflict analysis was based on and is limited to drawings and documents submitted to Atmos Energy, as referenced above. ANY change in scope of work contained in these drawings must be resubmitted for re -review and approval. You are not authorized to commence work until we have received a signed copy of this letter. Sincerely, Jacob R Lindsay, PE Mgr Engineering Services Atmos Energy Corporation Mid -Tex Division (806) 777-0274 City of Fort Worth Dana Burghdoff Title: Assistant City Manager Date: Oct 19, 2022 PROPOSED 42' / 7EXIST)FIG 50iN 50'/ ATER uNE B / / wALsx RANCH s LIwTn NOTES LEGEND _ cPN iDz6ea-Z _ / GASCASEM,E T Rnx1NEx�ly € (IN¢T. NO./El131{{4809) (va 12624E- 92) 1 ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH 1 } (BY OTHERS) 0+00 � BR I FOREIGN PIPELINE STA. I TEST STATION/1 INSTALL / STANDARD DETAILS UNLESS NOTED OTHERWISE PROPOSED TEMPORARY f -f`. RE SHEET .66 (1) 42" 45- ROLLED BEND 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL CONSTRUCTON EASEMENT / / ITSE A17N JOINT EH = 4536' ET MAP 1988-388 / TEST STATION 0 TXE LINES S. WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION. Av = 1 21 IN MAP 1988-384 S # APPROXIMATE PAVED AREAS I\ 3g ICI-'7�,�, / N694J82554 PROPOSED TEMPORARY # THE INFORMATION AND DATA SHOWN WITH RESPECT 10 SEE SHEET NOTE \\,/ _ _ RE SHEET _ I - x- E 2,7763 48 CONSTRUCTION EASEMENT MAP # 1988-380 EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE OF FUTURE WALSH RANCH % STA' 2+JJ 63 (SEE SHEET J) MAP 1988-378 SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED MINOR 1 / I # BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON TII IIY INSTALL \\ MAP # 1988-372 PHYSICAL APPURTENANCES OBSERVED IN THE FIELD THE (1) 42" a5' HORIZ BEND�STA. 3+0472 OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE q\ I- EH - 44.49 LT BEGIN 42" WATER CARRIER ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR SHEET NOTES STA' 0+00 I \ N 694794-1 PIPE IN 66" STEEL CASING OR T-P� DATA THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY BEGIN 42 INCH WATER LINE A 68' E226446162 FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND CONNECT TO WS III PHASE 2 \ BY OTHER THAN OPEN CUT DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR 1 MAXIMUM JOINT DEFLECTION FOR DIP =1 0', WATER MAIN , RE D106M.D107M,D108/30 \\}1 COORDINATON OF THE WORK WITH THE OWNERS OF SUCH __ CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF PIPE. (BY OTHERS) I I N 2264.1 89 \ CAUIIONI UNDERGROUND FACILITIES DURING CONSTRUCTION. AND FOR THE 2. CONTRACTOR MAY BE REQUIRED TO USE INSTALL ODES "WATER _AR �`]I OOSINO 618 MIFS Mm iIBER OPTIC YxE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY STA 3+54.87 TEMPORARY PLUGS FOR SEQUENCING OF (1) BLIND RANGE r DAMAGE THERETO RESULTING FROM THE WORK THE COST OF CONSTRUCTION AND TESTING OF PROPOSED WATER € N'H477fi887 _ (6) ENO 42" WATER CARRIER ALL WILL HAVE BEEN CONSIDERED AS HANNG BEEN INCLUDED LINES TEMPORARY PLUGS SHALL BE CONSIDERED ,1 E:2264241 25)\) PIPE IN 66' STEEL CASING OR TLP IN THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY TO THE VARIOUS ITEMS BID 'µII �I STA. 0+46 2 o BY OTHER THAN OPEN CUT FUTURE WALSH AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT 3. CONTRACTOR SHALL VERIFY DEPTH OF ALL EXISTING 1` ( INSTALL'. 1' "` RE 1I11",D10JM,D108/30 \ MINOR 1 LEAST 48 HOURS PRIOR TO CONSTRUCTION. tt1 P GAS LINES PRIOR TO CONSTRUCTION (1) 42" 45- HORIZ BEND o N: 6947918. 04 110 RIGHT-OF-WAY 4. UNDERGROUND FRANCHISE UTLHY MAY BE IN ,g€ UH 450' RT E 2264461 98 _ _ _ \ WARNING CONFLICT IN AREAS CONTRACTOR IS RESPONSIBLE N-694]81558 `�-30'%15' STA. J+�9.SJ "--------- STA 4+26.62 THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON FOR LOCATING UTILITY AND COORDINATING ANY E 2264241 35 • BORE PI I� INSTALL: INSTALL: THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY NEEDED RELOCATION OF THE LINE (TEMPORARY OR """"""""` _. (1) 42"%16" OUTLET 'N 'P COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY OTHERWISE) THIS WORK IS CONSIDERED SUBSIDIARY STA INSTALL LL W1) DUAL 8" AIR RELEASE VALVE .3 INSTALL N 694746 74 /VAULT AND PROTECTIVE FRAME 1+ TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES TO THE VARIOUS ITEMS BID NO SEPARATE PAYMENT E 226446209 1� PRIOR TO CONSTRUCTION 5 IF THE WESTSIDE III, PHASE II 42" WATER MAIN HAS `(1) 42" 45' HORIZ BEND RE. 4/34 PROPOSED 50' alp BEEN INSTALLED BY SEPARATE CONTRACT) AT THE NH 45.0' RT N 694798979 PERMANENT EASEMENT 1 WARNING! UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION ( N. 69<7825 96 • _ _ ' N E 2264462.31 / • Q TIME OF CONSTRUCTION, THEN CONTRACTOR SHALL E 2264251,77 i� CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO INSTALL BLIND FLANGE, TEST WATER LINE, AND -- -v `7H1� EXCAVATION AT THIS LOCATION. k 4 00 5+00/ 6+00 , W CONNECT TO THE PROPOSED WATER MAIN WITH 42" FLANGE CONNECTION WITH FLANGE ISOLATION I k -3+0 '' t o u - = DIGTESS DIGTESS (800) 344-83JJ ASSEMBLY (SEE SHEET 32) IF THE WESTSIDE III, \\ s FOREIGN PIPELINE Lq _II• $ u r- = to TOMMY WILLIAMS AT&T/SEC 817 3 6013 n�ry PHASE II 42" WATER MAIN AT THE CONNECTION A ss TEST STATION 3 I 7� m - �4 M - IV W RODNEY EDWARDS ONCOR ELECTRIC g17 355-7026 POINT HAS NOT BEEN INSTALLED, THEN INSTALL THE ` RE. SHEET 38 T_ __ ��--\ ��r W BETTY DAUCHERTY ATA05 GAS 214 206-2J89 WATER LINE AS SHOWN IN THE PLANS - --'--'-- -----------��--- �- Q TRACY LEE ENLINK MIDSTREAM 817 48]-1560 EXITING 50' ANODE BED \ �'F �\ PROPOSED 1 C EXISTING 16" \ 1 EXISTING 45" 1 (( 1 AS EASEMENT TEST STATION 2 (6) \ EXI NG `� _ WATER MAIN C \ CHARLES VAUGHN BKV (all 584-53]1 2 'X15' BKV GAS LINE 1 BKV GAS LINES 1 CHRIS HARDER, RE CITY OF FORT WORTH IN Tl. D2120fi8811) RE' SHEET 39 \ MUD GUARD Y - . I� '(SEE SHEET 28 0317) 392-8293 1 BO ,PIT CITY OF FORT WORTH WATER DEPARTMENT (81 ]) 871-8296 BENCHMARKS WESTSIDE III 42-INCH WATER MAIN Ate— 1 CITY TOf ED TWOBLVD 33 ONUMENFEETT#901TME WINW CORNER of GET OF JOINT RESTRAINT LENGTH STA 0+00 TO STA: 7+00 VOLTAMP DR. IN THE CENTER OF A DOUBLE 10 FOOT (AWWA C200 RECESSED INLET 1 FDOT OF THE FACE OF THE CB CITY MONUMENT 0 15 SET IN THE TOP OF THE INLET z CITY OF FORT RIDG MONUMENT CREEK - ON THE LOST �!. °vj ORI)/fDl $FfJ)IN� m`�• q na AC IiR�� dy�7yj{y� M C' pRII.LEC SEEN�f EX ST dG FIR OP rIC CREEK BLVD BRIDGE OVER MARYS CREEK 214 FEET SOUTH oY w¢ W DES✓TREENN/LSMH AA((99((Fl 1'�� n �` m¢ TAiI'CC (rIlWLH 3ACIt��'L A UNC NfJ 11 OF THE SOUTH CB OF BLUE CREEK DR. ON THE N.W. CORNER `m A11,,¢��- W ,fi� •/ /�./ -/z o71� /) + \`-1 - w I •'�' '"O ID3 29 E: -D 5, D1 3 9I.....OF 1HE BRIDGE 3 FEET WEST OF THE CB AND 1 FOOT NORTH 895 ¢wo# - n- ^ m v m �= '�„ J� -F R FU - AL A CI� 895 OF THE EXPANSION JOINT CITY MONUMENT �9038 SET IN THE �3 ,w 11 l ¢I I 1 WALK m a ?'N.�" N �� / /_ - i- 3 CITY OF FORT WORTH MONUMENT p9042 - ON THE CB OF NORTHVIEW DR. 138 FEET EAST OF THE EAST CB OF LOST _ _ CREEK BLVD IN THE CENTER OF A DOUBLE 10 FOOT INLET 1 °�"� '� ��' w < G FOOT OFF THE FACE OF THE CB CITY MONUMENT #9042 SET 890 -,� - 890 IN THE TOP of THE INLET J 7 pl zd X ELEV+ 80347 PROFI_E SCALE: --- F _ -1 -- -- IT 1" 4° v 885 885 2n s' -- - I- - 0 ---0 60 120 E� NG 2 OR. IT T PE SCALE , = 4D' 88o �,Qn a�88o o E I/1 REV COMMENTS BY DATE I I I I I 1- 'as I. \ II li I I I AIA I I I JI Iy\ I 875 3 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT I \ ! -_ -- -- - RA 1170 1 J 4--1 - -D STEEL � �yR_ 870 WESTSIDE III - PHASE I - 42-INCH WATER MAIN SIJM 1iLCULATONScFOR RESTR,INT LENC-HS _ _ 0. 0 '.'EOUIlD BASED ON ACTIAI, V�iLUES EDI ,V I SELI CTED PIPE WITH SHOPbM114-. _ I I I :! PROPOSED 42 INCH WATER MAIN A 885 885 PRoao-- I,,, _IA-, _ y � ', I � STA 0+00-7+00 � � I DP - --880 Kimle >Horn- 1 1 1- 6�a. w x.W A. nSa� w�mnr mar 6nao-rn -- -� +z W I� DATE SCALE PROJECT No SHEET -'�---_ — — -- — — — +fo +*4 3+1D -- --— _ -- - - - -- hh -- DeslcN: sow _ 855 +� +iO +� Sad ,n_3 rc 'n� 855 CHECKED' JRT 2022 ;"=40'H CI�102688E1T 10 STA83+8318 L CE IE BEGIN 42' WATER CARRIER Oa 1HE e]0 fiAU11DXl PIPE IN 66" STEEL CASING OR TLP rE AEMSTWO CAS (I"T No Ot991z9aT9) LME BY OTHER THAN OPEN CUT RE: D106M,D107M,D1D6/30 N 6952230.25 E.226822J. 04 INSTALL (1) 42-X16" OUTLET STA. 83+16.62 N+6952230 42 INSTALL E. 2268210.47 YI C ; O OusT. rvo oRrl Eei xJ 0) 42" BUTTERFLY VALVE HORIZONTAL W/ VAULT THRUST BLOCK RE 0128M/32 R�!'��30/3 Y HNC--- WOR=OAR=A50 _ _ _ _ _ -- E 226816047 \, '.yt, 5` E'22681fi0 — P -- to 79+00 80+00 81+00 82+00 3+`BORE W WE00 x CO: — p wE—, �PROPOSED 42—INCH WAhR MNN �'`� ANODE BED STATION 8 (6) F w E _- _--_ _�-�� lJ `^ w RE SHEET 39 STA: 83+66 62 --� OFFSET 1335' IT \ ) �]�y' �..�✓ O INSTALL: V (1) 16- GATE VALVE '`✓ ��ucr \ r ucr—um1.0uRC.i r— cT— rc W/ VAULT . VAULT r—ucT= STA. 83+68n OFFSET 33.25' FT __- INSTALL (1) 16" BLIND RANGE N 695219718 (w5T no vD21t2a 292) RBFR ETC MI PROPOSED WEEK FARAR E'22682113 CASING AND FOREIGN PIPELINE CROSSING (SEE SHEET ]) RE' SHEET 37 AND 38 10" ENLINK PRODUCT LINE / BASED ON SUE LEVEL A T/P ELEV = 78903' JOINT RESTRAINT LENGTH 8 m 7 7 7 7 7 7 WESTSIDE III 42-INCH WATER MAIN A MATCH LINE STA 86+00 SEE SHEET 22 NOTES _ 7 ADINI R�A�I w} Tr1 r L T m s''A05 (INST no 2 aLOgt I onoo90a9e) 1 ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH STANDARD DETAILS UNLESS NOTED OTHERWISE ,I \ �\ 1@ - 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL UTILITIES. WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION. (EXISTING CHAIN FENCE O sLAUCri1E nca TON( THE INFORMATION AND DATA SHOWN WITH RESPECT TO (IrvST. so09 EIE811N0 ONTHEAO NO o2 0—) ELECTRIC ORES EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED \ : \ STA 84+5432 END 42 WATER CARRIER BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON PHYSICAL APPURTENANCES OBSERVED IN THE FIELD THE I% ICI PIPE IN 66" STEEL CASING OR TI MAP # 1988-388 BY OTHER THAN OPEN CUT OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR \\1 I^ P MAP 1988-384 RE. D106M,D10]M,D108/30 # DATA THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY \ \ y1 YV N. 6952229S2 E 2268298.1J MAP # 1988-380 FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR +^ STA 84+5886 MAP # 1988-376 SHEET NOTES' MAP # 1988-372 COORDINATION OF THE WORK WITH THE OWNERS OF SUCH \ ] 7 ` (INSTALL: 1) 42° 90' BEND �dH= I CONTRACTOR SHALL REPAIR OR REPLACE EXISTING DRIVEWAYS TO UNDERGROUND FACILITIES DURING CONSTRUCTION. AND FOR THE DSAFETYMAG AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK THE COST \ t+00 \ fi /1� 90 5' LT V= 1.70' Up COST 10NSTHE COST SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE ALL WILL HAVE BEEN CONSIDERED AS E BEEN INCLUDED 6952229 48 PROJECT PROJECT ACTOR THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY _ \ \ 2268302.71 15'%15' 2 CONTRACTOR SHALL MAKE PROVISIONS TO PROTECT EXISTING FENCES ANY OF DAMAGE CAUSED SHALL BE REPAIRED BY THE CONTRACTOR THE COST OF THE FENCING SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT AFFECTED UTILITY AN A ECTED U L COMPANIES OR AGENCIES IN WRITING AT A LEAST 46 HOURS PRIOR TO CONSTRUCTION. / BORE PIT 3. CONTRACTOR SHALL PROVIDE TEMPORARY FENCING TO ANY PROPERTY WHERE WARNING m T- Y EXISTING PIPE FENCING HAS BEEN THE COST OF THE FENCING SHALL BE THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON I - F \ 1 RAIL FENCE EXISTING 24" RCP CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT ARY TO T 4 MAXIMUM JOINT DEFLECTION FOR DIP =1 N CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER JOINTS OF PIPE THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY \ \ CULVERT IT 5 ALL SURFACE REPAIR SHALL BE IN ACCORDANCE WITH SURFACE REPAIR SHEET 40 TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES PRIOR TO CONSTRUCTION N _ 5 CONTRACTOR SHALL REPAIR DITCH TO EXISTING CONDITIONS THE COST OF THE WARNING! UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION \ L cLI PAIROMA Ox9 REPAIRS SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT 7 CONTRACTOR SHALL REPAIR ALL CULVERTS TO EXISTING CONDITIONS THE COST CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO (ApENALTnvAL+NwTt.W'a0a9 OF THE REPAIRS SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE EXCAVATION AT THIS LOCATION. - _ PROJECT B. CONTRACTOR MAY BE REQUIRED TO USE TEMPORARY PLUGS FOR SEQUENCING DIGTESS DIGTESS (800) 344-8377 _ / OF CONSTRUCTION AND TESTING OF PROPOSED WATER LINES TEMPORARY PLUGS SHALL BE CONSIDERED TO THE VARIOUS ITEMS BID TOMMY WILLIAMS AT&T/SBC 81J 33813 RODNEY EDWARDS ONCOR ELECTRIC 817 355-]026 9 CONTRACTOR SHALL VERIFY DEPTH OF ALL EXISTING GAS LINES PRIOR TO BETTY DAUGHERTY ATMOS GAS ((214 206-2789 _ I CONSTRUCTON.CONTRACTOR SHALL NOTIFY DESIGN ENGINEER OF ANY TRACY LEE ENUNK MIDSTREAM (81] 48]-5560 \ DISCREPANCIES IN THE DEPTH OF EXISTING GAS ONES. 10 UNDERGROUND FRANCHISE UTILITY MAY BE IN CONFLICT IN AREAS. CONTRACTOR 371 CHARLES VAUGHN BKV 817 392-5371 CHRIS HARDER, F.EOR CITY OF FORT WORTH (817) - RESPONSIBLE FOR LOCATION UTILITY AND COORDINATING ANY NEEDED 871-8296 CITY OF FORT WORTH WATER DEPARTMENT (81 J) 871-8296 I n ggqqnnnn Ta05i h R RELOCATION OF THE LINE (TEMPORARY OR OTHERWISE) THIS WORK IS CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID NO SEPARATE PAYMENT (IusTE xo1M191x9415 / 11 CONTRACTOR SHALL MAKE PR TO PROTECT EXISTING TREES EXISTING BENCHMARKS I 1 - PRUNING. TREE CANOPY MAY REQUIRE PRUNING. ALL TREES SHALL BE PROTECTED PER -CASING AN DETAIL 1/33. PUNNING SHALL BE REQUIRED THROUGHOUT TEMPORARY WORK 1 CITY OF FORT WORTH MONUMENT #9015 - INW CORNER OF PIPELINE CROSSING TEST STATION 10 SPACE PRIOR TO BEGINNING EXCAVATION TO ENSURE MINIMUM 14' CLEARANCE THROUGHOUT WORK AREA CONTRACTOR SHALL PROVIDE DOCUMENTATION WESTPOINT BLVD 335 FEET WEST OF THE WEST CB OF VOLTAMP DR. IN THE CENTER OF A DOUBLE 10 FOOT RE, SHEET 37 AND 38 Y INDICATING THE CERTIFIED ARBORIST THAT WILL BE PERFORMING THE WORK PRIOR TO BEGINNING PRE CONSTRUCTION TREE TRIMMING RECESSED INLET 1 FOOT OF THE FACE OF THE CB CITY MONUMENT 0 15 SET IN THE TOP OF THE INLET 8" ATMOS GAS LINE 1 BASED ON SUE LEVEL A 12. PERFORM ROOT PRUNING ON ALL EXISTING TREES TO REMAIN WHERE CONSTRUCTION ACTIVITY FALLS WITHIN THE DRIP LINE OF EXISTING TREES ALL ELEV' 867 41 TIPELEV = 791.33' I ROOT PRUNING SHALL BE PERFORMED BY HAND WITH A SAW OR OTHER CUTTING TOOL. NO ROOT PRUNING SHALL OCCUR BY MEANS OF EXCAVATION EQUIPMENT 2 CITY OF FORT WORTH MONUMENT K9038 - ON THE LOST CREEK BLVD BRIDGE OVER MARYS CREEK 214 FEET SOUTH OF THE SOUTH CB OF BLUE CREEK DR. ON THE N.W. CORNER OF THE BRIDGE 3 FEET WEST OF THE CB AND 1 FOOT NORTH OF THE EXPANSION JOINT CITY MONUMENT #9038 SET IN THE �■■■ MENNEEN SOME ■■■■ ■■■■■ ■■■■■■■■ ■EAm�R■■■■■■■ Mul�90 1A ■■■■■■■■ ■■■ M■■■■ iniii �11 EEC - ■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■■MEMO■ ■■ ■■■■■■■Iiliiwoll■ O■ ■■ ■ ■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■■■■■■■ ■■ ■■■M1■■�■�RC�®IE■ �® l�iM"mE■■11■■M : m ■m ■ ■■■MESS! =oiIN mom CZle!!ME!!4, Monza ME EOM■■■■■ iMENNENiiiiii siiiiiiiiiiiiiii i i iiiiiiii Tin•�i of aii iiii ■■■■ ■1■■■■■ ■■■■■■■ � o NONE NON�iiiimim0a M1 I■ i hA-- ■■■■■■■■ ■■■■■■■■ ■■■■■EEO ■Mt37I�iEm'�i ■■■■EEO■ Kilo PH m/M►111■■■_ im■ ■■■ ■■ t�, ■■■■■■■■ ■■■■SEE■ ■■■■■■■■ ■■■�i:ilf'l�Y■ M■■EEME■ A I■ Nmii on i ,OFF ■EE EEE EE No ■■ ■EEO ■■■ ■■■■■■■■ ■■■■■ ■ ■■ ■■ ■■ ■■ ��■ E■I�M1■■■ ■■ ■ 3■E■■■■■■■■■■■■■■m■■■■■�� .. ■■E1■■-■o■— %i■M1EE■s■Mms-■■ ■■■■■■ ■■■ ■■■■SEE■ O■ 1 ■■ E■■■■■■■■■ ■■ ■■■ ■■ ■■■■■■ ■■■ ■■■■■■■■ ■■ ■■ ■■ ■ ■■■■■■■■ 1-]■ ■■■■■■ ■■■ ■■■■■■■■ ■■^..:.■■� ■EAIIIE■�!�■gym■ mommom iimmmmmmmmm MEN -' MM1■■■EIP.IIEIOd_ ■ems■■■ ■■■ ■■■■■■■■ ■■ ■■■■■ ■■■ ■■■ ■■■■00 ■M■■■■ ■■■ ■■■■■■■■ ■■ ■EEO ■■■ ■■■ ■■■■ . Elmo _ OWN■■■ s ■■ ■E■■■� ■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■m■■■■=E�A■Ml■■■■IFGI3Mlfi■Gl■■■ WALK ELEV 780 01 3 CITY OF FORT WORTH MONUMENT p9042 - ON THE CB OF NORTHNEW DR. 138 FEET EAST OF THE EAST CB OF LOST CREEK BLVD IN THE CENTER OF A DOUBLE 10 FOOT INLET 1 800 FOOT OFF THE FACE OF THE CB CITY MONUMENT #9042 SET IN THE TOP OF THE INLET ELEV. 803.47 PROFI_E SCALE: ,- = 40' H 795 4 0 — 40 80 120 SCALE 1" = 40' v[ 790 765 UBT �n1 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT 780 1 WESTSIDE III -PHASE I - 42-INCH WATER MAIN 775 PROPOSED 42-INCH WATER MAIN A STA 78+00-86+00 770 Kim ear)Morn DATE SCALE PROJECT NO SHEET DESIGN: SOW DRAWN. TLH AUG. 1"=40'H CITY PROJECT �] 765 CHECKED' JRT 2022 1"-4'V R102688-1 L MATCH LINE STA 113+00 SEE SHEET 26 STA 112+2562ry INSTALL: STA. 109+84.57 (1) W/ DUAL VAULT 8- AIR RELEASE VALVE /E II 1�I R OLD/WE9fH�RFOjiD AND PROTECTIVE FRAME H /BOA / END 42" WATER CARRIER PIPE IN 66" STEEL CASING OR RP LEE N 6 ss 1Rus1EE BY OTHER THAN OPEN CUT OR xE eTS RE D106M,D107M,D108/30 RE- 4/34 / % / _ 1 to N+6954892 J3 / E 2268193 73 2•2 (w1T rv0o D-12-7) N: 695475517 STA 111+2924 • OR3 / X E 2268306, 88 STA 109+64 SJ BEGIN 42" WATER CARRIER / // / INSTALL / (1) 42. 45' HORIZ BEND Lt` PIPE IN 66" STEEL CASING OR THE BY OTHER THAN OPEN CUT EXSITNG 24" A1M05 — 4517' LT / x / N 695489' RE. D106M,01OJM,0108/30 GAS LINE N 6954735+17 E 2268291.11 V EXISTNGi10" ENLINK / E. 2268306.85, STA 111NSTA66 ., PRO T LINE =„ �1 d (1)�42" 45- HORIZZ. BEND o dT=i LT 13.01 R / b n'v CHAPIN ROAD ^ COUNTY ROAD 1029 / w / EXI,ry/TING 54 77 / CITT OFF T v(ORTH _�'69548JJ 2ry77/ EY'226EA3b7/_ / / Y 1 CL �CHAPM ASPHALT PAMNC ax 5/d." RAW/��(yyy��(yyy���ppppppTERI LINE $t �xB � (VARIABLE WIDTH ROW) c��—��-- E 400 s ,1, 108+00 �_ y ��µ109+00„ -r i 0 111 - - 1 aro RE PI' BORE PIT 1 EXISTING 12" RCP FOREIGN PIPELINE OREX15' BORE PIT TEST NN��WWQIO[ 3 I TEST STATIOIT}3 E X CULVERT 1 _ TEST STATION 13 1 PROPOSED 42 INCH RE: SHEET 38 RE SHEET 38 (SEE SHEET NOTE 13) 1 1 EXISTING DIRT WATER MAIN DRIVEWAY (SEE SHEET NOTE 13) _i 8- ATMOS GAS LINE BASED ON SUE A EL A EXISTING 12- CMP CULVERT ��' z� T/P ELEV. = 85J.25' - -1 yn00� EXISTING WOOD \ \\ EXISTING GRAVEL FE2.NCE v c m \ M D DRIVEWAY q ub EXIGTNG ST 0022072&5 Iry x t t CULVERT EMSINC OAS uxE z A. /) \ \ (Va ...1. PD. es) I{c \ \ WESTSIDE III 42-INCH WATER MAIN A MAP N 1988-388 MAP # 1988-384 MAP N 1988-380 MAP N 1988-376 MAP N 1988-372 SHEET NOTES. E 1. CONTRACTOR SHALL REPAIR OR REPLACE EXISTING DRIVEWAYS TO EXISTING CONDITIONS. THE COST SHALL BE CONSIDERED CAungTl-7 SUBSIDIARY TO THE COST OF THE PROJECT EMTNO OWiHEAD 2 CONTRACTOR SHALL MAKE PROMSIONS TO PROTECT EXISTING 6ECIRIC IIlES FENCES ANY DAMAGE CAUSED SHALL BE REPAIRED BY THE CONTRACTOR THE COST OF THE FENCING SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT, 3 CONTRACTOR SHALL PROVIDE TEMPORARY FENCING TO ANY PROPERTY WHERE FENCING HAS BEEN DISTURBED. THE COST OF THE FENCING SHALL BE CONSIDERED SUBSIDIARY TO THE COST 0 OF THE PROJECT 4 CONTRACTOR SHALL REPLACE ALL EXISTING DRIVEWAY CULVERTS. EEKTHE COST OF CULVERTS SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT 0xs*P uo DDOUa290oD) 5 MAXIMUM JOINT DEFLECTION FOR DIP =1 0% CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF PIPE 6 ALL SURFACE REPAIR SHALL BE IN ACCORDANCE WITH SURFACE S REPAIR SHEET 41 7 CONTRACTOR SHALL VERIFY DEPTH OF ALL EXISTING GAS LINES PRIOR TO CONSTRUCTION 8 CONTRACTOR SHALL PERFORM EXPLORATORY EXCAVATION OF EXISTING 24" ATMOS GAS LINE THE CONTRACTOR SHALL NOTIFY X THE DESIGN ENGINEER OF ANY VARIATION IN DEPTH OF EXISTING l GAS LINE ITIONS 9 CONTRACTOR SHALL REPAIR DITCH TO EXISTING CONDTHE COST OF THE REPAIRS SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF THE PROJECT ,0 CONTRACTOR MAY BE REQUIRED TO USE TEMPORARY PLUGS FOR SEQUENCING OF CONSTRUCTION AND TESTING OF PROPOSED WATER LINES. TEMPORARY PLUGS SHALL BE CONSIDERED TO THE VARIOUS ITEMS BID, 11 CONTRACTOR TO COORDINATE WITH RESIDENTS AND MAKE PROVISIONS TO ALLOW FOR ACCESS TO RESIDENCES AND PROPERTIES AT ALL TIMES THROUGHOUT CONSTRUCTION 12. UNDERGROUND FRANCHISE UTILITY MAY BE IN CONFLICT IN AREAS. CONTRACTOR 15 RESPONSIBLE FOR LOCATING UTILITY AND COORDINATION ANY NEEDED RELOCATION OF THE LINE (TEMPORARY OR OTHERWISE) THIS WORK IS CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID NO SEPARATE PAYMENT 13 THE POLE MOUNT FOR THE FOREIGN LINE TEST STATIONS SHALL BE OFFSET TO AVOID ANY ABOVE GROUND CONFLICTS. IN ADDITION DRIVEWAY ACCESS SHALL NOT BE DISTURBED JOINT RESTRAINT LENGTH (AWWA C200). STA 107+30 TO STA 112+70 •� e. ncI: TING 2 9SPHAI T... ET PAY R: SU pr RE: SU iFACE PA EAT VE _ P t�P EiTI IATED T7 ELEV= FACE RPAIR SHEETS, EP //�JJG 4fi.8]-8503J'--- �I,,IIj llpp����))��'' �RED`M,C REPAIR ACCEPTA A ( IL GIIVG0 RACCEPTAID BAC' K N� 860 7 'T— ■e7 ■■ ■■. ■ ■ ■ ■L U ■■■■ �lN IF�i■ ■75 ■■ I � — _ ■■ ■ ■ ■I ■■ ��/■■ ■■ ■■ il■ ■� ■■ ■■ ■■ ■■ ,■„111�i1 ,C T SEE L ':I tmI — e:i: ■■ ■ ■ k _ ,p■ RI 835 k `A■ ■■ ■■ ■■ !■ ■■■�ill3 !■ ! ■■ .■ . 'F�■ ■ ■ 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 UTLITES. WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION THE INFORMATION AND DATA SHOWN WITH RESPECT TO 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, 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 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 UTLITES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY WARNING! UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION CONTACT THE FOLLOWING OFHCES AT LEAST 48 HOURS PRIOR TO EXCAVATION AT THIS LOCATION. DIGTESS DIGTESS (800) 341-1111 TOMMY WILLIAMS AT&T/SEC 817 — 6013 RODNEY EDWARDS ONCOR ELECTRIC 817 355-7026 BETTY DAUGHERTY ATMOS GAS (214 206-2789 TRACY LEE ENLINK MIDSTREAM 81] 487-1560 CHARLES VAUGHN BKV 817 584-5371 CHRIS HARDER, RE CITY OF FORT WORTH (817) 392-8293 CITY OF FORT WORTH WATER DEPARTMENT (817) 871-8296 BENCHMARKS 1 CITY OF FORT WORTH MONUMENT A9015 - N W CORNER OF WESTPOINT BLVD 335 FEET WEST OF THE WEST CB OF VOLTAMP DR. IN THE CENTER OF A DOUBLE 10 FOOT RECESSED INLET 1 FGOT OF THE FACE OF THE CB CITY MONUMENT 0 15 SET IN THE TOP OF THE INLET ELEV867 41 2 CITY OF FORT WORTH MONUMENT K9038 - ON THE LOST CREEK BLVD BRIDGE OVER MARYS CREEK 214 FEET SOUTH OF THE SOUTH CB OF BLUE CREEK DR. ON THE N.W. CORNER OF THE BRIDGE 3 FEET WEST OF THE CB AND 1 FOOT NORTH OF THE EXPANSION JOINT CITY MONUMENT A9038 SET IN THE WALK ELEV 780 O1 3 CITY OF FORT WORTH MONUMENT p9042 - ON THE CB OF NORTHVTEW DR. 138 FEET EAST OF THE EAST CB OF LOST CREEK BLVD IN THE CENTER OF A DOUBLE 10 FOOT INLET 1 FOOT OFF THE FACE OF THE CB CITY MONUMENT #9042 SET IN THE TOP OF THE INLET ELEV. 803.47 PROFI_E SCALE: 40' H 0 40 BD 120 SCALE 1" = 4C' PE REV COMMENTS BY DATE I I 11� I UQT��V CITY OF FORT WORTH, TEXAS WATER DEPARTMENT WESTSIDE III - PHASE I - 42-INCH WATER MAIN PROPOSED 42-INCH WATER MAIN A STA 107+00-114+00 Kimlev»> Horn DATE SCALE PROJECT NO SHEET DESIGN: SOW DRAWN. TLH AUG. 1"=40'H CITY PROJECT n C CHECKED JRT 2022 1"=4'V R102688-1 LJ LEGEND POSED VARI BLEB A TH iEMPOR 1 ++ SRUCTION SEM Ox�mor mExa.vs ruo — STA. 123 62 NSTALL. EXISTING F WAY Eps1Nc ONAHEAU T W ,A TTE Y VALVE RIGHT OF WAY �I MANUCHER NAZARIAN STA 123+46 fi RE VAULT (INST. N0. D190008157) INSTALL: RE. 471 4 S (1) 4513' RO LED END N 694J1 37 \ S N 1 NI = 45.12' T I226423 88 CA11110x1 T E APPROXIMATE Yj,1I AV 1.25' UP d Epx NY1N�01W� N 694J111 44 STA: 124+0 .79 LIMITS OF EXI NG T E 2264239. o BEGIN 42" ATER ARRIER CI- \ PAVEMENT - 0 IRE IN 66" STEE�CASING R. HIGHWAYS 30R P 1 B pp (C OTHER THAN PEN CUT BY OTHER OF BORE NCU / p E D106M.D107 —/32 - L-d T PPROXIMAR ITS X N 694J16916 �/ OF FUTURE P MINT azF2 E226423997 EXISTING 24" --124+ A STORM DRAIN a ♦X �X -(+,} 125+00 126+00_______127+00 aJ 128+0 J1 v `-- PI � '9T ♦ oo _3o' PR�OSED 42-INCN� s� (1y♦ BORE PIT WATER MAIN' t� �/ ♦ � = F- n _I rSFTPT♦♦ § I r C D I 9 y u� ♦ A ♦� W. i ~ DA T D ti APPRO M TE LIMI OF G GRAVE A = To €; PARKIN KIN OT EXISTING T Z D r � K RIGHT OF WAY I I OS�yI ��A I FUTURE XOOT ` O £ 'I' RIGHT O WAY WESTSIDE III 42-INCH�WATER MAIN B JOINT RESTRAINT LENGTH STA 123+00 TO STA- 127+0C (A WWA C200) 2 ,4' Txb0 R 1w 67o k N TE1 s An 870 I 865 b4u� \ i 1865 I 11J I I I I I I I I 1 I I No i r E STAG FxCR -�860 h" J30 T9 "Gi1 - -_ B 1siT ess 1 1 ess - I I 17.1 � I I li -�fiI I I I Iww 650+ 142�MC1. j ` w 850 PROPOSED Mp1N g al "� 845 IOu - I S _ a A' pl P ANP AT D-- 0 D S EEL 840 T I suRR1M�//Tir cuuno:'s./0R y a 127,. 5 840 8 _ FSEOC ED BASED OR AGI AI LIES Y' CTEO PIPE Y4'. SH m <' If -T s 835 0 F n 835 _ 830 -- I r 123+�0 2d+�1 p4 iid+Of 128+00 27+� STA 130+03.49 NOTES END 42'102 WATER MAIN B CONNECT TO EXISTING yy� 42" WATER MAIN 1 ALL REFERENCED DETAILS SHOULD BE CITY OF FORT WORTH yTA INSTALL Q14 I1lE CPN 102fi88-1 STANDAD DETAILS UNLESS NOTED OTHERWISE INSTALL (BY OTHERS) )2" UTIRFLY VALVE RE D129/33 2 THE CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL I& W/ VAULT INSTALL MAP # 1988-380 UTLITIES, WHETHER PUBLIC OR PRIVATE, PRIOR TO EXCAVATION € TEE D128/34 1 ISOLATION FLANGE ASSEMBLY MAP 1988-376 THE INFORMATION AND DATA SHOWN WITH RESPECT TO A IQ NI 6947753.37 () # E%ISTINo UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE RE D146/34 MAP 1988-372 SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED L OC R B 2264241.22 # N. 6947768.87 BY THE OWNERS OF SUCH UNDERGROUND FACIITIES OR ON E E 2264241 25 PHYSICAL APPURTENANCES OBSERVED IN THE FIELD THE 2 611 € OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE 10 31 SHEET NOTES. ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR 4 J2 DATA THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY 4 1. CONRACTOR MAY BE REQUIRED TO USE TEMPORARY PLUGS FOR SEQUENCING FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND 2 1 OF CONSTRUCTION AND TESTING OF PROPOSED WATER LINES TEMPORARY DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR PLUGS SHALL BE RK WITH THE OWNERS CH L�i9+ T - 2. CONTRACTOR SHALL VERIFYEDEPTH SOFAALL EXISTING GARY TO THE S INESMPROR TO UNDERGROUND S BID COORDINATION CFACILMESCDURNG CONSTRUCTION, A AND FOR THE - 130+ �6�1 CONSTRUCTON SAFETY AND PROTECTION THEREOF AND REPAIRING ANY 3. CO TRACTOR SHALL CENTER GAS LINES ON A SEGMENT OF PIPE PIPE DAMAGE THERETO RESULTING FROM THE WORK THE COST OF _ __ JOINTS SHALL NOT BE PLACED UNDER GAS CROSSINGS ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLDED 130+03 4. UNDERGROUD FRANCHISE UTILITY MAV BE IN CONFLICT IN AREAS. IN THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTLITv COMPANIES OR AGENCIES IN WRITING AT CONTRACTOR IS RESPONSIBLE FOR LOCATING UTILITY AD COORDINATING ANY I€ \� BORE PIT NEEDED RELOCATION THE LINE (TEMPORARY OR OTHERWISE) THIS WORK LEAST 48 HOURS PRIOR TO CONSTRUCTION. IS CONSIDERED SUBSIDIDI ARY TO THE VARIOUS ITEMS BID. NO SEPARATE PAYMENT WARNING \ v\ i PROPOSED 42" WS-III WATER ON PHASE NI 5 SE ARAM IF THE WESTSIDE CONRAC )PHASE THE 2TIMEAOFRMAIN HAS CONSRUCTIONE THENTCON CONTRACTOR THE PLANS ARE APPROXMATEDIMENSIONS AND WERE OBTAINED UTILITIES MOM SHOWN "' SHALL INSTALL BLIND FLANGE, TEST WATER LINE, AND CONNECT TO THE COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE RESPONSIBILITY BASED GAS LINE PROPOSED WATER MAIN WITH 42" FLANGE CONNECTION WITH ISOLATION TO VERIFY LOCATION, DEPTH AND DIMENSION OF EXISTING UTILITIES BASED ON SUE LEVEL A T/P ELEV 87J 74' FLANGE ASSEMBLY (SEE SHEET 34) IF HE WESTSIDE II PHASE 142" WATER PRIOR TO CONSTRUCTION € `---- - - - MAIN AT THE CONNECTION POINT HAS NOT BEEN INSTALLED, THEN INSTALL WARNING' UNDERGROUND UTILITIES IN THE AREA OF CONSTRUCTION EXISTING "T THE WATER LINE AS SHOW IN PLANS CONTACT THE FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO GAS EASEMENT 6. CONTRACTOR SHALL CENTER GAS LINES ON A SEGMENT OF PIPE. PIPE CONTACXCAVAT T AT THIS LOCATION. (INST.NO. D213 SEMEN) JOINTS SHALL NOT BE PLACED UNDER GAS CROSSINGS. IL I - J CONSTRUCTION OV RA REPRESENTATIVERTHE OM EXSTING BARNETTJ GA HERINGSHALLE GAS S ON ITE DURING €INESS CONTACT DIGIEBS DIGTESS (800 344-8377 CH RUES VAUGHAN AT 817-584-5371 TOMMY WILLIAMS AT&T SBC (((81733 338-6013 CONTRACTOR TO CALL CALL TXDOT INSPECTOR NOTED ON THE APPROVED RODNEY EDWARDS ONCOR ELECTRIC (8173 355-7026 f1 C ✓ PERMIT 48-HOURS PRIOR TO THE START OF CONSTRUCTION. THE BETTY DAUGHERTY ATMOS GAS (((214) 2DR-2789 k 1110 SONTRA HOP ATT8117 3 0-3661OR IS DFOR THE TO CONTACT LOCCATES IOT FRBURIED ICT APORTONFFIC NOF THIS HARLES VAUGHN BARNETTAL TRACY LEE ENLINK 'GATHERINDSTREAMG (81]) 584-5371 FUTURE TXDOT WORK IS NEAR TXDOT TRAFFIC SIGNALS CH HARDER, P E CITY OF FORT WORTH (81]) 392-8293 RIGHT OF WAY 9. THAT WATER MAIN INSTALLATION SHALL BE CONSTRUCTED ACCORDING TO CITY OF FORT WORTH WATER DEPARTMENT 18171 871-8396 THE DESCRIPTION, CONSTRUCTION PLANS, SPECIAL PROVISIONS. AND OTHER RELATED DOCUMENTS, AS DESCRIBED IN THE NOTICE OF PROPOSED - J > ✓ > ✓ d, e .� d INSTALLATION AND APPROVAL FORM FIELD REPRESENTATION SHALL BE BENCHMARKS J MAINTAINED DURING INSTALLATION OF THE WATER MAIN 10 A COPY OF THE TXDOT UTILITY PERMIT MUST BE ON THE JOB SITE DURING 1 CITY OF FORT WORTH MONUMENT #9015 - N W CORNER OF ANY CONSTRUCTION ACTIVITY TPONi 335 FEET WEST OF HE WEST CB OF VOL STA' 127+00 TO END VOLTAMP DR..IN IN THE CENTER OF A DOUBLE 10 FOOT RECESSED INLET 1 FOOT OF THE FACE OF THE CB CITY MONUMENT #9015 SET IN THE TOP OF THE INLET 1.3' TXMOT R(IW I ELEV 867 41 2. CITY OF FORT WORTH MONUMENT #9038 - ON THE LOST XL TI G SF CREEK BLVD BRIDGE OVER MARY'S CREEK 214 FEET SOUTH IM�1S L A _ _ OF THE SOUTH CB OF BLUE CREEK DR. ON THE N.W. CORNER OF THE BRIDGE 3 FEET WEST OF THE CB AND 1 FOOT NORTH 885�- -- -- _r" - -�885 WFALNHE EXPANSION JOINT CITY MONUMENT 0038 SET IN THE +71 ELEV 75D Ol AR E I!AT E I ! .-. A ;T1 IG G µl 1- i f 3. CITY OF FORT WORTH MONUMENT #9042 - ON THE CB OF NORTHVIEW DR 138 FEET EAST OF THE EAST CB OF LOST CREEK BLVD IN THE CENTER OF A DOUBLE 10 FOOT INLET 1 No EX SP N. FOOT OFF THE FACE OF THE CB CITY MONUMENT #9042 SET IN THE TOP OF THE INLET ,J AIIN G I/ ,� 7S I� ELEV. 803.47 _ f E IST NG 8" 9 _ _ PROFILE SCALE: AN 0 /T \U US 875 q Lt _ 0 40 fio 120DA SCALE 1" = 40' Juluc 2a Tc C¢N IT •T -- - I I 870 1 1171 1 870 0 .�' REV COMMENTS � BYDATE I I I I I I I I I I 885 7.5 per' � CITY OF FORT WORTH, TEXAS WC 42' WATER DEPARTMENT A R MAID IIr. BEJ.s)S) 860 No WESTSIDE III - PHASE II -42-INCH WATER MAIN + - z 855 I� _ - J / WPTEROMPIN ej 855 PROPOSED 42-INCH WATER MAIN PHASE II m STA. 123+00-END / p� - L m KimlevoHorn es0 _ 4 f I LL I N0 eo a. x MR n n. 3 .� X eNE ev „see a S 4 n r RO ANOIF`CSL E 6Fi� WIf o 6 e'y DATE SCALE PROJECT N0. SHEET ' ♦1 Plr-. CON EI }1 k 4'J AI: `L E$ a CESIGN KLW _ L CT:D PIPE 1l SH DRAWN: TLH JUNE 1 =40'H CITY PROJECT 8451 l -- �wL'o -.�a=1L rd845 HECKEo JRT 20zz r=a'v #to2688-2 2H 27+0 128+0� 129+d0 N w 0+0 TARRANT COUNTY FLOODPLAIN DEVELOPMENT PERMIT APPLICATION APPROVAL Permit No. 22-21 The Floodplain Development Permit Application submitted by Shelbv Warchesik dated 06/16/2022, together with the accompanying documentation, if any, have been reviewed by the Tarrant County Floodplain Administrator. The Floodplain Administrator has determined that the Application for Proposed Development complies with the terms of Article 4 Section C of the Tarrant County Flood Damage Prevention Rules. Accordingly, Applicant is hereby granted a Floodplain Development Permit for the limited purpose of completing the Proposed Development as specified in the Floodplain Development Permit Application. This Permit expires on N/A , and Applicant will be required to submit another Flood Plain Development Permit Application for consideration and approval by the Floodplain Administrator if (1) Applicant desires to alter or change the Proposed Development from the specifications contained in the Application or (2) Applicant has not started or completed the Proposed Development by the expiration date of this Permit, but Applicant desires to go forward with starting or completing the Proposed Development. Because conditions and circumstances may change subsequent to the issuance of this Permit, Applicant is not guaranteed nor has the right to the approval and issuance of a subsequent Permit. APPROVED: EFFECTIVE DATE: 06/24/2022 Tarrant County Floodplain Administrator TARRANT COUNTY FLOODPLAIN DEVELOPMENT PERMIT APPLICATION INSTRUCTIONS: Complete all questions. If any item does not apply, indicate by place "NA" in the blank. DO NOT LEAVE ANY BLANK EMPTY. SECTION 1. OWNER INFORMATION PROPERTY OWNER'S FULL NAME: Walter Norwood (City of Fort Worth) Address: 200 Texas St. City: Fort Worth State: Texas Zip Code: 76102 Home Phone: Work Phone: (817) 392-4477 Cell Phone: (817) 392 entail Address: walter.norwood@fortworthtexas.gov -5026 Is the Owner a Corporation or Partnership? ❑Yes ❑x No If Yes, attach a letter on company stationery, signed by an authorized individual, authorizing the Applicant to file an Application on behalf of the company. SECTION 2. APPLICANT INFORMATION ❑ Same as Owner (if checked, skip to Section 3) APPLICANT'S FULL NAME: Shelby Warchesik (Kimley-Horn) Applicant's Address: 801 Cherry St., Suite 1300, Unif{ 11 City: Fort Worth State:Texas Zip Code: 76102 Home Phone: Work Phone(817) 769-6151 Cell Phone: (817) 994-6844 entail Address: shelby.warchesik@kimley-horn.com SECTION 3. SUBJECT PROPERTY INFORMATION Street Address for the Subject Property (if established)': 12501 Camp Bowie W Boulevard City:Aledo Zip Code: 76008 BURLESON, JONATHAN SURVEY Abstract 78 Tract 4A LESS Legal Description:HOMESITE Lot: Bloc Subdivision Section or Phase: If not located in a subdivision: Survey: Abstract:78 Recorded (Vol/Page): List the names of all roads by which the property can be accessed: I-30 Frontage Road -West Freeway Total Current Land Area: 331.509 Vicinity Map Attached? ®Yes ❑No Located in City ETJ: ® Yes ❑ No City Name: If a 911 street address has not been assigned to the Subject Property, the Applicant must contact the 911 Coordinator at (817) to obtain an address. SECTION 4. PROPOSED DEVELOPMENT: DEVELOPMENT OF LAND (Check all that are applicable): ❑Clearing ❑Fill ❑Mining ❑Drilling ❑Grading ❑Excavating (except for structural development checked above) ❑Watercourse Alteration (including dredging and channel modifications) ❑Road, Street or Bridge Construction ❑ Subdividing Name of Subdivision: ©Construction of Utility Type of Utility: Water ❑Other (please specify): DEVELOPMENT OF STRUCTURES (Check all that are applicable): ® New Construction ❑ Relocation ❑ Demolition ❑ Addition ❑ Alteration ❑ Repair ❑ Remodel ❑ Replacement ❑ Other: STRUCTURE TYPE (Check all that are applicable): NA ❑ Habitable Structure: Living Area: sf # of Bedrooms: ❑Single Family Residence (1 family) ❑Multi -Family Residence (2-4 families) ❑Multi -Family Residence (more than 4 families) ❑Mobile/Manufactured Home Located in MHRC? ❑Yes ❑No ❑Recreational Vehicle ❑Commercial Type: ❑ Combined Use (Residential and Commercial): Type: ❑ Non -Residential ❑ Floodproofing Type: ❑ Floodproofing Certification Attached ❑Non -Inhabitable Structure (specify): ❑Garage El Storage Building ❑Barn ❑Other: TYPE OF FOUNDATION: NA ❑Building on Slab ❑Building on Piers, Piles or Columns ❑Building with Basement PROJECT COSTS: NA Estimated market value of the existing Structure: $ Estimated cost of proposed construction: $ If the cost of the proposed construction equals or exceed fifty percent (50%) of the market value of the existing Structure, "Substantial Improvement" provisions shall apply. Contact the Floodplain Administrator at (817)884-1250 before proceeding. SECTION 5. ENGINEERING STUDIES AND DOCUMENTATION FIRM Map Panel: 48493CO260K ❑ Zone A 0 Zone AE Site Plan attached? N Yes ❑ No Construction Plans attached? ❑X Yes ❑ No Certification by Registered Engineer or Architect attached? N Yes ❑ No Base Flood Elevation: 797 Elevation of Lowest Floor: NA How was BFE determined? ❑ Flood Insurance Study (FIS) Date: 0 Flood Insurance Rate Map (FIRM) Date: 3/21 /2022 ❑ Flood Elevation Study Date: ❑ Two -Foot Contour Map SECTION 6. CONSULTANTS: List all professionals involved in the preparation of this Application or any of the supplemental information provided herewith. Attach additional sheets, if necessary. REGISTERED PROFESSIONAL LAND SURVEYOR: Name: Michael Billingsley, RPLS (Kimley-Horn) Mailing Address: City: Fort Worth State: Texas Zip Code: 76102 Work Phone: (817)900-8526 Cell Phone: (214)557-9845 Fax Number: entail Address: Michael.Billingsley@kimley-horn.com PROFESSIONAL ENGINEER: Name: Shelby Warchesik, PE (Kimley-Horn) Mailing Address: 801 Cherry St., Suite 1300, Unit 11 City: Fort Worth State: Texas Zip Code: 76102 Work Phone:(817)769-6151 Cell Phone:(817)994-6844 Fax Number: entail Address: shelby.warchesik@kimley-horn.com OTHER: Name: Mailing Address: City: State: Zip Code: Work Phone: Cell Phone: Fax Number: eMail Address: OTHER: Name: Mailing Address: City: State: Zip Code: Work Phone: Cell Phone: Fax Number: eMail Address: SECTION 7. OWNER/APPLICANT'S ACKNOWLEDGMENT AND CERTIFICATION: By my signature below, I acknowledge that I have read and understand the following: 1. No work of any kind may start until a Floodplain Development Permit is issued by Tarrant County. 2. The Development Authorization Permit may be revoked if any false statements are made in this Application or its attachments. 3. The Development Authorization Permit expires if work in accordance with this Application is not commenced within 12 months of issuance or if the work is not completed within 24 months of issuance. 4. If the Development Authorization Permit expires or is revoked for any reason, all work must cease until a new Permit is issued. The Applicant will be required to submit a new Application with accompanying fees. 5. It shall be unlawful to use, occupy, or permit the use or occupancy of any building, development, or premises, or any part thereof, hereafter created, erected, changed, converted, altered, or enlarged until the development is in compliance with the Tarrant County Subdivision and Land Use Regulations and Tarrant County Manufactured Housing Rental Community Regulations. 6. Applicant may need other permits to fulfill local, state, and federal regulatory requirements. It is Applicant's responsibility to determine what permits are needed and to obtain these permits from the appropriate authorities. 7. Construction costs undertaken in accordance with this Application are Applicant's responsibility. Applicant is not permitted to erect permanent structures or signs on or over any portion of Tarrant County's right-of-way or within any established setbacks. 8. Applicant must construct the improvements in strict conformance with the plans and specifications submitted with this Application and as approved by Tarrant County. Failure to do so will result in Applicant being required to modify or re- construct the improvements at Applicant's cost. 9. Maintenance of improvements remains the Applicant's responsibility, and the County retains the right to require any changes, maintenance, or repairs as necessary to protect life or property. I hereby certify to the following: 1. I have carefully read the complete Application and all its attachments and certify that all documents submitted are true and correct. 2. There is no outstanding tax liability to Tarrant County on the Subject Property. 3. The Owner of the Subject Property, if different from the Applicant, has authorized the submittal of this Application. 4. As the Owner of the Subject Property or a duly authorized Applicant, I hereby grant permission to representatives of Tarrant County to enter the premises and make all necessary inspections and to take all other actions necessary to review and act upon this Application. P. E Signature: r Print Name: Shelby Warchesik Date: 6/16/2022 National Flood Hazard Layer FIRMette FEMA 97o32'38"W 32o43'4"N — I .b,000 0 250 500 1,000 1,500 2,000 Basemap: USGS National Map: Orthoimagery. Data refreshed October, 2020 Legend SEE FIS REPORT FOR DETAILED LEGEND AND INDEX MAP FOR FIRM PANEL LAYOUT Without Base Flood Elevation (BFE) Zone A, V, A99 SPECIAL FLOOD With BFE or Depth Zone AE, AD, AH, VE, AR HAZARD AREAS Regulatory Floodway 0.2%Annual Chance Flood Hazard, Areas of 1% annual chance flood with average depth less than one foot or with drainage areas of less than one square mile zone x _Future Conditions 1%Annual Chance Flood Hazard zone Area with Reduced Flood Risk due to OTHER AREAS OF Levee. See Notes. zone X FLOOD HAZARD Area with Flood Risk due to Levee zone D NOSCREEN Area of Minimal Flood Hazard ZoneX Q Effective LOMRs OTHER AREAS Area of Undetermined Flood Hazard zone D GENERAL - — - - Channel, Culvert, or Storm Sewer STRUCTURES I I I I Levee, Dike, or Floodway fCross Sections with 1%Annual Chance Water Surface Elevation a - - - Coastal Transect ..«..at«.«. Base Flood Elevation Line (BFE) Limit of Study Jurisdiction Boundary — --- Coastal Transect Baseline OTHER _ Profile Baseline FEATURES Hydrographic Feature Digital Data Available N No Digital Data Available MAP PANELS Unmapped +1 The pin displayed on the map is an approximate point selected by the user and does not represent an authoritative property location. This map complies with FEMA's standards for the use of digital flood maps if it is not void as described below. The basemap shown complies with FEMA's basemap accuracy standards The flood hazard information is derived directly from the authoritative NFHL web services provided by FEMA. This map was exported on 3/21/2022 at 11:57 AM and does not reflect changes or amendments subsequent to this date and time. The NFHL and effective information may change or become superseded by new data overtime. This map image is void if the one or more of the following map elements do not appear: basemap imagery, flood zone labels, legend, scale bar, map creation date, community identifiers, FIRM panel number, and FIRM effective date. Map images for unmapped and unmodernized areas cannot be used for regulatory purposes. I t �CITYrOF EXISTING 36" ` FORT WORTH WATER LINE - FOR ROAD A. 0 _ — ��, LEE BASS - - - Sj as \ ` WASTE MANAGEMENT TY r 4. "�._ •.+ ` _ 5 I. OF. EXAS INC4�._� % .,• _ CITY OF FORT WORTH G l is MARYS CREEK yi WATER RECLAMATIONY`'kb_, .e- FACILITY t - LEE BASS, - • w FORT WORTH \ .. 4 nA,w 6 CITY LIMITS 1s all kl. •� .. �� WESTSIDE \ LANDFILL%' y FORT WORTH {�ra�. P CITV LIMITS \\ / v �� z.11 7 •' ` = _ WALSH RANCHES LP- WALSH,- WM RENEWABLE y. _ RANCHES 'VENERGY LLC LEE BASS 'x LP Inln eT� . WASTE I,r - _ _ ._ _ •� ter% .q t,. i = 0 - - lit Malik a iON s�sYi !./ J It$•�sGiYr .,,.4 ar � si'� sex I��•� �� � A pa .. can £ r.� �r •'• w4�#r Fry •�, ri�y�?'+&ip R iPdipVGwS�Y'* y'w A:: 1 inch YY-- Legend Proposed 42-Inch Water Markum Ranch Pump Exiting Sewer Line Existing Water Line Existing Gas Line . _j Fort Worth City Parcel Boundaries A 11 hualll I 1 - I I 1 NArvJcH / r n 1 ,\ II I / Orvs1Ma LR 4A000ells) � - � / I 1 I EXISTING 3( STA90+8565/ / I UTILITY EA' INSTALL I M /� (INST N0. I 40.30' ROLLSpp/BEND I (INST NO / r / AF = 015'% T I / I STA: 93+1 N694404Q'S9 Y BEGIN A7' E 226452f 20 STA 1H 164 1 A I PNO P 66 STA. 91 k11 45 E%ISiING SANITARY I ONO I / / tE6V 4 H SEWER MANHOLE I BY�OTHER ORZEND L249'S8 1 O- 9400T T 0ICO60I 506I i�r4505 �9'� _ 1 � _ ��_11264506 l / -259 SOX15 \I� EXIST 121 AIIL/�`^-��\) )�'\� 1 BORE PIT, o \ \ I ' 92+00 (SEE SHEETI NOIR r ►�D 1` p`X�\\ 1v \ SEE SHEET 22 90t50 (x-2a9�1 STA 95+30.01 \ \ ENDV2" WATER CA TER \ \ / PPIIRPET�-69" S1EEL CA NO \\ Y\ / BY OTHER THAA-OPEN C�,T \ Y (DEPTH OF BORE = 403 ) I E D106M,D107M',D108/3 \ N. E.22645 .40 `\ \ rOTA' 96+76 \ INSTALL. \ 8' 'l RELEA'6E VALVE \ W/ V SILT AND PROTECTIVE\FRAME RE. D13pM/33 \ \ \ N 6944 24.88 1 E 226406 T- J i' PROPOSED 42-I141 ' - 1 WATER MAIN BTA 93+16 33 \ EXISTING SANITARY RISW rv0 021809 312) SEWER MANHOLE \ FL_ ]79.46 (X-24900) \ WESTSIDE III 42-INCH WATER MAIN B JOINT RESTRAINT LENGTH (AWWA C200): I I I II \ II �I � �I II II II II II I I +I +� `Ik . T�(I��sBIEl�gnl9gHB R�-µme +I —I III+ 6DD tII \tIr I'I I' r +" I t #::# 790 I I I I I I Q-IO.4DZI I III—IIII II IIw # =I I� ��IIIIHHII--II�� 765 +i+��+� 7754++ 1 # +I+ 770 765 760 4 I I I I w I I I I I I I ..III II I 7551 z 5 9�+D0 92 00 '3 �[]F�I9<ZGLI; (1) 42- BUTTERFLY VALVE ; W/ VAULT 1 RE D128/34 YSiMT MAP N 1988-380 MAP # 1988-376 MAP N 1988-372 HEET NOTES. 1 MAXIMUM JOINT DEFLECTION FOR DIP =1 0', CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF PIPE 2 CONTRACTOR MAY BE REQUIRED TO USE TEMPORARY PLUGS FOR SEQUENCING OF CONSTRUCTION AND TESTING OF PROPOSED WATER LINES. TEMPORARY PLUGS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS HEMS BID 3 ARVEY PROPERTY HAS 12' TALL FENCE TO PROTECT WILD LIFE CONTRACTOR SHALL MAKE PROVISIONS TO INSTALL 12' TALL FENCE TO EXISTING CONDITIONS. THE COST OF THE FENCING SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. NO SEPARATE PAYMENT Boo W W 1k" kIA I I I I I I x 2H_ MEN2 W 790 Hil''i BO 2E IT 1 } ens m� '<Y'.�Y«/'ter I 1 1 �'�':� _a� 11111 1 1 1 1 1 1 11 11 1 1 775 1770 III II T if III II 765 —7 PROPOSED 42-INCH —$- W"TEMAIN a / 1 II760 I I I I I I I �llllklllll�l I I I I I I I I I I I I�lo + ='2 'rIHII .II I I I 755 00 9495 00 9798- 0 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 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. DIGTESS DIGTESS (800) 144-1111 TOMMY WILLIAMS AT&T/SBC 81] 33B-6013 RODNEY EDWARDS ONCOR ELECTRIC 81] 355-7026 BETTY DAUGHERTY ATMOS GAS 214 206-2789 TRACY LEE ENLINK MIDSTREAM 81] a87-1560 CHARLES VAUGHN BARNETT GATHERING 817 584-5371 CHRIS HARDER, P E CITY OF FORT WORTH (817) 392-8293 CITY OF FORT WORTH WATER DEPARTMENT (817) 871-8296 BENCHMARKS 1. CITY OF FORT WORTH MONUMENT #9015 - N W CORNER OF WESTPOINT BLVD 335 FEET WEST OF THE WEST CB OF VOLTAMP DR. IN THE CENTER OF A DOUBLE 10 FOOT RECESSED INLET 1 FOOT OF THE FACE OF THE CB CITY MONUMENT #9015 SET IN THE TOP OF THE INLET ELEV 86741 2. CITY OF FORT WORTH MONUMENT #9038 - ON THE LOST CREEK BLVD BRIDGE OVER MARY'S CREEK 214 FEET SOUTH OF THE SOUTH CB OF BLUE CREEK DR. ON THE N.W. CORNER OF THE BRIDGE 3 FEET WEST OF THE CS AND 1 FOOT NORTH OF THE EXPANSION JOINT CITY MONUMENT 0038 SET IN THE WALK ELEV 75D 01 3. CITY OF FORT WORTH MONUMENT #9042 - ON THE CB OF NORTHVIEW DR 138 FEET EAST OF THE EAST CB OF LOST CREEK BLVD IN THE CENTER OF A DOUBLE 10 FOOT INLET 1 FOOT OFF THE FACE OF THE CB CITY MONUMENT #9042 SET IN THE TOP OF THE INLET ELEV. 803.47 PROFILE SCALE. o' H 4' V NI 0 Ly 40 BO 120 el Iry . --- SCALE 1" = 40 "TEn0 aXY 2.22 DA REV COMMENTS BY DATE { I I 1\ I OBTWOB CITY OF FORT WORTH, TEXAS WATER DEPARTMENT WESTSIDE III -PHASE II -42-INCH WATER MAIN PROPOSED 42-INCH WATER MAIN PHASE II STA. 90+50-98+00 Kimley»)Horn DATE STA . F PROJECT N0. SHEET DESIGN NEW _ DRAWN: TLH CHECKJT MAY 1 =40'H CITY PROJECT 2 3 CHECKER R2022 1"=4'V #102688-2 \ \ __--\EXI9lIGIO FrQf/L#.�. �e I I J 11 jll I I I I \\ I I I I I 1� GO \1 1�111 I I I I� \ I/ P I RROFOSED 1 PERMANENT EASEMENN T Go N I Gosk IIII\ 1 �Kob ,000 1+oy� IHpI, j #oe+oo m J =✓ .. N11H --- .. +t x .. .. I Hf x H W�EXISTING Q U9 BARBED WIRE FENCE 1 � 1 1 I ^ I 1 I \ n 1 1 (lus R-A�saaoeln) V /D —i\--- IN / I I �y / @p9+po 1� v m4a �> Jn+oo 1121w w 1 PROPOSED 42—INCH —1 z' N w \ WATER MAIN ME _1 NE " sT 1� 1� `� 1 I NST N12012) . voL u¢e, acz1iez � WESTSIDE III 42-INCH WATER MAIN B NOTES y 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 MAP 198E-380 # EXISTING UNDERGROUND FACILITIES AT OR CONTIGUOUS TO THE SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED MAP # 1988-376 BY THE OWNERS OF SUCH UNDERGROUND FACILITIES OR ON MAP # 1988-372 PHYSICAL APPURTENANCES OBSERVED IN THE FIELD THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR THE ACCURACY OR COMPLETENESS OF ANY SUCH INFORMATION OR DATA THE CONTRACTOR SHALL HAVE FULL RESPONSIBILITY FOR REVIEWING AND CHECKING ALL SUCH INFORMATION AND DATA, FOR LOCATING ALL UNDERGROUND FACILITIES, FOR COORDINATION OF THE WORK WITH THE OWNERS OF SUCH UNDERGROUND FACILITIES DURING CONSTRUCTION, AND FOR THE SAFETY AND PROTECTION THEREOF AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK THE COST OF ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED IN THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTILITIES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS THE CONTRACTOR'S SOLE 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 EXCAVATOR AT THIS LOCATION. 1. MAXIMUM JOINT DEFLECTION FOR DIP =1 OF, K (wL��HST e�TcH CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF PIPE 2, CONTRACTOR MAY BE REQUIRED TO USE TEMPORARY PLUGS FOR SEQUENCING OF CONSTRUCTION AND TESTING OF PROPOSED WATER LINES TEMPORARY PLUGS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS ITEMS BID. STA 107+50 TO STA: 109+80 IIIIII—�I�� III III III III 111 III III III III IIII III ���11BLEmLL OB /3l RE: I�I �1 1 � TPT az0 — — cRl UI o Ir "t — e2D ii III II III II 615 II — M e10 III III III III III III III III III III III III J� I I I �������—� W e10 aos N' III II III II IIIIII I I I �U III III I I III II II III II IIIIII I I 795 _ �o m1m Tid I+I I I 19D5 I 800 I II I III 7901 1 1 1 y 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1�� �� 1 I I I I I I I I I I I I I I I I � t I 1 1 1790 105+W 106+00 1bI 108+a 109+00 110. LO 111+112+00 I■■ ■■ ■ ■■ I■■ ■■ ■ 1' I■■ ■■ ■■ ■■■s ■■ ■■■■ ©■ NONE I■■ ■ No NONE 11 1 ME MEME I■■ ■■ ■ ■■■ MEMO■■ I■■ ■■ ■ ■O TEA ■■ ■ ■■ ■■ I!!9 ■■ ■ ■■ ■■ IF■ ■■ ■ ■■ ■■ ■m No ■ No No ■■ NO ■■ MOONN ■■ NOON ■■ NONE ■■ No No ■■MEN DIGTESS DIGTESS (800) 111-1117 TOMMY WILLIAMS AT&T/SEC 817 338-6013 RODNEY EDWARDS ONCOR ELECTRIC 817 355-7026 BETTY DAUGHERTY ATMOS GAS 214 1 1-2711 TRACY LEE ENLINK MIDSTREAM 81] 487-1560 CHARLES VAUGHN BARNETT GATHERING 81] 584-5371 CHRIS HARDER, P E CITY OF FORT WORTH (817) 392-8293 CITY OF FORT WORTH WATER DEPARTMENT OL7) 871-8296 BENCHMARKS 1. CITY OF FORT WORTH MONUMENT #9015 - N W CORNER OF WESTPOINT BLVD 335 FEET WEST OF THE WEST CB OF VOLTAMP DR. IN THE CENTER OF A DOUBLE 10 FOOT RECESSED INLET 1 FOOT OF THE FACE OF THE CB CITY MONUMENT #9015 SET IN THE TOP OF THE INLET ELEV 86741 2. CITY OF FORT WORTH MONUMENT #9038 - ON THE LOST CREEK BLVD BRIDGE OVER MARY'S CREEK 214 FEET SOUTH OF THE SOUTH CB OF BLUE CREEK DR. ON THE N.W. CORNER OF THE BRIDGE 3 FEET WEST OF THE CB AND 1 FOOT NORTH OF THE EXPANSION JOINT CITY MONUMENT 0038 SET IN THE WALK ELEV 780 Ot 3. CITY OF FORT WORTH MONUMENT o042 - ON THE CB OF NORTHVIEW DR 138 FEET EAST OF THE EAST CB OF LOST CREEK BLVD IN THE CENTER OF A DOUBLE 10 FOOT INLET 1 FOOT OFF THE FACE OF THE CB CITY MONUMENT #9042 SET IN THE TOP OF THE INLET ELEV. 803.47 PROFILE SCALE. 0' H 4' V Ly D 40 a0 120 SCALE 1" = 40' REV COMMENTS BY DATE I f� I { I I OBTWOB CITY OF FORT WORTH, TEXAS WATER DEPARTMENT WESTSIDE III -PHASE II -42-INCH WATER MAIN PROPOSED 42-INCH WATER MAIN PHASE II STA. 105+00-112+00 Kimley»)Horn MSCALEH F PROJECT N0. SHEET DESIGN KLW_ DRAWN: TLH 1 =40'H CITY PROJECT 25 CHECKED JRT 1-=4'V #102688-2 LJ APPLICATION FOR PLEASE TYPE FLOODPLAIN DEVELOPMENT PERMIT Date 06/02/2022 Permit No. FDP-22-00232 Name of Owner or Applicant Kimley-Horn on behalf of FWWD Address of Owner 200 Texas Street Fort Worth, Texas 76102 Location of Permit Area (Address or Legal Description) Walsh Ranches LP Instrument Number 0012624000 Telephone No. g 17-339-2255 Office Use Only ❑ Approved ❑� Approved Nearest Stream With South Mary's Creek [—]Denied** Conditions* Date In: 6.2.22 Date Out: 6.14.22 Processed By: IDS Approved By: NolanSchomer PURPOSE OF REQUEST: ❑Excavation ❑Filling ❑Dredging or Mining ❑✓ Utility Construction ❑Building ❑ ❑Paving ❑Drilling ❑Other Permit Grading Operations BRIEF DESCRIPTION OF PROPOSAL (Attach separate sheet if needed) Installation of a 42-inch water main crossing Zone A floodplain by open cut. Grades are to be restored to existing conditions after construction is complete. COMPLETE APPLICABLE QUESTIONS: 1. Total drainage area of watercourse 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 Warchesik email nshehbygill am@yahoo.com Date: 2022.03.18 12:19:34-05'00' Signature of Applicant or Authorized Agent OFFICE USE ONLY FLOODPLAIN AREA DEFINED BY: ✓❑ FEMA ❑ COE ❑ FLOOD STUDIES ❑ HIGH WATER MARKS ❑ OTHER FEMA INS. ZONE A I FEMA MAP NO. 48439CO260K 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 I ! �CITY�OF EXISTING 36" - ` FORT WORTH WATER LINE , FOR ROAD - _ _ _ _ . _ _ _ _ _ - A-- A. 0 _ LEE BASS - - - Sj as \ ` WASTE MANAGEMENT OF. EXAS INC4�._� % .,• _ CITY OF FORT WORTH G l is MARYS CREEK yi WATER RECLAMATION}`'kb_, .e- FACILITY y - LEE BASS, - w FORT WORTH \ .. 4 �SV,w 6 CITY LIMITS ll. •� .. �� WESTSIDE \ LANDFILL%' y FORT WORTH {�ra�. P CITV LIMITS \\ / v �I z.11 7 •' ` = _ WALSH RANCHES LP- WALSH,- WM RENEWABLE �A _ RANCHES w LEE BASS ENERGY LLC - LP WASTE _WASTE -•'� .-.I t. MANAGEMENT MANAGEMENT 3tq O OF,TEXAS INC OF TEXAS INC - _ �T �F 17 EXISTING 16 O e ,O n ETJ rD'�. MANUCHER NAZARIAN �'• O,. FORT WORT - - CITY LIMITS - N': 9tBOU KE Pk - yy rig,H EY�-. IRREV CABLE T ST , Additional Permit application to be submitted separately WALSH FORT WORTHT_�`�1 RANCHES ETJ � w r• - `" =i+ c. s.. ' Y � - r •sca �{• Ty �y �,� � 1 � r. c FORT WORTH CITY LIMBS _ rc N s'; Proposed Floodplain Crossing WALSH RANCHES LP _ Permit Application WALSH RANCHES LFOR- 4. _ WALSH RANCHES LP ;j 1 inch = 1,200 feet r Legend Proposed 42-Inch Water Markum Ranch Pump .a ---------- Walsh MTP Exiting Sewer Line Existing Water Line - ExistingGas Line WALSH RANCHES LPG O ERTI R Fort Worth City LAi PROPERTIES, LLC Parcel Boundaries+ FEMAFloodplain i'S F SHEET No 1 MAXIMUM JOINT DEFLECTION FOR DIP =1 0', CONTRACTOR SHALL ACHIEVE SPECIFIED DEFLECTION OVER NECESSARY NUMBER OF JOINTS OF PIPE. 2 CONTRACTOR MAY BE REQUIRED TO USE TEMPORARY PLUGS FOR SEQUENCING OF CONSTRUCTION AND TESTING OF PROPOSED WATER LINES TEMPORARY PLUGS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS TEMS BID PAN 11 PER4AN�NTEAjEMENT tu DO ~r/U --_-- %��i _ / 35, _ �RIF� _ - ---- �/ \ THRUSrBLOCK // // / /� / /� \\\��e�OPQSED-42-INCH.- \ ////�/// / //\�\\\ �\��� �\�YM1fR MAIN ,i/i i��i� EXISTNGJ"LOOD_—_ _ „RE�D130M`36' Nklk WESTSIDE III 42-INCH WATER MAIN B 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 STING UNDERGROUND AT OR CONTIGUOUS TO ME D BASED SITE IS APPROXIMATE AND BASED ON INFORMATION FURNISHED SI BY THE OWNERS OF SUCH UNDERGROUND FACILITIES ORON MAP # 1958-350 PHYSICAL APPURTENANCES OBSERVED IN THE FIELD THE OWNER AND ENGINEER SHALL NOT BE RESPONSIBLE FOR ME OR ACCURACY OR COMPLETENESS ANY SUCH INFORMATION OR # 1988-372 CONTRACTOR SHALL HAVE FULL RESPONSIBILITY DATA ME L MAP MAP 1988-372 # EW 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 PRORCTON G FROM AND REPAIRING ANY DAMAGE THERETO RESULTING FROM THE WORK THE COST B E ALL WILL HAVE BEEN CONSIDERED AS HAVING BEEN INCLUDED THE CONTRACT PRICE THE CONTRACTOR SHALL NOTIFY ANY A AFFECTED UTILITY COMPANIES OR AGENCIES IN WRITING AT LEAST 48 HOURS PRIOR TO CONSTRUCTION. WARNING THE LOCATION AND DIMENSIONS OF EXISTING UTIUTES SHOWN ON THE PLANS ARE APPROXIMATE AND WERE OBTAINED FROM UTILITY COMPANY RECORDS. IT IS ME 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 ME FOLLOWING OFFICES AT LEAST 48 HOURS PRIOR TO EXCAVATON AT THIS LOCATION. DIGR. DIGTESS (800) 344-83]] TOMMY WILLIAMS AT&T/SBC 81] 33B-6013 RODNEY EDWARDS ONCOR ELECTRIC 81] 355—]026 BETTY DAUGHERTY ATMOS GAS 214 2D6-2]89 TRACY LEE ENLINK MIDSTREAM 81] 48]-1560 CHARLES VAUGHN BARNETT GATHERING 81] 584-5371 CHRIS HARDER, P E CITY OF FORT WORTH (817) 392-8293 CITY OF FORT WORTH WATER DEPARTMENT (81]) 871-8296 BENCHMARKS JOINT RESTRAINT LENGTH STA. 28+60 TO STA. 32+0C (AWWA C200) -Dk1ulDSF t t t t t t 820 J I I I I I I P. AEXISTIIG I L 815 — — N[ TF: 815 r = ' RESTRA-D PIPE LE'' TH SHO RY IS � 810 805+ + ea I� TlT TTT++ 795 I(- I�+II+ 790 +W+- ++ 7851 I mll ���� 28+ IS 29+)0 �\ ■■ ■ on ■NOE III III �I III II III II ■■ \!■■ ■ ■■■ n\ ■ ■■ ■ ■■ ■1 ■■ ■1 ■■■ ■■ ■■■ ■■ III I ■ ■■ ■1 ■■ mi ■■■ ■■ ■ ■■ ■■ ■■ 21 ■■■ ■■ ■ ■■ ■■ ■■ ■1 ■■■ ■■ ■■■ ■1'II ! ■■ ■■ . ■■ ■■ ■■ ■1 ■■. ■1 Rt+EO 31+a0 810 805 800 795 1. CITY OF FORT WORTH MONUMENT #9015 — N W CORNER OF WESTHOINT BLVD 335 FEET WEST OF ME WEST CB OF VOLTAMP DR. IN THE CENTER OF A DOUBLE 10 FOOT RECESSED INLET 1 FOOT OF THE FACE OF THE CB CITY MONUMENT #9015 SET IN ME TOP OF THE INLET ELEV 867 41 2. CITY OF FORT WORTH MONUMENT #9038 — ON THE LOST CREEK BLVD BRIDGE OVER MARY'S CREEK 214 FEET SOUTH OF THE SOUTH CB OF BLUE CREEK OR. ON THE N.W. CORNER OF THE BRIDGE 3 FEET WEST OF ME CB AND 1 FOOT NORTH OF THE EXPANSION JOINT CITY MONUMENT 0038 SET IN ME WALK ELEV 750 01 3. CITY OF FORT WORTH MONUMENT 0042 — ON THE CS OF NORIHVIEW DR 138 FEET EAST OF ME EAST CB OF LOST CREEK BLVD IN ME CENTER OF A DOUBLE 10 FOOT INLET 1 FOOT OFF THE FACE OF THE CB CITY MONUMENT #9042 SET IN THE TOP OF THE INLET ELEV. 803.47 PROFILE SCALE. o' H r a' v NIT 0 40 Ly 80 12C el Iry P P SCALE 1" = 40' REV COMMENTS BY DATE { I OBTWOB CITY OF FORT WORTH, TEXAS WATER DEPARTMENT WESTSIDE III -PHASE II -42-INCH WATER MAIN PROPOSED 42-INCH WATER MAIN PHASE II STA. 28+00-35+00 790 Kimley») Horn DATE SCALER F PROJECT 40. SHEET DESIGN KLW _ 785 DRAWN: TUN MAY 1 =40'H CITY PROJECT 1 4 CHECKED JET 2022 1"=q'V #102688-2 SHEET No L INN 5TA 35+00 1 MAXIMUM JOINT DEFLECTION FOR DIP =1 0', I _ CONTRACTOR SHALL ACHIEVE SPECIFIED "/ IIII \ d \ \ \ DEFLECTION OVER NECESSARY NUMBER OF I I / �IIII� 1117 JOINTS OF PIPE. l yl/ IIIII I�Ip 2 CONTRACTOR MAY BE REQUIRED TO USE I / // // //I \ }/P \ \I"NSYALL \ \ TEMPORARY PLUGS FOR SEQUENCING OF /l///I/ I \ 6� 1 \ �(I) 3) 72' IipplZ.`EEND CONSTRUCTION AND TESTING OF PROPOSED //%% ENp� \\ WATER LINES TEMPORARY PLUGS SHALL BE l lII llI lI\ ,9/I �\ N69412 ]43 T \__i / CONSIDERED SUBSIDIARY TO THE VARIOUS {/ \ ITEMS BID I IIII III I/ E. 22�]80 91 �__ - �Iiqq�RR�fIEEIQQf��II� Idll , A� V vv__—C lryl��'V/B4PCK • ]DSN6+/ _'.._- i—i- (y.oPA3=M`Hl i11E RELEASE yAVE W/VAULT ANDPl�iPAlIIII wmFe MAP // 1988-380 MAP H 1988-376 \ 774 \\ \\ o O J ,c MAP # 1988-372 \\\\\\ \\ \ i 2 \ \ . 9 '2 STA 58 / ST () 8 ST rvDARO B 0 OFF' \✓,//// /r EXISTING FLOODILAN V VE 5 EMBLv BOUNDARY / 21 \/ I \\\\ \ \ NE. O 0s /33 /�I \ \\\ \ E 226/696.08 ST 31+9217 1111\\\ \\�\�//l ./ % DO �l!) (I) 5523' OR III \ \ \ \\ \\\(� / / // I H u' �6 \\1 `L �\ / \\\ \\\f/i l/� \/ 7 N 6941433 / / BROPOSED L\��\\L� &61/7L L PERMANENT fiA9EMEN1 \\ \ \ \��i'� �1iI lExlsnuc so' �A / 36 od! i /' /YcR ! 39/oo ,'/ i / /'aoy6o /JIM[f 111 .� / / Z w 'q dd� .P 206669 / Y-� JOINT RESTRAINT LENGTH STA. 35+00 TO STA. 38+50 (AWWA C200):; III III III IIII I I III III II I 800 795 ass Y 785 N 780 R g 775 77C HORIZONTAL / 7 RO►/OSEO 42—I14fAi 7 7 7 /r / 7 1V w THRUST BLOCyW RE DAM/3 / // / / WA IER MAIN. fA EXISTING 8" EXISTING a 5" BARNETT GATHERING vHnsL N 0^' BARNETT GATHERING ■ ■ ■■ ■■ ■■ ■ ■■ ■ ■ no ■■ ■.■■■ ■■ ■■ ■ ■■ ■ ■ ■■ ■■ ■■■■■ ■■ ■■ ■ ■■ ■ ■ ■�� ■■I■■�� ■■ ■ ■■ 1 ■o ■ ■ ■■ ■ _■■=■■=■a mill m� _.. J5--00 36+01L' 37-00 38+00 wI :H WATER MAIN B STA:41+50 STA 38+50 TO STA 39+90 TO STA 42+0Di �� II II I III II I I III III %I 1 DRII LED SEEI IN.Jf��������������� ACCEPT.01 BDM /3 001, D10:/3 815 /815 810 J�-loo 40--OL 41-bO 42--bO 810 800 795 785 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 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 FACHUTES, 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 UTIUTES 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 UTIUTES 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) 344-83]] TOMMY WILLIAMS AT&T/SEC 81] 338-6013 RODNEY EDWARDS ONCOR ELECTRIC 81] 355-7026 BETTY DAUGHERTY ATMOS GAS 214 206-2789 MACY LEE ENLINK MIDSTREAM 81] a8]-1560 CHARLES VAUGHN BARNETT GATHERING 81] 584-5371 CHRIS HARDER, P E CITY OF FORT WORTH (817) 392-8293 CITY OF FORT WORTH WATER DEPARTMENT (817) 8/1-8296 BENCHMARKS 1. CITY OF FORT WORTH MONUMENT #9015 - N W CORNER OF WESTPOINT BLVD 335 FEET WEST OF THE NEST CB OF VOLTAMP DR. IN THE CENTER OF A DOUBLE 10 FOOT RECESSED INLET 1 FOOT OF THE FACE OF THE CB CITY MONUMENT #9015 SET IN THE TOP OF THE INLET ELEV 8fi7 41 2. CITY OF FORT WORTH MONUMENT #9038 - ON THE LOST CREEK BLVD BRIDGE OVER MARY'S CREEK 214 FEET SOUTH OF THE SOUTH CB OF BLUE CREEK OR. ON THE N.W. CORNER OF THE BRIDGE 3 FEET NEST OF THE CB AND 1 FOOT NORTH OF THE EXPANSION JOINT CITY MONUMENT 0038 SET IN THE WALK ELEV 780 01 3. CITY OF FORT WORTH MONUMENT 0042 - ON THE CB OF NORTHVIEW DR 138 FEET EAST OF THE EAST CB OF LOST CREEK BLVD IN THE CENTER OF A DOUBLE 10 FOOT INLET 1 FOOT OFF THE FACE OF THE CB CITY MONUMENT #9042 SET IN THE TOP OF THE INLET ELEV. 803.47 PROFILE SCALE. 1' 40' H 4' V 0 40 80 120 ei Iry SCALE 1" = 40' REV COMMENTS BY DATE I I � I 11� I OBT��VB CITY OF FORT WORTH, TEXAS WATER DEPARTMENT WESTSIDE III - PHASE II -42-INCH WATER MAIN PROPOSED 42-INCH WATER MAIN PHASE II STA. 35+00-42+00 Kimley)>)Horn �'-��2Y2 SCALEN F PROJECT N0. SHEET DESIGN KLW_ DRAWN: TUN =0'CITY PROJECT 15 CHECKED JRT 1"=4"' #102688-2 Approval Form Online version 11/2005 To Walter Norwood City of Fort Worth 200 Texas Street Fort Worth, TX 76102 APPROVAL Date 11/10/2023 Application No. FTW20220602155421 District App. No. 220S-WL-IH0030-23 Highway IH 0030 Control Section 106801 Maintenance Section South Tarrant County Tarrant TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. FTW20220602155421 (District Application No. 220S-WL-IH0030-23) dated 11/10/2023 and accompanying documentation, except as noted below. A COPY OF THIS PERMIT IN ITS ENTIRETY MUST BE ON SITE AT ALL TIMES! Contractor is required to contact TxDOT Traffic Operations group at 817-370-3664 prior to beginning and excavation work in the area of existing utilities. The Utility Owner is to send a Conduct Inspection action with the On -Site Contractor's contact information through the UIR website 48 hours prior to commencing work. CONTRACTOR is to contact Inspector John Castaneda at Cell 817-240-0545 with his 48-hour Notice and TCP submission from the most recent edition of the TCPs Standards * 48 hours prior to commencing work. Utility Owner Shall Not cut into pavement or rip rap without WRITTEN APPROVAL from TxDOT. *Link to the most recent TCPs Standards: http://www.dot.state.tx.us/insdtdot/orgchart/cmd/cserve/standard/toc.htm When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: FTW_SpecialProvision_52 You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Texas Department of Transportation By Ben Trevino Title Utiltity Coordinator District Fort Worth Texas Department Transportation Specifications for titi/ity installations Fort Worth District (revised March 12, 2021) 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 istrict Utility, Maintenance, Area, and County Maintenance Contact Sheet. w Fort Worth District Utility Directory Name Title Email Desk Phone Bill McCoy ROW Project Delivery Manager Bill.McCov@txdot.gov 817-370-6950 Doug Fain ROW Project Manager (Utility Lead) Douglas. Fain@txdot.gov0 817-370-6542 Amar Akram, P.E. Transportation Engineer Amar.Akram@txdot.govl 817-370-6681 Rebecca Booher Utility Coordinator Rebecca.Booher@txdot.gov0 817-370-6534 Ben Trevino Utility Coordinator Ben.Trevino@txdot.gov 817-370-6523 Luis Martinez Utility Coordinator- Permits Luis.A.Martinez@txdot.gov 817-202-2929 Fransico (Javier) Fuentes Utility Coordinator Francisco.Fuentes@txdot.gov0 817-370-6588 Patrick Nunley Utility Coordinator Patrick. Nunley@txdot.gOV0 469-719-0895 Gavino Talamantez Utility Coordinator Gavino.Talamantez@txdot.gov 817-370-6668 John Castaneda Utility Coordinator- Inspector John.Castaneda@txdot.gov 817-370-3515 Jeff Gavingan District Maintenace Contracts Specialist Jeff.Gavingan@txdot.gov 817-370-3503 Name Title Email Desk Phone Matt Evans, P.E. Director of Maintenance Matt.Evans@txdot.gov 817-370-6521 Margaret Jasso Permit Coordinator (Storm Drains) Traffic Signals, Management, Message Board Margaret.Jasso@txdot.gov 817-370-6527 John Forbes ITraffic Systems Admin John. Forbes@txdot.gov 817-370-6860 Alex Bell Traffic Systems Specialist Alex.Bell@txdot.goy 817-370-6822 Thomas Hickey Traffic Systems Specialist Fort Worth District Area Offices Thomas.Hickey@txdot.gov 817-370-6820 Johnson County Area Office (127): 817-202-2900 Name Title Email Desk Phone Janet Crawford, P.E. Area Engineer Janet.Crawford@txdot.gov 817-202-2938 Peter Ross, P.E. Assistant Area Engineer Peter.Ross@txdot.gov 817-202-2939 Bryan Anderson Assistant Maint Sec Supvr (Inspector) Bryan.Anderson@txdot.gov 817-202-2900 Wise and Jack Counties Area Office (249-Wise/120-Jack): 940-626-3400 Name Title Edrean Cheng, P.E. Area Engineer Oscar Chavez, P.E. Assistant Area Engineer Keith Prochnow General Engineering Tech (Inspector) North Tarrant Area Office (220N): 817-399-4300 Name Title Bao-Phuc M Tran (Minh) P.E. Area Engineer Daniel Poole, P.E. Assistant Area Engineer John Castaneda Utility Coordinator- Inspector South Tarrant Area Office (220S): 817-370-6640 Name Title David Neeley, P.E. Area Engineer Russell Poer, P.E. Assistant Area Engineer Mark Price Transportation Specialist (Reviewer) John Castaneda Utilitv Coordinator- Inspector Email Edrean.Cheng@txdot.gov Oscar. R.Chavez(@txdot.eov Keith.Prochnow@txdot.gov Email Minh.Tran@txdot.gov Daniel.Poole@txdot.eov0 John.Castaneda@txdot.go� Email David. Neelevl@txdot.eov Russell. Poer(@txdot.eov Mark.Price@txdot.gov John.Castaneda@txdot.eov Erath, Hood, and Somervell Counties Area Office (073-Erath/112-Hood/213-Somervell): 254-956-3511 Name Title Email Sarah Horner, P.E. Area Engineer Sarah. Horner@txdot.eov None Assistant Area Engineer Michael Milsap Transport Maint Crew Chief (Inspector) Michael.Millsap@txdot.eov Parker and Palo Pinto Counties Area Office (184-Parker/182-Palo Pinto): 68-229-2800 Desk Phone 940-626-3400 940-626-3400 940-626-3400 Desk Phone 817-399-4300 817-399-4300 817-370-3515 Desk Phone 817-370-6638 817-370-6637 817-370-6909 817-370-3515 Desk Phone 254-459-7029 254-897-2647 Name Title Email Desk Phone Korey Coburn, P.E. Area Engineer Korev.Coburn@txdot.eov 682-229-2800 Gary Beck Jr., P.E. Assistant Area Engineer Garv.Beck@txdot.gov 682-229-2838 Matthew Kirby Permit Coordinator Matthew.Kirbv@txdot.eov 682-229-2822 Fort Worth District Maintenance Offices Johnson County Maintenance Name Title Email Desk Phone John Nolt Maintenance Section Supervisor John.Nolt@txdot.Rov 817-202-2906 Bryan Anderson Assistant Maint Sec Supvr (Inspector) Brvan.Anderson@txdot.Rov 817-202-2900 Wise and Jack Counties Maintenance Name Title Email Desk Phone Colt Wright Maintenance Section Supervisor Colt.Wright@txdot.gov 940-626-3366 Tracy Hefner Assistant Maint Sec Supvr Tracv.Hefner@txdot.,Rov 940-507-6002 North Tarrant County Maintenance Name Title Email Desk Phone Mike Sepeda Maintenance Section Supervisor Michael.SepedaC@txdot.eov 817-399-4350 Ronny Lehrmann Assistant Maint Sec Supvr Ronnv.Lehrmann@txdot.gov 817-399-4350 Dustin Marten Assistant Maint Sec Supvr Dustin.Marten@txdot.Rov 817-569-6981 South Tarrant County Maintenance Name Title Email Desk Phone Thomas Brown Maintenance Section Supervisor Tom. BrownC@txdot.Rov 817-370-6918 Christopher Lanoue Assistant Maint Sec Supvr Christopher.Lanoue@txdot.Rov 817-370-6640 Justin Derden Maintenance Section Assistant Justin.Derden@txdot.eov 817-706-6903 Parker and Palo Pinto Counties Maintenance Name Title Email Desk Phone Clinton Hyatt Maintenance Section Supervisor- Parker Clinton.Hvatt@txdot.eov 682-229-2800 Tim Lane Maintenance Section Supervisor- Palo Pinto Timothv.Lane@txdot.gov 940-463-7118 Scottie Blackburn Assistant Maint Sec Supvr Scottie. Blackburn@txdot.eov 682-229-2804 James Pollock Maintenance Section Assistant James.Pollock@txdot.gov 940-325-2414 Emergency Utility Contact (Traffic Control Room- 24 hours I817-370-3661 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. *CALL INSPECTOR ON PERMIT* Please have the following information ready when you call or submit: • APPROVED PERMIT NO. • STATE HIGHWAY NO. • UTILITY COMPANY • UTILITY SUPERVISOR OR INSPECTOR'S NAME and UTILITY MOBILE NO. • GENERAL CONTRACTOR'S NAME • NAME OF FOREMAN and MOBILE PHONE NO. • START DATE TXDOT LOCATES 48 Hour notification is required for TXDOT locates. BE AWARE!! TXDOT has a considerable investment in traffic signals, lighting, and traffic management system. These systems include underground electric and fiber optic lines. If any of the above facilities are within the limits of the utility project, the utility is required to call the phone number listed: Signals and lighting: (817) 370-3661 AERIAL CROSSINGS Notification is required for aerial crossings. Notify Utility Office with TCP, Date of planned closure, permit number, and point of contact information. When Specifications for Utility Installations 5 Fort Worth District approve then MESSAGE BOARDS MUST BE PLACED 7 DAYS PRIOR TO WORK. Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday - Thursday, between the hours of 9 p.m. to 5 a.m. with police assistance and approved traffic control. Crossings on non -controlled access roadways and/or low volume roadways can be performed anytime during the week, Monday thru Friday, between the hours of 9 a.m. and 3 p.m. with proper approved traffic control. LANE CLOSURES Notification is required for lane closures prior to the alteration of traffic flow. Notify Utility Office with TCP, Date of planned closure, permit number, and point of contact information. When approve then MESSAGE BOARDS MUST BE PLACED 7 DAYS PRIOR TO WORK. If a lane closure is required due to an unforeseen situation and after a utility permit has been approved, it will be necessary to call the TxDOT Utility Permit Office at 817-709-3219. A traffic control plan must be submitted and approved by TxDOT prior to lane closures. Note: An Engineer's seal may be required for lane closures on controlled access highways and high volume roadways. STOCKPILES ON TXDOT ROW Stockpiling will be allowed with permission from TxDOT. Once, permission has been granted, stockpiling can start forty-eight hours prior to construction. The stockpile shall be placed on the right of way line or as close as possible without obstructing the curb, pavement, or line of site. All materials must be removed from TxDOT right of way completion of the utility project. COORDINATION OF WORK WITH HIGHWAY CONTRACTOR OR STATE FORCES All work related to the installation of utilities shall be conducted in such manner as not to interfere in any way with highway construction or TxDOT maintenance operations. WORK DAY RESTRICTIONS Except, in cases of emergency, NO WORK WILL BE ALLOWED ON SATURDAYS, SUNDAYS, FEDRAL or STATE HOLIDAYS OR AT NIGHT. EXCEPTIONS MAY BE GRANTED BY TXDOT IF the Utility shows that "off day" work is necessary to avoid service interruptions to the public and the Utility agrees to the following conditions: Obtain TxDOT approval at least 48 hours in advance. The Contractor is required to have sufficient personnel and equipment on the job to efficiently execute the work. The utility will have a supervisor or inspector present on the job at all times while the work is in progress. INCLEMENT WEATHER To ensure the safety of the traveling public, as well as the contractor and his crew and TxDOT agents, NO WORK SHALL BE ALLOWED DURING INCLEMENT WEATHER such as, but not limited to rain, fog, snow and sleet effects visibility and/or traction. PITS All pits shall be excavated and closed within 48 hours. If the utility wishes to leave pits open overnight, reflective barricades must be employed. Specifications for Utility Installations 6 Fort Worth District BORE AND TUNNELING OPERATIONS GENERAL REQUIREMENTS Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by auger bore or tunnel method, unless otherwise specifically authorized by TxDOT. Bores or tunnels shall be placed at depths below the roadway structure which are sufficient for superimposed live and dead loads and also prevent collapse of supporting soil between hole and roadway. Boring and tunneling operations shall extend outside of the front slope and clear zone of the highway. Bores Where material beneath pavement is sandy or unstable and will be subject to caving, the hole for the casing shall be bored and cased simultaneously and bored material removed through casing. Cutting face of auger or drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection with drilling. Where material beneath pavement is stable and not subject to caving, and allowed by TxDOT, the hole for the casing may be bored first and casing inserted in the hole immediately after completion of boring. If allowed by TxDOT, water may be used in conjunction with boring. Bore Pit Location Pits excavated for boring or tunneling operations shall be located so that any possible sloughing of sides of pit will not endanger shoulders or pavements and so that barricades can be placed as specified in the TMUTCD. Bore pits should be located at least thirty feet from the edge of the nearest through traffic lane and not less than twenty feet from the edge of pavement on ramps. On low traffic roadways and frontage roads, bore pits should not be less than ten feet from the edge of pavement or five feet from face of curb. Tunneling While hole is being tunneled, casing shall normally be jacked into place as operations progress. Working face of excavation shall not precede advancing end of casing by more than two and one half (2112) feet unless otherwise allowed by TxDOT. Grouting All voids around casing shall be pressure grouted. The grout shall be consisting of Portland Cement and washed sand and containing not less than two (2) sacks or Portland Cement per cubic yard of grout. Additional cement shall be added if workability and/or stability cannot be obtained. An air -entraining agent may also be added to the grout mixture to facilitate flow if necessary. Grouting shall be done immediately after casing has been installed in hole in order to avoid any shearing of soil and settlement of over burden above casing. Means shall be provided for proving that voids are filled around 24" diameter and larger casings in the event there is some doubt by TxDOT. TxDOT may require the Utility to install removable plugs at intervals inside the casing. No holes shall be drilled in pavement or shoulders for grouting operations. MARKERS The Utility shall place a readily identifiable and suitable marker at each right-of-way line for highway crossings. Utilities that parallel the right of way shall place a marker every 1500 feet, at intersecting streets, and highway drainage culverts. ABOVE -GROUND APPURTENANCES Above -ground appurtenances, such as pedestals, fire hydrants, meters, etc., shall be located at the right-of-way line. BACKFILL OF UTILITY TRENCHES Specifications for Utility Installations % Fort Worth District DESCRIPTION This specification shall govern backfill of trenches, which have been opened for the removal, adjustment, or installation of utility lines within the limits of highway right-of-way. Except when permission is granted, compacted backfill will be used for utility installations. Backfill shall consist of compacted material obtained from suitable soil excavated from the trench, or from sources outside the highway right-of-way. Material shall be free of rock, lumps, or clods that will not break down under compaction. Backfill material shall be placed in the trench in 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. Compactinq shall be continued until a backfill densitv is eaual 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 forall repairs made by TxDOT. These costs include, but are not limited to matters of traffic safety, right of way contour, restoration and repairs to all highway structures: including, but not limited to roads, driveways, terrain, landscaping, fences, etc. REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES Any existing riprap cut by trenching operations shall be replaced and surface of new riprap finished to match that of existing riprap. Concrete riprap shall contain not less than three (3) sacks of cement per cubic yard of concrete. Reinforcing steel shall conform to that of existing riprap. SPECIAL PRECAUTIONS FOR EROSION CONTROL Special precautions should be taken during utility installations to avoid disturbing existing drainage courses. In addition, soil erosion should be held to a minimum and sediment from the construction site should be kept away from the roadway and drain inlets. During construction the roadbed and ditches shall be maintained in such condition to insure proper drainage at all times. Ditches and channels shall be maintained to avoid damage to the roadway. To avoid soil erosion, it is advised and encouraged that the Utility Contractor use all applicable means (i.e. silt fences, hay bails, rock filter dams, etc.) to detour soil from eroding into roadway, ditches, and adjacent property. SEEDING SPECIFICATIONS Specifications for Utility Installations o Fort Worth District RURAL AREA WARM -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS.) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Eastern Section Western Section All Sections Feb 1 Green Sprangletop 0.6 Green Sprangletop 0.6 Green Sprangleton 0.7 To Sideoats Grama (El Reno) 1.8 Sideoats Grama (Haskell or El Reno) 1.8 Sideoats Grama (Haskell) 2.2 May 1 Bermudagrass 0.8 Little Bluestem 1.1 Bermudagrass 0.9 Little Bluestem 1.1 Indiangrass (Lometa or Cheyenne) 1.5 Little Bluestem 1.4 K-R Bluestem 0.7 K-R Bluestem 0.7 Sand Dropseed 0.2 Switchgrass 1.2 Switchgrass (Alamo or Blackwell) 1.2 Total 6.2 Total 6.9 Total 5.4 URBAN AREA WARM -SEASON SEEDING RATE In Pounds, Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates Eastern Section Western Section All Sections Feb 1 Green Sprangletop 0.9 Green Sprangletop 1.1 Green Sprangletop 1.1 TO Bermudagrass 1.2 K-R Bluestem 1.3 K-R Bluestem 1.3 May 1 K-R Bluestem 1.0 Buffalograss 10.7 Buffalograss 1.5 Buffalograss 8.0 Total 11.1 Total 13.1 Total 3.9 TEMPORARY COOL -SEASON SEEDING RATE In pounds, Pure Live Seed (PLS) Dates I All Sections Feb 1 Tall Fescue 4.0 To Western Wheatgrass 5.0 May 1 Wheat (Red, Winter) 30.0 Total 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. E 1 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'/z inch). 5. All cuts two (2) inches or over shall be painted with an approved tree dressing or paint. * See pg 11. DISPOSAL OF CUTTINGS All pruned wood and brush must be removed from the right of way and disposed of in accordance with the laws and regulations of the community, county, and state. Disease branches (especially those infected with oak wilt) must be properly disposed of to prevent the further spread of the disease. Specifications for Utility Installations 10 Fort Worth District PRUNING "6 C', DESIRABLE TREE MODIFfGATIONS PRESERVING SYMMETRY. DESIRABLE DESIRABLE: DESIRABLE DESIRABLE SUGGESTIONS 9.151i..kelt . F — 01 0 2P, UNDESIRABLE TREE MODI F10A71QN5 Such tree -line reiatioriships as iJlugtruted perpetuates high maintenance costs and right-of-way unsightilneSS. UNDESIRABLE LINDE SI RABLE UN DESIRABLE DIK SI A AbLE Rernov @ limb from 3st cut, C u I 113 wad 0,ugln I l , l,' 8 from ft. main VOM. Remove stun S Finished Cut with an even, kwirh no fro" D flush usli cut. fly of slab. �t PROPER LIMB REMOVAL (Z'din or more) Specifications for Utility Installations 11 Fort Worth District Page 1 FORT WORTH DISTRICT UTILITY DIRECTORY 02 - FTW - 6/20/2022 FORT WORTH DISTRICT UTILITY OFFICE Bill McCoy Right of Way Project Delivery Manager Doug Fain Utility Lead DouRlas. Fain (@txdot.Rov Amar Akram, P.E. Transportation Engineer Amar.Akram@txdot.gov Rebecca Booher Utility Coordinator Rebecca.Booher@txdot.gov Ben Trevino Utility Coordinator Ben.Trevino@txdot.gov Luis Martinez Utility Coordinator -Permits Luis.A.Martinez@txdot.gov Franciso (Javier) Fuentes Utility Coordinator Francisco.Fuentes@txdot.gov Patrick Nunley Utility Coordinator Patrick.Nunley@txdot.gov Gavino Talamantez Utility Coordinator Gavino.Talamantez@txdot.gov UTILITY INSPECTORS NONE North & South Tarrant Co. (50) JOHNSON COUNTY AREA OFFICE: 817-202-2900 Janet Crawford, P.E. - Area Engineer Peter Ross, P.E. - Asst. Area Engineer (51) WISE & JACK COUNTY AREA OFFICES: 940-626-3400 Edrean Cheng, P.E. - Area Engineer Oscar Chavez, P.E.- Asst. Area Engineer (52) NORTH TARRANT COUNTY AREA OFFICE (N. OF IH-30) : 817-399-4302 Minh Tran, P.E. - Area Engineer James Bell, P.E. - Asst. Area Engineer (54) SOUTH TARRANT COUNTY AREA OFFICE (S. OF 1 H-30) : 817-370-6640 David Neeley, P.E. - Area Engineer Russell Poer, P.E. - Asst. Area Engineer (56) ERATH, HOOD & SOMERVELL COUNTY AREA OFFICES: 254-965-3511 Sarah Forner, P.E. Area Engineer None, P.E. Assistant Area Engineer (57) PARKER & PALO PINTO COUNTY AREA OFFICES: 682-229-2800 Klinton Kuntz, P.E. Area Engineer Gary Beck, P.E. Assistant Area Engineer. OFFICE PHONE 817-370-6950 817-370-6542 817-370-6681 682-760-1839 817-370-6523 817-202-2929 512-348-1148 469-719-0895 817-370-6668 817-202-2900 817-202-2939 940-626-3400 940-626-3400 817-399-4302 817-399-4302 817-370-6640 817-370-6640 254-965-3511 254-965-3511 682-229-2800 682-229-2800 DRIVEWAYS/STORM DRAINS/TEMPORARY ACCESS/OVERSIZE /OVERWEIGHT PERMITS Matt Evans, P.E. - District Maintenance Director 817-370-6521 Jennifer Giovando - Office Mgr. Christine Jones- AAH, Damage Claims, & OS/OW 817-370-6524 817-370-3636 Page 1 Page 2 Margaret Jasso - Access/Driveways & Storm Drains 817-370-6527 TRAFFIC SIGNALS, TRAFFIC MANAGEMENT, MESSAGE BOARDS-817-370-3661 John Forbes Supervisor 817-370-6860 Line Locations: Contact Control Room Office for Form 817-370-3661 Emergency Contact Number: Control Room - 24 Hours 817-370-3661 FORT WORTH DISTRICT MAINTENANCE OFFICES JOHNSON COUNTY MAINTENANCE John Nolt Maintenance Supervisor 817-202-2900 Bryan Anderson Utility Permits Inspector Cell-817-291-0794 817-202-2900 Joshua Powers Utility Permits Inspector Cell-817-240-2149 817-202-2900 WISE & JACK COUNTY MAINTENANCE V Colt Wright Maintenance Supervisor 940-626-3400 Keith Prochnow Utility Permit Inspector - Wise Cell: 817-296-1956 940-626-3400 Jana Robinson Utility Permit Inspector - Jack Cell: 940-567-6611 940-626-3400 Wesley Harrison Utility Permit Inspector Cell: 817-709-6664 940-626-3400 NORTH TARRANT COUNTY MAINTENANCE Mike Sepeda Maintenance Supervisor 817-399-4350 Gavino Talamantez North Tarrant County Utilities Inspector Cell-817-240-9134 817-370-6668 SOUTH TARRANT COUNTY MAINTENANCE Tom Brown Maintenance Supervisor 817-370-6903 Gavino Talamentez South Tarrant County Utilities Inspector Cell-817-240-9134 817-370-6668 ERATH, HOOD, SOMERVELL COUNTY MAINTENANCE Jeffrey Parker Maintenance Supervisor 254-965-3511 Michael Millsap Utility Permit Inspector Cell-254-413-5058 254-965-3511 PARKER & PALO PINTO COUNTY MAINTENANCE Clinton Hyatt Maintenance Supervisor -Weatherford 682-229-2800 Timothy Lane Maintenance Supervisor -Mineral Wells 940-463-7118 James Scoggin Utility Permits Inspector 817-694-1245 EMERGENCY UTILITY CONTACT: Traffic Control Room - 24-Hours 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 Please refer to the Texas Manual on Uniform Traffic Control Devices (TMUTCD) for questions concerning traffic control plans. http://ftp.dot.state.tx.us/pub/txdot-info/trfAmutcd/2011-rev-2/6.pdf WHILE WORKING ON THE TXDOT RIGHT OF WAY: HARD HATS, CLASS-3 SAFETY VESTS AND STEEL TOED BOOTS ARE REQUIRED AT ALL TIMES. A COPY OF THE UTILITY OWNER'S PERMIT MUST BE ON SITE AT ALL TIMES. Page 2 GR-01 60 00 Product Requirements CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH WESTSIDE III — PHASE II — 42-INCH WATER TRANSMISSION MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102688-2 Revised July 1, 2011 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