Loading...
HomeMy WebLinkAbout064712 - Construction-Related - Contract - Western Municipal Construction of Texas, LLCCSC No. 64712 ��� 1 �����a CONTRACT FOR THE CONSTRUCTION OF Northside IV Elevated Storage Tank 30" Water Transmission Main Extension City Project No. 106202 Mattie Parker Mayor Jesus "Jay" Chapa City Manager Chris Harder Director, Water Department Prepared for The City of Fort Worth Water Department 2025 Westwood Professional Services, Inc. F-11756 DILLON R. BURTON ��°e�•••••144901••• ;t� 11 /18/2025 QFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ��� ����0 Cit of FortWorth Y Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications � 00 45 12 � 00 45 13 � 00 45 26 � 00 45 41 � 00 52 43 � 00 61 13 � 00 61 14 � 00 61 19 � 00 61 25 � 00 72 00 � 00 73 00 Prequalification Statement Prequalification Application Contractor Compliance with Workers' Compensation Law Small Business Goal Agreement Performance Bond Payment Bond Maintenance Bond Certificate of Insurance General Conditions Supplementary Conditions Division Ol - General Requirements � O1 11 00 Summary of Work � Ol 25 00 Substitution Procedures � Ol 29 75 Materials On Hand � Ol 31 19 Preconstruction Meeting � O1 31 20 Project Meetings � O1 32 16 Construction Schedule � Ol 32 33 Preconstruction Video � Ol 33 00 Submittals � O1 35 13 Special Project Procedures � O1 45 23 Testing and Inspection Services � O1 50 00 Temporary Facilities and Controls � Ol 55 26 Street Use Permit and Modifications to Traffic Control � Ol 57 13 Storm Water Pollution Prevention Plan � O1 58 13 Temporary Project Signage � O1 60 00 Product Requirements � O1 66 00 Product Storage and Handling Requirements � Ol 70 00 Mobilization and Remobilization � Ol 71 23 Construction Staking and Survey � O1 74 23 Cleaning � O1 77 19 Closeout Requirements � Ol 78 23 Operation and Maintenance Data � Ol 78 39 Project Record Documents Last Revised 07/O 1 /2011 07/O l /2011 02/08/2024 09/O 1 /2025 02/24/2020 09/19/2025 09/30/2021 09/30/2021 09/30/2021 08/13/2021 09/30/2021 06/13/2025 07/O l /2011 9/O 1/2025 9/ 19/2025 12/08/2023 12/08/2023 9/ 19/2025 07/O 1 /2011 09/O 1/2025 9/ 19/2025 Last Revised 12/20/2012 07/O1/2011 9/19/2025 09/O 1 /2025 07/O1/20ll 10/06/2023 07/O1/2011 12/20/2012 03/11/2022 03/09/2020 09/ 19/2025 03/22/2021 07/O1/2011 07/O1/20ll 03/09/2020 07/O1/2011 11 /22/2016 02/ 14/2018 07/O1/20ll 03/22/2021 12/20/2012 07/O1/2011 CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been moditied by the Engineer speci�cally for this Project; hard copies are included in the Project's Contract Documents Division 33 - Utilities � 33 04 10 Joint Bonding and Electrical Isolation � 33 04 11 Corrosion Control Test Stations � 33 04 12 Magnesium Anode Cathodic Protection System � 33 11 14 Buried Steel Pipe and Fittings 12/12/2025 12/12/2025 12/12/2025 12/02/2025 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/contractors/ or https://apps.fortworthtexas.gov/ProiectResources/ Division 02 - Existing Conditions m n i i� eoio,.�;.,o c;�o r�.. vz-�rs vT2Y01ii1�12 Imo n�T Tr.;i;�., no...,..,.,iint.,,�,a,.�,v,o�� Im�-^m� n.,.,:�,. vo..,,.. .,i Division 03 - Concrete � 03 30 00 Cast-In-Place Concrete I,9� � l� r�„r�,-,.iioa r,. . c�,-or,..i, ra.,.o..;.,i irr cra� In�� �,�o r�„r,,..o�o u.,�o r�.,.o..:.,i �,- rr..o�,.� vo�.,;,- I�g ra,.,a;�;,..,�;,.�., .,. �.,;.,�;�,. �„r,.ro�o ��,.,,,.�,ro� Division 26 - Electrical � �Frg�gg r„ri.ri.,.� �x�,.,-i, vo�„i�� � .. �io,....:,..,i I7��no rlo,v,,,�viiiivnz�f ��Oili�^�-m-�ir3 I���� n,,,.o.r ., �,a �,..,o� � ,- �io,.�,.;,.,,i �.,.,�o,.,� I���� Tr�,aor,.r,.,,�,a r�,,,.�., „�,a n.,,.o.r ., ., � r�iootl��1 F�,,�� I���v EO:i�'SgUSl,,.,�:,..�,� TR„1�: rl,,,.� !'',,,-.,�l,,:r Division 31- Earthwork � �gg �;�o �� I�1�o TT.�..l.,��;�;o.�l R.,...,...,�;.,,� I � ��� � � � ��r�-v�v �JPl�'Yili�3�°��e � 31 25 00 Erosion and Sediment Control � �'�o � � �'�� � Division 32 - Exterior Improvements �� ni i � no,.,v,.,ro�� n �,.t�„i� n,,.,;r,� nor,,;,- �TT � � n i i Q rro,,...,,...,,-., n �..�., i. n.,. :,. n o,..,;.. �o �� ni �� r„r,,..o�o n.,.,:�,. no,..,:.. �� �� i i �� �to.,;�.to �„�o �,,,,.-�o� ��� �� i i �n r; o rr,-o.,�o,a �„�o �,,,,.-�o., �� ���� E��o�t Tr�a�,a �,,.,o �,,,,r.,o� Last Revised n� ii�z i � i��� n� in�� 06/13/2025 n� in�� i�i�� ,���� n�ii�-�i1��i 1 'l /7�z i�i�� n� in�� n� i��� n� i��� n i i��� n i i��� n i i��� 04/29/2021 , � ���� , � ���� i � i��� i � i��� n�ii������ i�i�� i�i�� n�ii��.� CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 I � ��T I � ��� � � ��TJ � � ��� I � ��o I � ��� I � ��v � � ��� I � ��s I � ��� I � ��� I� ��rzv I � ��� � � ���s � 32 91 19 � 32 92 13 � � ��4 I � ��� I� ��-�--�� r : ,:a rr.-o.,.oa c,.;i c+.,i.:i;�o.- n �,.i,.,i. n.,. : �4�,�ralt :\z.�g£�aol F�a.l,�.tG �� o�o �� r�„r,,.-o�o c;ao.. .,ii,� r�,-:.,o,,,.,.,� .,�a u.,...-;o,- �.-oo v.,.�,�� � !-',,,.,,.-o�o D.,.,:.,.. 7,.;,.� Co.,l.,,.�� �al' TJr��lt Il�`.�g �„r,.ro�o �„r,. „�,a �„��o..� „r,a ��,,,,o., �„��or� D.,.,o,v.o,�� AR.,,-1�;,�,�., !-",,,-carv�ris�aZ �t11.:�,�.1� !''1..,:.� �o.�,.o� .,,�a !`_.,ro� �tP� 1'�1^1J0�'1�23 �x�,,,,,7 T7o,�,.o., ,,.�,1 !`„�o., C� �: Pl� �C01"lJliilJ IL0 �;� Topsoil Placement and Finishing of Roadway Right-of-ways Sodding rT,.� rT.,�;.,o �oo,a;�,. �.T.,�;.,o r�,-,,.,., .,�,a �xr,t,afl,..r o,- �ooa;�,. �ii� �:1'UI;G n4 i��� ti in��� ,���� n�ii� i � in��.� 17/7�z ,���� i�in� n�ii��.� iiin�� � 7 /7r�r�vi�vii i�i��z 1 'l /7�z 9�� 03/ 11 /2022 OS/13/2021 nvio ��T i n in� i � i��i Division 33 - Utilities �� n i� n c o.r,o,- ,a r �, � �--v-r�o �i�,'��'!J� Z'�a � I22�T r�l,,.,o,a r�;,-,.,,;� rrolo� ; „/r��rr��� r..�,.o,.�i�`Jtl �C`�'1.� f �� ni �� r�i„�oa r;,-,,,,:� rroi r irrrr��� r� c r� �svr�a ��vaccrczrcmrrcr€'o4 S� c6�i9i�cT�6�'i�vizmi I���o �'Y:�c� nu�j�g „��.,;��:�,. co...o,- c.,��o,,.� � 33 04 10 Joint Bonding and Electrical Isolation � 33 04 11 Corrosion Control Test Stations � 33 04 12 Magnesium Anode Cathodic Protection System I��� n�o rro,,...,,...,,-.. �x�.,.o.. co,-.,;,,o� � 33 04 40 Cleaning and Acceptance Testing of Water Mains � 33 04 50 Cleaning of Pipes � 33 OS 10 Utility Trench Excavation, Embedment, and Backfill I���L �x�.,.o.. r; o r„ o � 33 OS 13 Frame, Cover and Grade Rings A.a:,,��;,... T�.,.,l..,lv 7 � -a;v��a6�fcs-cc�3��+�@�' ��^,..�„�'vs 6 � Z!1G 1 � Z=cr�uT�IIl�oxuxaxvicS�� x�i ccS�� �" � c uc u � �T � � 33 OS 16 Concrete Water Vaults � 33 OS 17 Concrete Collars � � ��� � I 2 2� ��T Tu�rr� 1 �irr �e � 33 OS 22 Steel Casing Pipe I���� u.,ra rr„��oi:r,. � 33 OS 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate � 33 OS 26 Utility Markers/Locators � 33 OS 30 Location of Existing Utilities � 33 11 OS Bolts, Nuts, and Gaskets � 33 11 10 Ductile Iron Pipe � 33 11 11 Ductile Iron Fittings � 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe � 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type no ino ��II n� ii��.� i � in�� ,�i�� 12/20/2012 12/20/2012 12/20/2012 noii�� 02/06/2013 03/11/2022 06/13/2025 i � i��� 09/09/2022 � ���� � 12/20/2012 03/11/2022 ,���� ,���� 12/20/2012 , � ���� 12/09/2022 12/20/2012 12/20/2012 12/20/2012 12/09/2022 09/20/2017 09/09/2022 03/07/2025 CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 � 33 11 14 � � ��� � � ��� � 33 12 20 � 33 12 21 � 33 12 25 � 33 12 30 � 33 12 40 � � ��-'�o � 33 12 60 � � ��z � � ��� � � ��� I2 2��rzv ��wi�il I � ��i I2 2� 2�� � � �� ��o I� ��nv � � ��v � � ��o I � ��o I � ��o I � ��o I � ��o � ✓� 11 11 � ✓� 11 l� Iz� �, t� I� I � ��T I� ��--�v-vi I� ��nv I� ��v I � ��o Buried Steel Pipe and Fittings �x�.,.o.- co,-.,;,,o� i „t, .,. � . ,.� r ., o �x�.,«o,- rao.o,-� Resilient Seated Gate Valve AWWA Rubber-Seated Butterfly Valves Connection to Existing Water Mains Combination Air Valve Assemblies for Potable Water Systems Fire Hydrants ��Jf ��'4Y�lJ �il,�ii�l^lJ Standard Blow-off Valve Assembly r,,,-oa ;r ni.,,,o n:,.o rrrnn� �.�b�,�a P.o�� ,.,.o,a �;ro � r �r,,.,:�., E��i�r,�s i7;,.1. Tlo.�.�;�., D,.l.�o+l..,lo,�.o /LITIDL'\ D;,�.o F.- C.,«.;�.,,-�, C'o.�,o.- n„i.,.,;�.,i r�i.i„r;ao in��r�� �r,,.,;�., E�l.�,�,'� D„1... : ..t !''l.l,,.-;,lo /D[7!''1 !''1„�0,1 D,-,.4:10 !'',-.,.,:�.. C.,,�;r.,,-., Co...o,- nP� c^~,���,cr fl.i� :rt�it�g c��,���,cr Pi�o ���.lA��e�e�r� c.,�:�.,..., co,,,o.. co,-. ; o r,.rro,.�:,.�� .,ra co,-.,;,.o r; o EO:S�tiii:l�t✓....�, A:.- �7.,1.,0 4'QY C�`.'11�P`j, Co,�,o.- �...-..o T�.,;,-.� C� �: Pl� �-001^�r�t� l��rke�es Dro,..,�. �,.r,.,.o�o r,r.,�t�,,,o� �;�.o,-,.i.,�� ra.,rt�,.io� �x�.,��o.. .,.o,- n,.,,o�� ri,.,..,�.o.. i�x� n r� r: o ��.. c.,r;+.,,-�, co...o.. c+...,,.�,,..o� no;�� ,-,.o,a r�,.�,.,-o�o ��,,,..., �o.�,o.- n:�oir�„t. o,-�., u;,.t� r�o��;�., n,.i.,o�t�.,io�o iur�n�� n;,.o �.- c�.^,rP� :�iu^1ri'�: no;�� r,.o,a �,.i.,o��..,ioro �EJ'P�) Pi�e n„i.,....,,...,ioro n;�o � .. c��� �r��s c„i.� �ed Ft�t� �s ��i°A�`i �"1e'C£J !-'.,�r :., Dl.,,,o T�.,.,L,,,lo� .,,.,1 T,,,.,,�;,,., T2,..�0� !-',,,-1. .,.�,1 Tl.-,,.� T.�lor� ,�o�'��.�r:�..o uo.,a....,ii� .,ra �x�:�,.....,ii� 12/20/2012 m iio n�� i�i�� OS/06/2015 04/23/2019 02/06/2013 12/20/2012 O1/03/2014 i � i��i 06/19/2013 i � i��� ,���� !1� /7v�rz�cv-i� no in��.� i � /��-�m�cv iz Division 34 - Transportation I�n�o rr...,��;,, c;,.�.,i� I�n ni in ni n. � n r,.� ii r . �vT rn�E�rii€�cr�cvrr�6a€�'zc'i�acc I 2n n�vi r�ritr'kC�i3�i��,�i��lt,'� �0�'�zncc cioii I 2 n n�� �ttr'kEixixcir�-C�eit�'iai-vpcC�ficu�i�eii I�n�= rro,,...,,...,,-., rr,-.,��;„ c;,.r.,i� I�n�� no..,,..,;r,. rr,-.,��:,, c:,.r.,i� I�^�o �' rllu:�i`�y:,.r n ��o..,�.i;o� � �n n�� ��r�al �J Aoa�-:�.�s��n�o I2� ��� L',-oo.r ., , r L'r� n,,,,,7.r ., , i1.i'P.YII°�"�f�S I�n n�� no�:ao�.;.,� r�r� v,..,a,,,.,., TlaiiSiY:�Y�� � �^�-^�o �41ur.���s�tr.s fr.'g�rs I�n�o c;r,�io �a„ao �;�.o,- n��;,. r�„�.io � �n�� rr,-„��;,. r�„r�,-„i ,���� , � ���� nn i��� 17/7�z ,��,� i�ii� i � i i�� i � i��� nn i�o o�T n� ino i�T i�i�� , , �,�n n�ii��.� ,�i�� n� ino i�T n� in�� 17/1�T n� ii��.� n� ino i�T n� ii��.� 1'l/1�� n��� n i�� iii��� n� ii��.� ,���� n�ii� n�ii�� n�ii�� , , �,� m i�o ��� n� i�o ��T CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 Appendix GC-4.01 GC-6.06.D GC-6.07 GR-Ol 60 00 GC-7A 1 Availability of Lands Small Business Utilization Form Wage Rates Product Requirements Corrosion Control Design Recommendations END OF SECTION CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, January 27, 2026 LOG NAME: 60NSIVEST301NWTMEXT-WESTERNMC REFERENCE NO.: **M&C 26-0079 SUBJECT: (CD 10 and Wise County) Authorize Execution of a Contract with Western Municipal Construction of Texas, LLC in the Amount of $3,378,260.00 for the Northside IV Elevated Storage Tank — 30 Inch Water Transmission Main Extension Project, Adopt Resolution Expressing Official Intent to Reimburse Expenditures from Proceeds of Future Debt Project and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to Fiscal Years 2026-2030 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 2 3 Authorize execution of a contract with Western Municipal Construction of Texas, LLC in the amount of $3,378,260.00 for the Northside IV Elevated Storage Tank — 30 inch Water Transmission Main Extension project; Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds of future enterprise fund debt for the Northside IV Elevated Storage Tank — 30 inch Water Transmission Main Extension project; and Adopt the attached appropriation ordinance adjusting estimated appropriations in the Water & Sewer Commercial Paper Fund in the amount of $3,744,318.00 by increasing estimated appropriations in the Northside IV Elevated Storage Tank — 30 inch Water Transmission Main Extension project (City Project No. 106202) and decreasing estimated appropriations in the Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a portion of Water's contribution to the Fiscal Years 2026-2030 Capital Improvement Program. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize a contract with Western Municipal Construction of Texas, LLC in the amount of $3,378,260.00 for Northside IV Elevated Storage Tank — 30 inch Water Transmission Main Extension project. The proposed project will provide for the construction of a 30-inch water main extension to deliver water to the Northside IV Elevated Storage Tank that is being constructed by the Water Department at the southwest corner of the Alpha Ranch property. The tank will provide capacity and delivery reliability in the Northside IV service area. Construction of the project was advertised for bid on November 19, 2025, and November 26, 2025, in the Fort Worth Star-Telegram. On December 18, 2025, the following bids were received: Bidder Western Municipal Construction of Texas, LLC* �Jackson Construction, Ltd. �Mountain Cascade of Texas, LLC �Acadia Services, LLC �Conatser Construction TX, LP �Thalle Construction Co. Inc. Total Bid �� $3,378,260.00 I $3,414,710.00 � $3,722,885.00 � $3,887,225.00�� $3,919,970.00�� $4,576,415.00�� Contract Time 240 Calendar Days *No bidder met the City's small business goal. Staff recommends award of the contract to Western Municipal Construction of Texas, LLC, who submitted the lowest responsible bid. In addition to the contract amount, $264,710.00 (Water) is required for project management, material testing, and inspection and $101,348.00 (Water) is provided for contingencies. Available cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. Funding is budgeted in the Commercial Paper project within the W&S Commercial Paper Fund for the Water Department for the purpose of funding the NSIVEST-301N WTM EXT project. Funding for the NSIVEST-301N WTM EXT project depicted below: Fund W&S Commercial Paper — Fund 56026 Project Total Existing Additional � Appropriations Appropriations Project Total* $323,700.00 $323,700.00�� $3,744,318.00 $4,068,018.00 $3,744,318.00��$4,068,018.00 *Numbers rounded for presentation purposes. The project is located in COUNCIL DISTRICT 10 and Wise County. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Commercial Paper project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the NSIVEST — 301N WTM EXT project to support the award of the agreement. Prior to any expenditure being incurred, the Water Department has the responsibility to validate the availability of funds. FUND IDENTIFIERS fFIDs).: TO Fund FROM Fund Department Account Project IProgramActivity' Budget ID ID Year Department IAccount Project ProgramActivity Budget ID ID Year CERTIFICATIONS: Submitted for City Manaqer's Office by_ Originating Department Head: Additional Information Contact: Reference # �Amount (Chartfield 2) � Reference # Amount (Chartfield 2) , Jesica McEachern (5804) Chris Harder (5020) Bijay Upreti (8909) ATTACHMENTS 1. 60NSIVEST301NWTMEXT-WESTERNMC FundsAvail.docx (CFW Internal) 2. 60NSIVEST301NWTMEXT-WESTERNMC FID Table (WCF 12.23.25).xlsx (CFW Internal) 3. 60NSIVEST301NWTMEXT-WESTERNMC Map.pdf (Public) 4. Commercial Paper as of 12.23.2025.x1sx (CFW Internal) 5. Entitvinformation Western Municipal Construction of Texas. LLC.pdf (CFW Internal) 6. Form 1295 Certificate 101471194.pdf (CFW Internal) 7. ORD.APP 60NSIVEST301NWTMEXT-WESTERNMC 56026 A026(R3) (9).docx (Public) 8. PBS CPN 106202.pdf (CFW Internal) 9. RESOLUTION - INTENT TO REIMBURSE EXP FOR NS IV EST 30 IN WTM EXT.docx (Public) 60nSIVEST30InWTMEXT-WESTER'VMC FID Table 3 3 1 3 3 3 3 56026 56026 56026 56026 56026 56026 56026 56026 0600430 0600430 0600430 0600430 0600430 0600430 0600430 5110101 5550102 5740010 5740010 5330500 5310350 5110101 2060000 106202 106202 106202 106202 106202 106202 106202 106202 001480 001480 001480 001480 001484 001484 001485 RETAIN 9999 9999 9999 9999 9999 9999 9999 $ $ $ $ $ $ $ 52,194.00 Water Staff Costs 2,000.00 Public Outreach 3,378,260.00 Pay to Contractor 101,348.00 Contract Contingency 59,153.00 Soil Lab Consultant 1z,179.0o Soil Lab TPW Staff Cost 139,184.00 Water Inspection Staff Retainage Combo Code 3 56026 0600430 UCMLPR 2026 $ (3,744,318.00) 3 56026 0600430 106202 2026 $ 3,744,318.00 000sio-i MAYOR AND COUNCIL COMMUNICATION (M& ) Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 SECTION 00 OS 10 MAYOR AND COUNCIL COMMUNICATION (M& ) END OF SECTION CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 20ll CPN 106202 CITY OF FORT WORTH Water Department Northside IV Elevated Storage Tank 30" Water Transmission Main Extension City Project No. 106202 ADDENDUM NO. 1 ADDENDUM RELEASE DATE: December 4th, 2025 BID RECEIPT DATE: December 18t", 2025 INFORMATION TO BIDDERS: This Addendum, forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and in the proposal (SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for Northside IV Elevated Storage Tank 30" Water Transmission Main Extension, City Project No. 106202 are hereby revised by Addendum No. 1 as follows: 1. SUBMISSION INSTRUCTIONS —The submission instructions have been updated to include Addendum No. 1 under the Requested Information section. 2. Online question submissions are available via bonfire through December 12t" at 2:00 PM. A summary of questions to date is provided below: • Question 1: 33 11 14/ 2.2.C.4.a — request that minimum pipe wall steel thickness shall be greater of 0.1875", or D/240 • Response 1: Specification 33 11 14 has been modified, please see revised specification. • Question 2: Reference specification 33 11 14, Part 2.2.B.2.a.1.k.2: Please allow Durashield 110 as a substitute for Durashield 210 as manufactured by Lifelast, Inc. • Response 2: Specification 33 11 14 has been modified, please see revised specification. • Question 3: 33 11 14/ 2.2.C.4.d — request that minimum pipe wall steel thickness shall be greater of 0.250", or D/144 • Response 3: Specification 33 11 14 has been modified, please see revised specification. • Question 4: 33 11 14/ 2.2.B11 - request ASTM C595 Type IL cement allowed in lieu of ASTM C150 II, in accordance with the latest addendum to AWWA C205. • Response 4: Specification 33 11 14 has been modified, please see revised specification. • Question 5: Is there any AIS (American Iron and Steel) requirements on this project? • Response 5: No, there are not any AIS requirements on this project. • Question 6: Is an estimated cost available? • Response 6: Estimated Cost is approximately $3.0 Million to $3.5 Million. • Question 7: Section 00 41 00 3. Prequalification - states that work types must be performed only by prequalified contractors who are approved for Water Transmission 42-Inches and smaller. With this proposed water line at 30-Inches, can the prequalification requirement be adjusted to match the water line? • Response 7: Section 00 41 00 adjusted to require prequalification for 30-inch water. 3. Project Manual section 00 00 00 TABLE OF CONTENTS shall be replaced with section 00 00 00 TABLE OF CONTENTS, attached to this addendum. Changes include: • Addition of "33 11 14 Buried Steel Pipe and Fittings" to modified technical specifications. See attached modified technical specification. 4. Project Manual section 00 41 00 BID FORM shall be replaced with section 00 41 00 BID FORM, attached to this addendum. Changes include: • Prequalification requirements revised to only include "Water Transmission, Development, 30-inches and smaller". 5. Project Manual section 00 45 12 PREQUALIFICATION STATEMENT shall be replaced with section 00 45 12 PREQUALIFICATION STATEMENT, attached to this addendum. Changes include: • Prequalification requirements revised to only include "Water Transmission, Development, 30-inches and smaller". 6. Modifications to plans: • Modify cover sheet by replacing with the attached cover sheet. This Addendum No. 1 forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 1 by completing the requested information in the space provided in Section 00 41 00, Bid Form, page 3 of 3. A signed copy of Addendum No. 1 should be included in the sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Addendum No. 1 � ���°�� By: J By: �;�-�U- �- ,� �-�:r Tony Sholola, P.E, �� � ��z Dillon Burton, P.E. Engineer of Record RECEIPT ACKNOWLED EMENT: By: Western Municipal Construction Company:of Texas, LLC. Address: 4 0 2 Gu 1 f Ave . Assistant Director, Water Department City: Justin State: Texas 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications � 00 45 12 � 00 45 13 � 00 45 26 � 00 45 41 � 00 52 43 � 00 61 13 � 00 61 14 � 00 61 19 � 00 61 25 � 00 72 00 � 00 73 00 Prequalification Statement Prequalification Application Contractor Compliance with Workers' Compensation Law Small Business Goal Agreement Performance Bond Payment Bond Maintenance Bond Certificate of Insurance General Conditions Supplementary Conditions Division Ol - General Requirements � O1 11 00 Summary of Work � Ol 25 00 Substitution Procedures � Ol 29 75 Materials On Hand � Ol 31 19 Preconstruction Meeting � O1 31 20 Project Meetings � O1 32 16 Construction Schedule � Ol 32 33 Preconstruction Video � Ol 33 00 Submittals � O1 35 13 Special Project Procedures � O1 45 23 Testing and Inspection Services � O1 50 00 Temporary Facilities and Controls � Ol 55 26 Street Use Permit and Modifications to Traffic Control � Ol 57 13 Storm Water Pollution Prevention Plan � O1 58 13 Temporary Project Signage � O1 60 00 Product Requirements � Ol 66 00 Product Storage and Handling Requirements � Ol 70 00 Mobilization and Remobilization � Ol 71 23 Construction Staking and Survey � O1 74 23 Cleaning � O1 77 19 Closeout Requirements � Ol 78 23 Operation and Maintenance Data � Ol 78 39 Project Record Documents Last Revised 07/O 1 /2011 07/O l /2011 02/08/2024 09/O 1 /2025 02/24/2020 09/19/2025 09/30/2021 09/30/2021 09/30/2021 08/13/2021 09/30/2021 06/13/2025 07/O l /2011 9/O 1/2025 9/ 19/2025 12/08/2023 12/08/2023 9/ 19/2025 07/O 1 /2011 09/O 1/2025 9/ 19/2025 Last Revised 12/20/2012 07/O1/2011 9/19/2025 09/O 1 /2025 07/O1/20ll 10/06/2023 07/O1/2011 12/20/2012 03/11/2022 03/09/2020 09/ 19/2025 03/22/2021 07/O1/2011 07/O1/20ll 03/09/2020 07/O1/2011 11 /22/2016 02/ 14/2018 07/O1/20ll 03/22/2021 12/20/2012 07/O1/2011 CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 33 - Utilities � 33 04 10 Joint Bonding and Electrical Isolation � 33 04 11 Corrosion Control Test Stations � 33 04 12 Magnesium Anode Cathodic Protection System � 33 11 14 Buried Steel Pipe and Fittings 09/22/2025 09/22/2025 09/22/2025 12/02/2025 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/contractors/ or https://apps.fortworthtexas.gov/ProiectResources/ Division 02 - Existing Conditions � �''o ^�� �e�ee�i��a £i� ��e�t Imo n�T Tr.;i;�., no...,..,.,iint.,,�,a,.�,v,o�� Im�-^m� n.,.,:�,. vo..,,.. .,i Division 03 - Concrete � 03 30 00 Cast-In-Place Concrete I,9� � l� r�„r�,-,.iioa r,... c�,-or,..i, r�r.,.o..;.,i irr cr�r� In�� �,,-�-To r�„r,,..o�o u.,�o r�.,.o..:.,i �,- rr..o�,.�, vo...,;,- I�g ra,.,a;�;,..,�;,.�., .,. �.,;.,�;�,. �,,,�,.ro�o ��,.,,,.�,ro� Division 26 - Electrical � �Frg�gg r„ri.ri.,.� �x�,.,-i, vo�„i�� � .. �io,....:,..,i I���o r�o,.,,,t;�;,,� � ,- �to,..,-;,..,i �.,.,�o,.,., I���� n,,,.o.r ., �,a n,..,o� �,- �io,.�,-;,.,,i �.,.,�o,.,� I���� Tr�,aor,.r,.,,�,a r�,,,.�., „�,a n.,,.o.r ., ., � r�io�t1��1 F�,,�� I���v EO:i�'SgUSl,,.,�:,..,� T�T„1�: rl,,,.� !'',,,.,l,,:r Division 31- Earthwork � �gg �;�o �� I�1�o TT.�..l.,��;�;o.�l R.,...,...,�;.,,� I � ��� � � � ��r�-v�v �JPl�'Yili�3�°��e � 31 25 00 Erosion and Sediment Control � �'�o � � �'�� � Division 32 - Exterior Improvements �� ni i � no,.,v,.,ro�� n �,.t�„i� n,,.,;r,� no,.,,;,- �-z--v-r-rT � � n i i Q rro,,...,,...,,-., n �..�.., i. n.,. :,. n o,..,;.. �-z--v-r-ry �� ni �� r„r,,..o�o n.,.,:�,. no,.,,:.. �� �� i i �� �to.,;�.to �„�o �,.,,,-�o� ��� �� i i �n r; o rr,-o.,�oa �„�o �,.,,,-�o., �� ���� E�T�lY01li Z'f�.,.oa �,,.,o n,.,,,-.,o� Last Revised n�iio ��i i � i��n� n� in�� 06/13/2025 n� in�� i�i�� ,���� n� ii�n� i�i�� i�i�� n� in�n� n� i��� n� i��� n i i��� n i i��� n i i��� 04/29/2021 , � ��� , � ��� i � i��n� i � i��n� n�ii�izn� i�i�� i�i�� n�ii�n� CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 I � ��T I � ��� � � ���s � � ��� I� ��v I � ��� I � ��v � � ��� I � ��s I � ��� I � ��� I� ��rzo I � ��L7 � � 7�7 � 32 91 19 � 32 92 13 � � ��4 I � ��� � � ��-�--�� r : ,:a rr.-o.,.oa c,.;i c..,i.:i;�o.- n �,.i,.,i. n.,. : �4�,�'ralt :tz.,;�,. �r.,,.i, co.,i„�.� (`„ o�o D., !-',,,.,,.-o�o C;,lo.. .,1L� ll,-:..o,�..,..� .,.„1 i2.,.-.-;o,- �.-00 �r.'.il",Z � !-',,,.,,.-o�o D.,.,:.,.. r,.;,.� Co.,l.,,.�� �al' TJ:�t tl�`.�g �„r,.ro�o �„r,. „�a �,,.�or� .,�a ��.,,,o., �„��or., D.,.,o,v.o,�� l�R.,,-1�;,�,�., !-",,,-cary i' icriaaZ �1.:i�,�.l� !''1..,:.� �o.�,.o� .,,�a !`_.,ro� �I7;,-o L'o,�,.o� .,,�,] !`_.,�o., �I7,,,,,] L'o,�,.o., .,«.,l (_.,�o., �� �: P� �E�1^AliilJ � �3 Topsoil Placement and Finishing of Roadway Right-of-ways Sodding rT,.� rT.,�;.,o �ooa;�,. �.T.,�;.,o r�,-,,.,., .,�,a �xr,t,afl,..r o,- �ooa;�,. �ii� �:f"UI;G n4 i��� ti m��� ,���� !1�/1�� i � in�n� 17/7�z ,���� i�in� n�ii�n� iiin�� � 7 /7r�r�vi�vii 1 'l /7zzr�m�cv-iz 1 'l /7zzr�m�cv-iz ��� 03/11/2022 OS/13/2021 nvio ��T i n in� i � i��i Division 33 - Utilities I���o co.r o �a ra„�t�,.,o -ro.,�;�,� I22�T (`1,,.,0,1 (`;,-,.,,;� Tolo..;�;,,,�. /(`(`T�7\ T«.�,..o,.�;Oil LL`�'l.� � I ���svz-✓i r'�vi�cc�rcircmcTci€'o4 ' ,� lrrT�7\ r.��vE��e��6i'ii�vizrrn I���o �,,7.�� nu.� j�� „��.,;��:�,. co.. o,- c..��o,,.� � 33 04 10 Joint Bonding and Electrical Isolation � 33 04 11 Corrosion Control Test Stations � 33 04 12 Magnesium Anode Cathodic Protection System I��� n�o rro,,...,,...,,-.. �x�.,.o.. co,-.,;,,o� � 33 04 40 Cleaning and Acceptance Testing of Water Mains � 33 04 50 Cleaning of Pipes � 33 OS 10 Utility Trench Excavation, Embedment, and Backfill I���L �x�.,.o.. r; o r„ o � 33 OS 13 Frame, Cover and Grade Rings � Z !1 G 1 � �m�JCT°iirr��S� ��iriciS� � [ 7 ��vmrc" � •, "���crciE�}l�c��6 �T � � 33 OS 16 Concrete Water Vaults � 33 OS 17 Concrete Collars � � ��� � � � ��T Tu�rr� 1 �ir� �e � 33 OS 22 Steel Casing Pipe I���� u.,ra T„��oi:r,. � 33 OS 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate � 33 OS 26 Utility Markers/Locators � 33 OS 30 Location of Existing Utilities � 33 11 OS Bolts, Nuts, and Gaskets � 33 11 10 Ductile Iron Pipe � 33 11 11 Ductile Iron Fittings � 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe � 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type no ino ��II n� ii�n� i � in�� ,���� 12/20/2012 12/20/2012 12/20/2012 noii�� 02/06/2013 03/11/2022 06/13/2025 i � i��n� 09/09/2022 � ���� � 12/20/2012 03/11/2022 ,���� ,���� 12/20/2012 , � ��� 12/09/2022 12/20/2012 12/20/2012 12/20/2012 12/09/2022 09/20/2017 09/09/2022 03/07/2025 CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 � 33 11 14 � � ��� � � ��� � 33 12 20 � 33 12 21 � 33 12 25 � 33 12 30 � 33 12 40 � � ��-'�o � 33 12 60 � � ��z � � ��� � � ��-�i i� I� ��-�rzv ���i�'�� � � ��i I2 2� 2�� I� �T�r✓r�v I� ��nv � � ��v � � ��o I � ��o I� ��nv I� ��-�-vv I � ��v � ✓� 11 11 � ✓� 11 l� IZ� � i t� I� I� ��v-vT I� ��--�v-vi I� ��nv I� ��v I � ��o Buried Steel Pipe and Fittings �x�.,.o.- co,-.,;,,o� i „t, .,. � . ,.� r ., o �x�.,«o,- rao.o,-� Resilient Seated Gate Valve AWWA Rubber-Seated Butterfly Valves Connection to Existing Water Mains Combination Air Valve Assemblies for Potable Water Systems Fire Hydrants ��r E��qr1� £t�ati�ts Standard Blow-off Valve Assembly r,,,-oa ;r ni.,,,o n:,.o irrnn� �'nvcrb`,�� I:O�:c ,-,.o,a D;,.o � ,- �,-,,.,;�., ��'i1�7y�� i7;,.1. Tlo.�.�;�., D,.l.,o�l..,lo,�.o /L7T1DL'\ D;,�.o F,- C`.,,�.;�.,,-., C`o.�,o,- n„i.,.,;�.,i r�i.i„r;ao in��r�� �r,,.,;�., E�l.�.'�,'� n„i.,. :..i r�.i,,..;ao �nvr� ri„�oa n,-,.f:io r.,.,:�., c.,r;..,,-., co.. o � c��,•ma�y=o��r EI�� �i�rr�g C`.,.�.;�.,,-., C'o.�,o,- D;,..o L',�.1.,,-,.o,�.o,�.♦ C.,.�,:�.,.-.. Co,:.o.- Co,-. ; o/''..,-.,-.o..�:...�,� .,,-..�1 Co,-..;.,o T; o EO:S�tiii:l�t✓....�, A:.- [7.,1..0 4'QY Ca1:11�1:`j, Co,�.o.- �...-..o T�.,;,-.� C� �: Pl� �E�i^�ttt� l��ke�es Dro,..,�. �,.r,.ro�o r,r.,�t�,.,o� �;�.o,-,.i.,�� ra.,rt�,.io� T�JGG'ii�RCGiTiGGrJ�Tt�ZC[SiiAG2 "TTtTr�J T: o ��.- C.,,-.;+.,,-.. Co.. o.- C+.-.,.,�,,.-o� no;�� ,-,.o,a �,.�,.,-o�o ��,,,..., �o.�,o,-n;�oir�„t.,o,-�., i7;,.L. Tlo.,.�;�., D,.l.,o�l..,lo,�.o li7T1DL'\ D;,�.o F,- C`�","� �"1s`�l: no;�� r,.o,a n,.i.,o�i..,ioro �EI.'.P�) Pr�e n„i.,....,,...,ioro n;..o � .. c��� ��s C„1�� c 1 „�rnm�vc�i`�YY T � `�l^f ��i°A�`i �"°�e'�'!J !-'.,�r :., Dl.,,,o T�.,.,L,,,lo� .,,.,1 T,,,.,,�;,,., i2,..,0� !-',,,-1. .,.�,a ll.-,,.. T.�lor� �OF�i'� ��.`�:S�7�ccc'�a-`v�mi" ",��g=vv�aiii 12/20/2012 m iio n�� i�i�� OS/06/2015 04/23/2019 02/06/2013 12/20/2012 O1/03/2014 , � ��� 06/19/2013 , � ��� i�i��z !1� /7v�v-i� no in�n� i�i�� Division 34 - Transportation I�n�o rr...,��;,, c;,.�.,i� I�n ni in ni n. � n ii r �vT rn�C�rii�rr��?�6a€�'zc'i�a€� I 2n n�vi r�ritr'kC�i3�i��,�i��lt,'� �0�'�ncc cioii I 2 n n�� �ttr'kEixixcir�-C�eit�'iai-vpcC�#icu�i�eii I�n�= rro,,...,,...,,-., rr,-.,��;„ c;,.r.,i� I�n�� no..,,..,;r,. rr,-.,�f:,, c:,.r.,i� I�^�o �' rllu:�il`�y:,.r n ��o..,�.i;o� I � n n�� ��r�a1:T� P �� :�.�er.�nr�o �n n i �n m �,-oo.r ., , r�r� n,.,,,a.r ., r T--�rz�vz " �1,.a�'4Y11�.1��IG,iS I�n n�� no�:ao�.;.,� r�r� v,..,a,,,.,.. rlai:si::��'� � � ^�-^�o �41ur.���s�tr.s Ei.g�rs I�n�o c;r,�io �a„ao �;�.o,- n��;,. r�.,�.io � �n�� rr,-„��;,. r�„r�,-„i ,���� 17/7�z nn i��� 17/7�z ,��,� i�ii� i � i i�n� 1 � /�r�r�vi�viz !1 �1 /7v�rci�cviT n� ino i�T 1 'l /7zzr�m�cv-iz , , �,� n�ii�n� 7 'l /7�z n� ino i�T n� in�n� 17/1�T n� ii��.� n� ino i�T n� ii�n� 1'l/1�� n��� n i�� iii��� n� ii�n� ,���� n�ii� n�ii�� n�ii�� , , �,� m i�o ti�� n� i�o ��T CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 Appendix GC-4.01 GC-6.06.D GC-6.07 GR-Ol 60 00 GC-7A 1 Availability of Lands Small Business Utilization Form Wage Rates Product Requirements Corrosion Control Design Recommendations END OF SECTION CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: NS IV ELEVATED STORAGE TANK - 30" WATER MAIN EXTENSION City Project No.: 106202 Units/Sections: UNIT I: WATER IMPROVEMENTS 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. NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CITY OF FORT WORTH CPN 106202 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook 00 41 00 BID FORM Page 2 of 3 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. 3. Prequalification The Bidder acknowledges that the following work types m st be performed only by prequalified contractors and subcontractors: a. Water Transmission, Development, 30-Inches and Smaller b. c. d. - e. - f. - g. - h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 210 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 m eting 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. Small Business Forms (required at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 �If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders NORTHSIDE IV ELEVATED STORAGE TANK CITY OF FORT WORTH 30" WATER TRANSMISSION MAIN EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 106202 Revised 9/30/2021 00 41 00 Bid Proposal Workbook e 00 41 00 BID FORM Page 3 of 3 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 Respectfully submitted, By: Title: Company: Address: (Signature) (Printed Name) State of Incorporation: Email: Phone: END OF SECTION $100,000.00 by the entity named below. Receipt is acknowledged of the Initial following Addenda: �Addendum No. 1: �Addendum No. 2: �Addendum No. 3: �Addendum No. 4: � Corporate Seal: NORTHSIDE IV ELEVATED STORAGE TANK CITY OF FORT WORTH 30" WATER TRANSMISSION MAIN EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 106202 Revised 9/30/2021 00 41 00 Bid Proposal Workbook 00 45 12 - 1 PRGQUALIFICATION STATEMENT Page 1 of 1 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 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Water Transmission, Development, 30-Inches and Smaller The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. Contractor/Subcontractor Company Name Prequalification Expiration Date BIDDER: Company i (Please Print) Address City/State/Zip Signature: Title: (Please Print) Date: END OF SECTION CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 30, 2021 CPN 106202 331114-1 BURIED STEEL PIPE AND FITTINGS Page 1 of 31 1 2 3 PART1- GENERAL SECTION 33 11 14 BURIED STEEL PIPE AND FITTINGS 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Buried Steel Pipe 24-inches and larger for �€ water transmission applications 7 8 9 l0 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 64 B. Deviations from this City of Fort Worth Standard Specification 1. Modified 11.A.1 36 29. Modified 2.2.C1.� 2. Modified 1.3.A.4.a 37 30. Added 2.2.C.2.b1 and 2. 3. Added 1.3.A.4.� 38 31. Modified 2.2.C.2.c 4. Added 1.3.A.6.i & k 39 32. Modified 2.2.C.2.d 5. Added 1.3.A.12.f 40 33. Modified 2.2.C.4.a & e 6. Modified 1.6.B.1.a.1 41 34. Modified 2.2.C.S.a 7. Modified 1.6.B.3.a 42 35. Modified 2.2.C.6.b 8. Added 1.6.B.3.1 43 36. Modified 2.2.C.8.a 9. Modified 1.6.C.1 44 37. Modified 2.2.C.9.c.3.b.1 10. Added 1.6.C.l.h & i 45 38. Modified 2.2.C.9.c.8 1L Modified 1.9.A1.a, c, and d 46 39. Modified 2.2.C.9.d.1 12. Modified 1.10.A.4.d.4 47 40. Modified 2.2.C.9.e.3 & 6 13. Modified 2.2.B.2.a.1 48 41. Modified 2.2.C.10.b.9 14. Deleted 2.2.B.2.a.1.k.1 49 42. Added 2.2.C.11 15. Modified 2.2.B.2.a.1.k.2 & 3 50 43. Added 2.4.D.2.e 16. Deleted 2.2.B.2.b1.a 51 44. Deleted 2.4.D.3 17. Added 2.2.B.2.b.l.c 52 45. Modified 3.4.A.1 18. Modified 2.2.B.3.a 53 46. Modified 3.4.B.2 19. Modified 2.2.B.3.b.1 & 3 54 47. Added 3.4.C.3 20. Modified 2.2.B.4 55 48. Modified 3.4.D.l.d 2L Modified 2.2.B.7.a & e 56 49. Modified 3.4.D.2.a.3 22. Modified 2.2.B.8.b 57 50. Modified 3.4.E.6 23. Modified 2.2.B10 58 51. Added 3.4.G.1.a.4 24. Modified 2.2.B11.a.2 59 52. Modified 3.4.G.l.c 25. Added 2.2.B11.a.5 60 53. Modified 3.4.G.l.d 26. Modified 2.2.B12.b, c, & d 61 54. Modified 3.S.A 27. Added 2.2.B13 62 55. Deleted 3.S.A.l.a 28. Added 2.2.C.1.e.10 63 56. Added 3.7.A.3.a.1-6 C. Related Specification Sections include, but are not necessarily limited to: C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 2 BURIED STEEL PIPE AND FITTINGS Page 2 of 31 1 2 3 4 5 6 7 8 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 O1 31 — Closed Circuit Television (CCTV) Inspection 4. Section 33 04 10 — Joint Bonding and Electrical Isolation 5. Section 33 04 40 — Cleaning and Acceptance Testing of Water Mains 6. Section 33 OS 10 — Utility Trench Excavation, Embedment, and Backiill 7. Section 33 11 OS — Bolts, Nuts, and Gaskets 9 1.2 PRICE AND PAYMENT PROCEDURES 10 A. Measurement and Payment 11 1. Buried Steel Pipe 12 a. M asurement 13 1) M asured horizontally along the surface from center line to center line of 14 the fitting or appurtenance 15 b. Payment 16 1) The work performed and materials furnished in accordance with this Item 17 and measured as provided under "Measurement" will be paid for at the unit 18 price bid per linear foot of "Steel AWWA C200 Pipe" installed for: 19 a) Various sizes 20 b) Various type ofbackfill 21 c. The price bid shall include: 22 1) Furnishing and installing Buried Steel Pipe with joints as specified by the 23 Drawings 24 2) M bilization 25 3) Coating 26 4) Lining 27 5) Pavement removal 28 6) Excavation 29 7) Hauling 30 8) Disposal of excess material 31 9) Furnishing, placement and compaction of embedment 32 10) Thrust restraint 33 11) Bolts and nuts 34 12) Welding 35 13) Gaskets 36 14) Furnishing, placement and compaction of backfill 37 15) Trench water stops 38 16) Clean-up 39 17) Cleaning 40 18) Disinfection 41 19) Testing 42 2. Buried Steel Pipe Fittings 43 a. M asurement 44 1) M asurement for this Item shall be by lump sum. 45 b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 3 BURIED STEEL PIPE AND FITTINGS Page 3 of 31 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 c. 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". 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 backf'ill 15) Trench water stops 16) Clean-up 17) Cleaning 18) Disinfection 19) Testing 25 1.3 REFERENCES 26 A. Reference Standards 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 1. 2. 3. 4. 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. American Architectural Manufacturers Association (AASHTO). American Society of Mechanical Engineers (ASME): a. B 16.1, Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250). ANSI International (ASTM): a. n�n� c�„ra,,,.a c..o,.;�;,..,�;,,r �,- Cail��i1 ft�e���ltvand Fiu , , '''���;,� c*r�„�-*'� A193, Standard Specification for Allov-Steel and Stainless Steel Boltin� for Hi�h-Temperature or Hi�h-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. C144, Standard Specification for Aggregate for Masonry Mortar. f. C150, Standard Specification for Portland Cement. g. C595, Standard Snecification for Blended Hvdraulic Cements h. C216, Standard Specification for Facing Brick (Solid Masonry Units Made from Clay or Shale). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 4 BURIED STEEL PIPE AND FITTINGS Page 4 of 31 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 i. J• k. 1. m. n. D16, Standard Terminology for Paint, Related Coatings, Materials, and Applications. D242, Standard Specification for Mineral Filler for Bituminous Paving Mixtures. DD522, Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings. D2240, Standard Test Method for Rubber Property-Durometer Hardness. D4541, Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers. 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 e. C208, Dimensions for Fabricated Steel Water Pipe Fittings. f. C210, Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. g. C216, Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines h. C222, Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings i. M 1, Steel Pipe - A Guide for Design and Installation. j. C217, Petrolatum and Petroleum Wax Tape Coating for the Exterior of Snecial Sections, Connection, and Fittings for Steel Water Pipelines k. C604, Installation of Steel Water Pine 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 (NACE): 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 5 White Metal Abrasive Blast CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE iV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ���� <<������.�. ������ � ADDENDUM NO. 1 33 11 14 - 5 BURIED STEEL PIPE AND FITTINGS Page 5 of 31 1 13. Society for Protective Coatings/National Associate of Corrosion Engineers 2 (SSPC/NACE) 3 a. SP 10/NACE No. 2, Near-White Blast Cleaning. 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 SUBMITTALS 6 A. Submittals shall be in accordance with Section O1 33 00. 7 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 8 specials. 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 10 A. Product Data 11 1. Exterior Coating 12 a. Material data 13 b. Application recommendations 14 c. Field touch-up procedures 15 2. Heat Shrink Sleeves, if applicable 16 a. Material data 17 b. Installation recommendations 18 3. Joint Wrappers, if applicable 19 a. Material data 20 b. Installation recommendations 21 4. Mixes 22 a. Mortar for interior joints and patches 23 b. Bonding agents for patches 24 5. Gaskets 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 B. Shop Drawings 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Internal pressure 1) Maximum design workin� 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 6 BURIED STEEL PIPE AND FITTINGS Page 6 of 31 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 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 D11 C. Certificates and Test Reports l. �e 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. 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 indenendent certified weldin� inspector, not emuloved bv the uiue manufacturer. i. Certified test report for field welds from an indeuendent certitied weldin� inspector, not emploved bv the uipe manufacturer. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 37 38 39 40 41 42 A. Qualifications 1. Manufacturers a. Shall be certified under S.P.F.A. or LS.O. 9001 quality certification program for steel pipe and accessory manufacturing b. Finished pipe shall be the product of 1 manufacturer. c. Pipe and fittin� manufacturing operations (pipe, lining and coatings) shall be performed under the control of the manufacturer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 7 BURIED STEEL PIPE AND FITTINGS Page 7 of 31 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 d. The pipe manufacturer shall not have less than 5 years successful experience manufacturing pipe, including the lining and coatin�, 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. 110 DELIVERY, STORAGE, AND HANDLING A. Packing 1. 2. 3. 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 Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 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 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, � � �ett. i. P;�e shall be stulled as required to maintain roundness of +/- 1%, or D/4,000 (inches), whichever is less, durin� shiuuing and handlin�. CITY OF FORT WORTH STANDARD CONSTRUCTiON SPECIFiCATiON DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 8 BURIED STEEL PIPE AND FITTINGS Page 8 of 31 1 B. Delivery, Handling, and Storage 2 1. Once the first shipment of pipe has been delivered to the site, the Engineer and the 3 Contractor shall inspect the pipe's interior coating for excessive cracking. 4 2. If excessive cracking is found, the Contractor shall modify shipping procedures to 5 reduce or eliminate cracking. 6 7 8 9 10 11 12 PART 2 - PRODUCTS 1.11 FIELD CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] 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 O1 66 00. 13 2.1 OWNER-FURNISHED [NOT USED] 14 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 15 16 17 18 19 20 A. Manufacturers 1. 2. Only the manufacturers as listed by the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 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 sha11 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 (ar 2-package polyisocyanate, polyol-cured urethane) coating. Polvurethane shall meet the minimum laboratory testing standards. 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 10/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 NORTHSiDE IV ELEVATED STORAGE TANK CiTY OF FORT WORTH 30" WATER TRANSMISSION MAIN EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMEP CPN 106202 Revised 2/08/2024 ADDENDUM NO. 1 33 11 14 - 9 BURIED STEEL PIPE AND FITTINGS Page 9 of 31 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 e) Maximum Speciiic Gravities (1) Polyisocyanate resin, 1.20 (2) Polyol resin, 1.15 fl 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: T„a„��,.;,,� r,,.. (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 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: �� �~ LI�� 1 ��� � b) Durashield ll 0, 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. 3. Cement Mortar Linings a. Cement mortar linings shall be shop-applied (ulant-suun). 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 sha11 not leach in water. 2) Curing of the linings shall conform to the requirements of AW WA C205. 3) Cement mortar linin�s shall be dense and smooth without bumps, blisters, rid�es, or spalling, to the satisfaction of the En�ineer. Linin� shall be in intimate contact with steel cvlinder and shall not have a drummin� sound when tanned. 4. Gaskets 1) Flange ag skets in accordance with AWWA C207. O-rin� �askets in accordance with AWWA C200. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 10 BURIED STEEL PIPE AND FITTINGS Page 10 of 31 2 3 4 5 6 7 8 9 10 11 12 13 14 2) Provide Gaskets in accordance with Section 33 11 O5. 5. Bolts and Nuts a. Flanged Ends 1) Flange in accordance with AWWA C207. 2) Provide bolts and nuts in accordance with Section 33 11 O5. 6. Flange Coatings a. Flange Coatings in accordance with Section 33 11 O5. 7. Steel shall: a. Meet the requirements of AWWA C200 (42,000 qsi 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 15 8. Bend Fittings 16 a. Fabricate all fittings from hydrostatically tested pipe. 17 b. All bend fittings shall be long radius to permit easy passage of pipeline pigs. 18 All bend fittin�s shall have a minimum radius of 2.5 times the diameter. 19 9. Threaded Outlets 20 a. Where outlets or taps are threaded, Threaded with CC Threads and furnish and 21 install brass bushings for the outlet size indicated. 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 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 a. Mortar for Joints 1) Mortar shall be 1 part cement to 2 parts sand. 2) Cement shall be ASTM C150, Type I or Type II or ASTM C595 Tvue 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) Mortar 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 Epo�ry 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. NORTHSiDE IV ELEVATED STORAGE TANK CITY OF FORT WORTH 30" WATER TRANSMISSION MAIN EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 106202 Revised 2/08/2024 ADDENDUM NO. 1 33 11 14 - 11 BURIED STEEL PIPE AND FITTINGS Page 11 of 31 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 � c. � e. 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 hi�her. Filler shall be Canusa SG79 or Ravchem covalence 939 �ller. 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 sni�ot 'ol 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 Heat shrink sleeves shall meet AWWA C216, as manufactured by: 1) Canusa CPS: Apua-Shield AQW — WAB Svstem i�e��i Berry CPG — Covalence: Water Wrap - WAB Z ��v�vc ��qAc,l� Provide heat shrink sleeve suitable to interior joint welding without damage to heat shrink sleeve. 13. Special Coatings in Tunnels and Casings: 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 enou�h to have a larger outside diameter than the bell (including heat shrink sleevel. The intent of the mortar coating is to allow the pipe to be installed bv skidding on rails. The Manufacturer shall desi�n the mortar bands and reinforcement sufficientiv to prevent damage to the coating from the installation process. C. Performance / Design Criteria 1. Pipe Design a. Steel pipe shall be designed, manufactured and tested in conformance with AWWA C200, AWWA Mll 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 (VV) = 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 12 BURIED STEEL PIPE AND FITTINGS Page 12 of 31 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 2. 4) Deflection Lag Factor (Dl) = 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) Desi�n pipe for full vacuum conditions without bucklin� or damage to linin�, coating, or pipe ioints. f. Fittings and specials shall be: 1) Designed in accordance with AWWA C208 and AWWA M11 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 (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 Owner 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. 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 fittin�s and specials with outlets shall be welded to connectin� piues regardless of if the fittin�s are indicated to be restrained in the Drawin�s. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 13 BURIED STEEL PIPE AND FITTINGS Page 13 of 31 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 c. � 2) Weld all ioints at vertical and horizontal points of inflection regardless of if those locations are indicated to be restrained in the Drawings. 3) Weldin�(restraint) of ioints on curved pipe sections (with minimum radius shown on Drawin�s) are not required to be restrained, unless called out on Drawin�s, or if thrust design warrants. Restrained joints shall consist of welded joints (or flan�ed ioints if shown on the Drawin�s). The length of pipe designed with restrained joints to resist thrust shall be veriiied by the pipe manufacturer in accordance with AWWA M11 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 =�9130 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= PA(1—cos41 f �ZWe+ Wp + Ww� 4 = 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 LD. We = Weight of prism of soil over the pipe Wp = Weight of pipe WW = Weight of water f= Coeff'icient of friction between pipe and soil 3. Inside Diameter a. The inside diameter, including the cement-mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Drawings. 4. Wall Thickness a. The minimum pipe wall steel thickness shall be as designed, but not less than 0.188 inches ".'�� or pipe D/240, whichever is greater for pipe and fittings, with no minus tolerance, where D is the nominal inside pipe diameter. Thickness must be sufficient to meet full buried vacuum conditions in all locations. b. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. c. The minimum steel wall thickness shall also be such that the fiber stress shall notexceed: NORTHSiDE iV ELEVATED STORAGE TANK CITY OF FORT WORTH 30" WATER TRANSMISSION MAIN EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 106202 Revised 2/08/2024 ADDENDUM NO. 1 33 11 14 - 14 BURIED STEEL PIPE AND FITTINGS Page 14 of 31 1 1) 50 percent of the minimum yield strength of the steel for working pressure 2 and 3 2) 75 percent of the minimum yield strength of the steel at the maximum 4 pressure (including transient pressure), nor the following, at the specified 5 working pressure: 6 NORTHSiDE IV ELEVATED STORAGE TANK CITY OF FORT WORTH 30" WATER TRANSMISSION MAIN EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 106202 Revised 2/08/2024 ADDENDUM NO. 1 33 11 14 - 15 BURIED STEEL PIPE AND FITTINGS Page 15 of 31 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 Pipe Type Polyurethane Coated Steel Mortar Coated Steel Maximum Stress at Working Pressure 23,000 psi NOT USED d. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.375 inches or pipe D/144, whichever is greater, where D is the nominal pipe diameter. e. Pipe, fittings and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed �888 23,000 qsi. 5. Seams a. Except for mill-type pipe, the piping shall be made from steel plates or coils rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. 1) There shall be not more than 2 longitudinal seams. 2) Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. 6. Joint Length a. Maximum joint length shall not exceed 50 feet. b. Maximum joint length of steel pipe installed in casing shall 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 pipe 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) Flangedjoint 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 NORTHSiDE IV ELEVATED STORAGE TANK CITY OF FORT WORTH 30" WATER TRANSMISSION MAIN EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMET CPN 106202 Revised 2/08/2024 ADDENDUM NO. 1 33 11 14 - 16 BURIED STEEL PIPE AND FITTINGS Page 16 of 31 1 (1) Flared bell end formed and sized by forcing the pipe or a plug die 2 or by expanding on segmental dies. 3 b) Spigot 4 (1) Rolled spigot or carnegie shaped steel joint ring in accordance with 5 AWWA C200 and as shown as Item A or B in Fi�ure 6-1 of the 6 AWWA M11 Fifth Edition. 7 4) The welded area of bell and spigot pipe ends shall be checked after forming � 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 � e. by the dye penetrant or magnetic particle method. 5) The difference in diameter between the interior diameter (LD.) 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 � ��io3 �,��c�a�atiilg of five percent. 9) Joints shall be electrically continuous. Lap Welded Slip Joint 1) Lap welded slip joint shall be provided in all locations for pipe larger than 48-inches 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'/z 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. 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 �''��� �' T ��*'� ''''� � ��oi�.l-rrr� ������r� � �ra���� � ��*'� n�x��x� n r�n� „�,a ,a,.;iioa :� „ ,,..,a„�,.o ,.,;�� n cra� � i ti i ri.,�� i �c �,. � � �'��;R��+��' � ;+'� � ''''� +��+ � � � Flan�es shall be Class E for working pressure un to 275 psi in accordance with AWWA C207 and as needed to match annurtenances. Drillin�s uer AWWA C207 or as needed to match valves or equipment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 17 BURIED STEEL PIPE AND FITTINGS Page 17 of 31 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 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 j oint. c) Harness bolts and lugs shall comply with AWWA M11. 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 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 humidiry, moisture and rain. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 18 BURIED STEEL PIPE AND FITTINGS Page 18 of 31 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 c. � e. � g• h. Q 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 ����' �� , nrnrn r�� rr„ � SSPC SP 5; to a�-a� white metal blast cleaning with a minimum 3.0 mil angular profile in bare steel. Equipment 1) 2-component, heated airless spray unit in accordance with coating manufacturer's recommendation 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. Humidity 1) Heating of pipe surfaces may be required to meet requirements of this Section ifrelative humidity exceeds 80 percent. Resin 1) Do not thin or mix resins; use as received. 2) Store resins at a temperature recommended by the coating manufacturer. Application 1) Applicator shall be certified by the coating manufacturer and conform to coating manufacturer's recommendations. a) Thinning is not permitted. 2) Apply directly to pipe to achieve a total dry film thickness (DFT) of 35 mils. 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. 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. Curing 1) Do not handle pipe until coating has been allowed to cure, per manufacturer's recommendations. 11. Joint Primer for Holdback a. Prime coatin� and lining holdback area uer manufacturer's recommendation appronriate for �eld weldin�. 45 2.3 ACCESSORIES [NOT USED] 46 2.4 SOURCE QUALITY CONTROL 47 A. Marking for ldentification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 19 BURIED STEEL PIPE AND FITTINGS Page 19 of 31 1 1. For each joint of pipe and each fitting, plainly mark on 1 end: 2 a. Class for which it is designated 3 b. Date of manufacturer 4 c. Identiiication number 5 d. Top centerlines shall be marked on all specials 6 B. Factory Testing 7 1. Cement Mortar Lining - Shop-applied cement mortar linings shall be tested in 8 accordance with AWWA C205. 9 l0 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 2. Polyurethane Coating - The polyurethane coating shall be tested in accordance with AWWA C222. a. Thickness: Test thickness of coating in accordance with SSPC PA 2. 1) Test coating system applied to the pipe for holidays according to the procedures outlined in NACE SP0188 using a high voltage spark tester (operating at 100 volts per mil), for the dry film thickness (DFT) specified of 35 mil. b. Adhesion Testing 1) Polyurethane coatings or linings shall have an adhesion to steel of 1,500 pounds per square inch, minimum. 2) Test polyurethane coating adhesion to steel substrates using pneumatic pull off equipment, such as HATE Model 108 or Delfesko Positest, in accordance with ASTM D4541 and AWWA C222, except as modified in this Section. 3) Adhesion testing records shall include: a) Pipe identification b) Surface tested (interior or exterior) c) Surface temperature d) Coating thickness e) Tensile force applied � 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 20 BURIED STEEL PIPE AND FITTINGS Page 20 of 31 1 10) Randomly select repair patches on the polyurethane coating for adhesion 2 testing in a manner as described herein and at the discretion of the coating 3 inspector conducting the adhesion tests. 4 a) Adhesion of repairs shall be as specified by the coating manufacturer 5 for the type of repair. 6 C. Manufacturer's Technician for Pipe Installation 7 1. Pipe Manufacturer's Representative 8 a. If required by the Engineer or requested by the Contractor during construction, 9 the pipe manufacturer shall furnish the services of a factory trained, qualified, 10 job experienced technician to advise and instruct as necessary in pipe laying 11 and pipe jointing. 12 1) The technician shall assist and advise the Contractor in his pipe laying 13 operations and shall instruct construction personnel in proper joint 14 assembly and joint inspection procedures. 15 2) The technician is not required to be on-site full time; however, the 16 technician shall be regularly on-site during the first 2 weeks of pipe laying 17 and thereafter as requested by the Engineer, City or Contractor. 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 2. Polyurethane Coating Manufacturer's Representative a. The pipe manufacturer shall provide services of polyurethane coating manufacturer's representative and a representative from the heat shrink joint manufacturer for a period of not less than 3 days at beginning of actual pipe laying operations to advise Contractor and City regarding installation, including but not limited to: 1) Handling and storage 2) Cleaning and inspecting 3) Coating repairs 4) Field applied coating 5) Heat shrink installation procedures 6) General construction methods and how they may affect pipe coating 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. 37 2. Hydrostatically test each joint of pipe prior to application of lining or coating. 38 a. The internal test pressure shall be that which results in a fiber stress equal to 75 39 percent of the minimum yield strength of the steel used. 40 b. Each joint of pipe tested shall be completely watertight under maximum test 41 pressure. 42 c. Test pressure shall be held for sufficient time to observe the weld seams. 43 d. Maintain a recording pressure gauge, reference number of pipe tested, etc. 44 1) The pipe shall be numbered in order that this information can be recorded. NORTHSiDE IV ELEVATED STORAGE TANK CITY OF FORT WORTH 30" WATER TRANSMISSION MAIN EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMET CPN 106202 Revised 2/08/2024 ADDENDUM NO. 1 33 11 14 - 21 BURIED STEEL PIPE AND FITTINGS Page 21 of 31 1 2 3 4 5 6 7 8 9 10 11 IZ 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 e. Fittings shall be fabricated from hvdrostaticallv tested pipe. All welds on fittin�s shall be tested bv hvdrostatic test, ultrasonic test, air test, or magnetic particle test. Air test shall be made bv applving 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 bv an independent certified welding inspector paid for bv the Piqe Manufacturer. T Tl�,-., �.�,.;.. E. City Testing and Inspection 1 a 2. 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. M terial, 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. 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. 32 PART 3 - EXECUTION 33 31 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PREPARATION [NOT USED] 36 3.4 INSTALLATION 37 A. General 38 1. Install steel pipe, fittings, specials and appurtenances as specified herein, as 39 specified in AWWA M11, in accordance with ' 40 AWWA C604 and as required for the proper functioning of the 41 completed pipe line. 42 2. Lay pipe to the lines and grades as indicated in the Drawings. NORTHSiDE IV ELEVATED STORAGE TANK CITY OF FORT WORTH 30" WATER TRANSMISSION MAIN EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 106202 Revised 2/08/2024 ADDENDUM NO. 1 33 11 14 - 22 BURIED STEEL PIPE AND FITTINGS Page 22 of 31 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 3. Excavate, embed and backfill trenches in accordance with Section 33 OS 10. 4. For installation of carrier pipe within casing, see Section 33 OS 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. '� 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 �ie�t� 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 ofpipe and reject or repair any damaged pipe prior to lowering into the trench. d. The equipment shall be kept in such repair that its continued use is not injurious to the coating. e. Do not lay pipe in wet conditions. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Line Up at Bends 1. 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 �reater than the manufacturer's recommendation. All over-stabbed ioints shall be re-stabbed, but-strapued, or welded. 42 D. Pipe Laying 43 1. Rubber Gasket Joints 44 a. Join rubber gasket joints in accordance with the manufacturer's 45 recommendations. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 23 BURIED STEEL PIPE AND FITTINGS Page 23 of 31 1 b. Clean bell and spigot of foreign material. 2 c. Lubricate gaskets and bell and relieve gasket tension around the perimeter of 3 the pipe. 4 d. Engage spigot as far as possible in bell. Use ioint sqacers to prevent over- 5 stabbin� the bell. 6 e. Joint deflection or pull shall not exceed the manufacturer's recommendation. 7 f. Check gasket with feeler gauge all around the pipe. 8 g. In areas of petroleum hydrocarbon soil contamination, install special Neoprene 9 gaskets or approved equal. 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 2. Welded Joints a. Weld joints in accordance with AWWA C206. 1) Contractor shall provide adequate ventilation for welders and for City's representative to observe welds. 2) Welds shall be full circle fillet welds, unless otherwise specified. 3) Welding shall be completed after application of field applied joint coating if weld after backfill is used. b. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. c. After the pipe has been joined and properly aligned and prior to the start of the welding procedure: 1) The spigot and bell shall be made essentially concentric by shimming or tacking to obtain clearance tolerance around the periphery of the joint. 2) In no case shall the clearance tolerance be permitted to accumulate. d. Before welding: 1) Thoroughly clean pipe ends. 2) Weld pipe by machine or by the manual shielded electric arc process. 3) Welding shall be performed so as not to damage lining or coating. 4) Cover the polyurethane coating as necessary to protect from weld splatter. e. Furnish labor, equipment, tools and supplies, including shielded type welding rod. 1) Protect welding rod from any deterioration prior to its use. 2) If any portion of a box or carton is damaged, reject the entire box or carton. f. Hand Welding 1) The metal shall be deposited in successive layers. 2) Not more than 1/8 inch of inetal shall be deposited in each pass. 3) Each pass except the final 1, whether in butt or fillet welds, sha11 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 24 BURIED STEEL PIPE AND FITTINGS Page 24 of 31 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 J k. 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. 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 C206 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 2. 3. 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. Fill the inside of the joint recess with a stiff cement mortar. Where the mortar joint opening is 1 inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. 4. Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. 5. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 6. Interior joints of pipe 24-inch and smaller shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. a. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or inflated ball through the pipe with a rope. F. Exterior Joint Protection 1. Heat Shrink Sleeves a. General 1) Buried pipe joints shall be field coated after pipe assembly in accordance with AWWA C216, using Heat Shrink Sleeves. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 25 BURIED STEEL PIPE AND FITTINGS Page 25 of 31 1 2) Remove all loose or damaged pipe coating at joint and either repair the 2 coating as speciiied herein or increase the length of the joint coating, where 3 reasonable and practical. 4 3) Complete joint bonding of non-welded pipe joints before application of 5 joint coating. 6 4) Joint bonds shall be low profile bonds and all gaps and crevices around the 7 bonds shall be filled with mastic sealant. 8 5) Store sleeves in shipping box until use is required. 9 a) Keep dry and sheltered from exposure to direct sunlight. 10 b) Store off the ground or concrete floors and maintain at a temperature 11 between 60 degrees F and 100 degrees F as recommended by the sleeve 12 manufacturer. 13 14 15 16 17 18 19 20 21 22 23 24 25 6) Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve application. 7) Preheat pipe uniformly to 140 degrees F to 160 degrees F or as recommended by the sleeve manufacturer. a) Monitor pipe temperature using a surface temperature gauge, infrared thermometer or color changing crayons. b) Protect preheated pipe from rain, snow, frost or moisture with tenting or shields and do not permit the joint to cool. 8) Prime joint with specified primer and fill all cracks, crevices and gaps with mastic filler in accordance with the manufacturer's recommendations for the full circumference of the pipe. 9) Apply heat shrink sleeve when it is at a minimum temperature or 60 degrees F and while maintaining the pipe temperature above the preheat 26 temperature specified. 27 10) Apply sleeve in accordance with the manufacturer's instructions and center 28 the sleeve over the joint to provide a minimum of 3-inch overlay onto the 29 existing pipe coating. 30 11) Apply heat to the sleeve using either propane fire infrared heaters or wrap 31 around heaters. 32 a) Hold flame a minimum of 6 inches from the sleeve surface. 33 b) Periodically roll the coating on the pipe surface. 34 c) Heat from the center of the sleeve to the outer edge until properly 35 seated, then begin in the opposite direction. 36 d) Monitor sleeve for color change, where appropriate, or with appropriate 37 temperature gauges. 38 e) Take care not to excessively heat the parent coating. 39 12) Completed joint sleeve shall be fully bonded to the pipe and existing 40 coating surface, without voids, mastic beading shall be visible along the full 41 circumference of the sleeve, and there shall be no wrinkling or excessive 42 burns on the sleeves. 43 a) Sleeves which do not meet these requirements shall be removed and the 44 joint recoated as directed by the Engineer. 45 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 46 13) Allow the sleeve to cool before moving, handling or backfilling. In hot 47 climates, provide shading from direct sunlight. 48 a) Water quenching will be allowed only when permitted by the sleeve 49 manufacturer. NORTHSiDE IV ELEVATED STORAGE TANK CITY OF FORT WORTH 30" WATER TRANSMISSION MAIN EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 106202 Revised 2/08/2024 ADDENDUM NO. 1 33 11 14 - 26 BURIED STEEL PIPE AND FITTINGS Page 26 of 31 1 G. Protective Welded Joints Coating System — Weld After Backfill 2 1. General 3 a. Application of protective coating at the pipe joints will be as follows: 4 1) Apply a�e joint coating system consisting of a factory applied 35 mil 5 polyurethane coating 6 2) A field applied 60 mil by 6-inch wide strip of CANUSA HCO Wrapid Tape 7 heat resistant tape at the location of the welding 8 3) A field applied 110 mil (full recovered thickness) by 18 inch wide 9 CANUSA AquaWrap high shrink heat shrinkable joint sleeve 10 4) In lieu of the CANUSA sleeve, contractor mav use a single sleeve Berry 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 � c. � CPG-Covalence: Water wrap WAB. 5) After the heat shrinkable joint sleeve is installed, backfill the trench and then weld the joint. The Contractor is responsible for his operations so that they do not damage the factory applied coating system. When applying the �e joint coating system for post welding the joints, the Contractor must show that his operation will not damage the joint coating system to the Engineer's satisfaction. The Contractor will be required to fully uncover a maximum of 10 joints, selected ai 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 repuire the Contractor to expose additional ioints if damage to the ioint coating system is found. 2. Joint Coating `�,�, a. Apply 3-�e Joint Coating System before Welding the Joint b. Pipe Manufacturing and Heat Tape 1) A 35 mil thickness polyurethane coating shall be applied over entire length of pipe. 2) The Contractor shall field apply 60 mil thick by 6 inch wide strip of CANUSA HCO Wrapid Tape heat resistant tape to the exterior be11 end of the pipe, centered on the location of the welding, over a 35 mi1 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 ofpipe 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 27 BURIED STEEL PIPE AND FITTINGS Page 27 of 31 1 4) 2 3 4 5 6 5) 7 8 6) 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 7) : 9) 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. Metal surface shall be free of all dirt, dust and flash rusting prior to sleeve application. 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. 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. 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. 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 31 temperature gauges. 32 10) Completed joint sleeve shall be fully bonded to the pipe and existing 33 coating surface, without voids, mastic beading shall be visible along the full 34 circumference of the sleeve, and there shall be no wrinkling or excessive 35 burns on the sleeves. 36 a) Sleeves which do not meet these requirements shall be removed and the 37 joint recoated as directed by the Engineer. 38 b) Minor repairs may be repaired using heat shrink sleeve repair kits. 39 11) Allow the sleeve to cool before moving, handling or backfilling. 40 a) In hot climates, provide shading from direct sunlight. 41 b) Water quenching will be allowed only when permitted by the sleeve 42 manufacturer. 43 12) Holiday testing shall be performed using a high voltage holiday tester 44 (operating at 100 volts per mil) at each joint after field application of heat 45 shrinkable joint sleeve per SP0188. 46 a) If any holidays or cuts are detected, the sleeve shall be repaired using 47 the heat shrink sleeve manufacturer's recommendation. 48 b) The damaged area shall be covered with a minimum of 50-mm overlap 49 around the damaged area. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ---•., --�,__�_.�. _ ___ _ ADDENDUM NO. 1 33 11 14 - 28 BURIED STEEL PIPE AND FITTINGS Page 28 of 31 H. Protection of Buried Metal 2 1. Coat buried ferrous metal such as bolts and flanges, which cannot be protected with 3 factory or field-applied polyurethane coatings or heat shrink sleeves, with 2 wraps 4 of wax tape and encase in flowable iill. 5 3.5 REPAIR 6 A. Repair and Field Touchup of Polyurethane Coating 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. For repair and field touch-up of polyurethane coating, apply: b. Lifelast Durasheild 110, 210, 310 or 310 JARS c. n`���t�tr-�Ee�tirrg� P��o II, �r Carboline 777 or 777PL d. Coating manufacturer's recommendation 2. Holidays a. Remove all traces of oil, grease, dust, dirt and other debris. b. Roughen area to be patched by sanding with rough grade sandpaper (40 grit). c. Apply a 35 mil coat of repair material described above. d. Work repair material into scratched surface by brushing or rolling in accordance with manufacturer's recommendations. e. Retest for Holiday. 3. Field Cuts or Large Damage a. If in the opinion of the City the polyurethane coating is excessively damaged, the pipe segment will be rejected until the coating system is removed and replaced so that the system is in a like-new condition. b. Remove burrs from field cut ends or handling damage and smooth out edge of polyurethane coating. c. Remove all traces of oil, grease, dust, dirt and other debris. d. Roughen area to be patched with rough grade sandpaper (40 grit). e. Feather edges and include overlap of 2 inches of roughened polyurethane in area to be patched. f. Apply a 35 mil coat of repair material described above, in accordance with manufacturer's recommendations. g. Work repair material into scratched surface by brushing. h. Feather edges of repair material into prepared surface. i. Cover at least 1 inch of roughed area surrounding damage or adjacent to field cut. j. Test repairs for holidays. B. Patch of Cement Mortar Lining 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 1 patch in the lining of any joint of pipe. NORTHSiDE IV ELEVATED STORAGE TANK CITY OF FORT WORTH 30" WATER TRANSMISSION MAIN EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMEN' CPN 106202 Revised 2/08/2024 , ADDENDUM NO. 1 33 11 14 - 29 BURIED STEEL PIPE AND FITTINGS Page 29 of 31 1 5. Wherever necessary to patch the pipe, make the patch with the mortar indicated. 2 6. Do not install patched pipe until the patch has been properly and adequately cured, 3 unless approved by the City. 4 3.6 RE-INSTALLATION [NOT USED] 5 3.7 FIELD QUALITY CONTROL 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 A. Field Tests and Inspections 1. 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 Do11y Pull-off Test. e. Holiday Testing 1) Holiday testing shall be performed using a high voltage holiday tester at each joint no sooner than 1 hour after field application of polyurethane coating. f. Inspection at Welding Joints 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. NORTHSiDE IV ELEVATED STORAGE TANK CITY OF FORT WORTH 30" WATER TRANSMISSION MAIN EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 106202 Revised 2/08/2024 ADDENDUM NO. 1 33 11 14 - 30 BURIED STEEL PIPE AND FITTINGS Page 30 of 31 1 2. Weld Testing 2 a. Dye penetrant tests in accordance with ASTM E165, or magnetic particle test in 3 accordance with AWWA C206 and set forth in AWS D.l .l. shall be performed 4 by the Contractor under the supervision and inspection of the City's 5 Representative or an independent testing laboratory, on all full welded joints. 6 1) Welds that are defective will be replaced or repaired, whichever is deemed 7 necessary by the Engineer, at the Contractor's expense. 8 2) If the Contractor disagrees with the Engineer's interpretation of welding 9 tests, test sections may be cut from the joint for physical testing. The 10 Contractor shall bear the expense of repairing the joint, regardless of the 11 results of physical testing. 12 3) The procedure for repairing the joint shall be approved by the Engineer 13 before proceeding. 14 3. Deflection Testing 15 a. Prior to hydrostatic testing, the City's inspector shall perform deflection testing 16 at a minimum rate ^�' m� ��„* � r�� ,� cnn i;�o,,.- � o. „�....,+o,- i;ro � 17 and per the requirements as indicated below. 18 1) Complete internal weldin� of ioins, welding inspections and �rout of 19 the inside ioints prior to measure deflection. The welding insnecfions 20 shall be done bv an independent CWI. 21 2) Measure deflection in the presence of the Citv. 22 23 3) 24 b) Measurement method used to determine deflection shall be agreed 25 upon in writing amongst the CitV, Contractor, and Engineer prior 26 to installing the first ioint of pipe. 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 4) a) Renlace or renair defective welds, as deemed necessary bv the Citv, at the Contractor's expense. 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. 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 uiue. a) Pipe ioints 36-feet in len�th or less: vertical measurements shall be taken at two locations, '/4 distance from each uiue end. b) Pipe ioints exceedin� 36 feet: vertical measurements shall be taken at 3 locations including'/4 distance from each uiue end and at the pipe midpoint. Correction of Piue Not Complvin� with Deflection Repuirements a) If the avera�e ioint deflection of a sin�le ioint, or anv sin�le measurement, fails to meet specifications, the entire ioint shall be re-worked in accordance with the manufacturer's recommendations and as directed bv the Citv at no additional cost to the Citv. This mav include uncoverin� the uipe, re-comuaction of the nipe beddin�, and renair of the coatin�. It is the Contractor's responsibilitv to continuouslv measure and calculate uiue deflection to verifv it meets suecification. b) All costs associated with measurin� the piue deflection and anv reuairs or rework associated with meeting these requirements shall be borne bv the Contractor. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 33 11 14 - 31 BURIED STEEL PIPE AND FITTINGS Page 31 of 31 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 � 5 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 26 27 28 29 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� 5) Pipe Deflection Reports a) Submit monthlv reports as Record Data showing allowable deflection, 1.5 times allowable deflection, the deflection measurements, and calculated average deflection for each location measured per 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 piqe manufacturer for anv pipe not meeting the specified internal diameter. 6) Average allowable pipe deflection shall not exceed 2% for polvurethane coated pipe. In no case shall individual measurement exceed 3% for polvurethan coated pipe. These measurements include the allowable tolerance for lining thickness variation. Additionallv, flat spots or pipe with dama�ed linin� shall be repaired. 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. Closed Circuit Television (CCTV) Inspection a. Provide a Post-CCTV Inspection for water lines 24-inch and larger in accordance with Section 33 O1 31. 30 31 DATE 12/20/2012 32 END OF SECTION Revision Log NAME D.Johnson SUMMARY OF CHANGE 2.2.B.4, 5, and 6— Added reference to Section 33 11 OS and removed material specification for bolts, nuts, gaskets and flange coating CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/2024 NORTHSiDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ADDENDUM NO. 1 THE CITY OF FORT WORTH, TEXAS WATER DEPARTMENT NORTHSIDE IV ELEVATED STORAGE TANK — 30" WATER TRANSMISSION MAIN EXTENSION Y � � �, � �� � _ � � ��a � MATTIE PARKER MAYOR JESUS "JAY" CHAPA CITY MANAGER LAUREN PRIEUR P.E. DiRECTiON TRANS. & PUBLiC WORKS DEPARTMENT CHRISTOPHER P. HARDER, P.E. DIRECTOR, WATER DEPARTMENT PREPARED BY: � raee�ss�averwcriRmrvo iooiasa, �� FILE NO. X-28732 CITY PROJECT NO. 106202 i � a�a.a.<�Na�<� � � r 18 1 c�oH�ia�c. � � ioHl�� 0 �= I \ \ �� � \ � �PROJECT LOCATIONI � � SHEET INDEX SHEET DESCRIPTION 1 COVERSHEET 2 GENERALNOTES 3 PROJECT LAYOUT & CONTROL 4-9 WATER PLAN & PROFILE 10 EROSION COMROL PLAN 11-17 CONSTRUCTION DETAILS VICINITY MAP (NOT TO SCALE) 2�~F� 0 oN� euaroN �� „-r� . ssoNN`��� TMi�eizoz° ea FORT WORTH� FORT WORTH WATER DEPARTMENT NO VEMBER, 2025 �AH.i/ �`i.s�,v�i�, 11/18/2025 TON�HOLOLA, P.E. DATE: :1SSI ANTDIRECTOR, WATERDEPARTMENT �jt�%� /�.,��,�11/20/2025 V�� ' MICHAEL OWEN, P.E. DA"I'E: CiTY ENGINEER, TRANS & PUBLIC WORKS DEPAR"IMENT """'� ii�zo�zozs MaryHanna;N �20,202511�.03�.0�6T; MARY HANNA, MPA, P.E., CFM, PMP DA'IE: SR CAPITAL PR07ECTS OFFICER, TPW Bijay UpretiR- ""°`°°'°°� � ����a�2ozs REVIEWED: DATE: BIJAY UPRETI P.E. PSC-] PROJECT MANAGER X- 28732 CITY OF FORT WORTH Water Department Northside IV Elevated Storage Tank 30" Water Transmission Main Extension City Project No. 106202 ADDENDUM NO. 2 ADDENDUM RELEASE DATE: December 10th, 2025 BID RECEIPT DATE: December 18t", 2025 INFORMATION TO BIDDERS: This Addendum, forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and in the proposal (SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for Northside IV Elevated Storage Tank 30" Water Transmission Main Extension, City Project No. 106202 are hereby revised by Addendum No. 2 as follows: 1. SUBMISSION INSTRUCTIONS —The submission instructions have been updated to include Addendum No. 2 under the Requested Information section. 2. Project Manual section 00 52 43 AGREEMENT shall be replaced with section 00 52 43 AGREEMENT, attached to this addendum. Changes include: • Section 4.1 Final Acceptance: Revised to stipulate Substantial Completion within 180 days and Final Acceptance within 240 days. • Section 4.2 Liquidated Damages: Revised liquidated damages amount to $1,000.00 for Substantial Completion and Final Acceptance. 3. Project Manual section 00 41 00 BID FORM shall be replaced with section 00 41 00 BID FORM, attached to this addendum. Changes include: • Section 4. Time of Completion: Revised to stipulate Final Acceptance within 240 days. 4. An optional pre-bid meeting was held virtually on December 9th, 2025 at 9:00 AM. Meeting minutes and the sign in sheet for this meeting are attached. This Addendum No. 2 forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 2 by completing the requested information in the space provided in Section 00 41 00, Bid Form, page 3 of 3. A signed copy of Addendum No. 2 should be included in the sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 2 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Addendum No. 2 � By: `-'z��� Dillon Burton, P.E. By: — 12/10/2025 Tony olola, P.E. Engineer of Record RECEIPT ACKNOWL G MENT: By:_ C�/,'� mm._ - WesY_ern Muriici�al Construction Company:�f 'I'exas, LI�i,. Address: 4 0 2 Gu 1 f Ave . Assistant Director, Water Department City:Justin State:Texas 005243-1 Agreement Page 1 of 7 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on , is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Northside IV Elevated Storaee Tank 30" Water Transmission Main Extension CPN 106202 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 Dollars ($ ). 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 achieve substantial completion within 180 days and shall achieve final completion within 240 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. Substantial completion is defined as installation, testing, and putting all water mains in operation, while allowing 240 days for final completion. OFFIGIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 (effective September 1, 2025) CPN 106202 005243-2 Agreement Page 2 of 7 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Wark 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 One Thousand Dollars ($1,000.00) for each day that expires after the time specified in Paragraph 41 for Substantial Completion until the City issues the Letter of Substantial Completion. After Substantial Completion, if Contractor shall neglect, refuse or fail to complete remaining Work for Final Acceptance within 60 days from the date of Substantial Completion, or any proper extension thereof granted by the City, Contractor shall pay City One Thousand Dollars ($1,000.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: L This Agreement. a. b. c. d. e. f. g• h. Attachments to this Agreement: Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) Current Prevailing Wage Rate Table Insurance Certification Form (ACORD or equivalent) Payment Bond Performance Bond Maintenance Bond Power of Attorney for the Bonds Worker's Compensation Affidavit Small Business 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. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 (effective September 1, 2025) CPN 106202 005243-3 Agreement Page 3 of 7 c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 1.2 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 nrovision is snecificallv intended to onerate and be effective even if it is alleged or proven that all or some of the damages bein� sou�ht were caused, in whole or in part, bv anv act, omission or negligence of the citv. 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. 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 nrovision is snecificallv intended to onerate and be effective even if it is alleged or nroven that all or some of the damages being sought were caused, in whole or in part, bv anv act, omission or negli�ence of the citv. Article 7. MISCELLANEOUS 71 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 7.3 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. 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. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 (effective September 1, 2025) CPN 106202 005243-4 Agreement Page 4 of 7 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. 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. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 (effective September 1, 2025) CPN 106202 005243-5 Agreement Page 5 of 7 710 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. 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. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 (effective September 1, 2025) CPN 106202 005243-6 Agreement Page 6 of 7 713 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 perfortned. 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. 714 Small Business Utilization. Contractor shall not make any unjustified changes to its small business utilization as presented on the Small Business Utilization Form. Contractor's failure to abide by the commitments presented on the form or intentional and/or knowing misrepresentation of material facts regarding small business utilization shall be disallowed from bidding on future City of Fort Worth public works contracts for a period of time of not less than one year. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 (effective September 1, 2025) CPN 106202 005243-7 Agreement Page 7 of 7 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 (`Bffective Date"). Contractar: City of Fort Worth By: Signature (Printed Name) Title Address City/State/Zip Date : William Johnson Assistant City Manager Date Attest: Jannette Goodall, City Secretary (Seal) M&C: Date: 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. Bijay Upreti Project Manager Approved as to Form and Legality: Douglas W. Black Sr. Assistant City Attorney APPROVAL RECOMMENDED: Chris Harder, Director, Water Department CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 (effective September 1, 2025) CPN 106202 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: NS IV ELEVATED STORAGE TANK - 30" WATER MAIN EXTENSION City Project No.: 106202 Units/Sections: UNIT I: WATER IMPROVEMENTS 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook 00 41 00 BID FORM Page 2 of 3 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. 3. Prequalification The Bidder acknowledges that the following work types m st be performed only by prequalified contractors and subcontractors: a. Water Transmission, Development, 30-Inches and Smaller b. c. d. - e. - f. - g. - h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 240 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 m eting the requirements of Paragraph e 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. Small Business Forms (required at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 �If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook 00 41 00 BID FORM Page 3 of 3 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 Respectfully submitted, By: Title: Company: Address: (Signature) (Printed Name) State of Incorporation: Email: Phone: END OF SECTION $100,000.00 by the entity named below. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 0 41 00 Bid Proposal Workbook Westwood MEETING MINUTES Re: Northside IV EST 30" Water - Pre-Bid Meeting Date: December 9'h, 2025 Fort Worth, Texas CPN.: 106202 Attendees: See attached sign in sheet. An optional pre-bid meeting was held virtually on December 9th at 9:00 AM. The city described the overall intent of the project and questions were fielded. A summary of questions are provided below: Question 1: Does the city have a list of qualified SBE subcontractors? o Response 1: A list of current SBE qualified subs is not currently available from the city. Question 2: Can the SBE certifications be turned in after bid? o Response 2: No, all bid documents should be submitted as specified in the Instructions to bidders. Question 3: When is the notice to proceed expected? o Response 3: The bid award will go to council in January and NTP can be expected in February. westwoodps.com (888) 937-5150 PR Cf FoRTwORTHR �of1 pa1e printed'. �2j9�2025 5 & No�embe� 26, November19,2Z�25 MENT ppTEs' pecem berr9 $th, 2025 �pVERTISENFERENCE pecem PREB�� a� C,. CITY OF FORT WORTH Water Department Northside IV Elevated Storage Tank 30" Water Transmission Main Extension City Project No. 106202 ADDENDUM NO. 3 ADDENDUM RELEASE DATE: December 15th, 2025 BID RECEIPT DATE: December 18t'', 2025 INFORMATION TO BIDDERS: This Addendum, forms part of the Plans, Contract Documents & Specifications for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, and in the proposal (SECTION 00 41 00). Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The plans and specification documents for Northside IV Elevated Storage Tank 30" Water Transmission Main Extension, City Project No. 106202 are hereby revised by Addendum No. 3 as follows: 1. SUBMISSION INSTRUCTIONS —The submission instructions have been updated to include Addendum No. 3 underthe Requested Information section. 2. Project Manual section 00 00 00 TABLE OF CONTENTS shall be replaced with section 00 00 00 TABLE OF CONTENTS, attached to this addendum. Changes include: • Revised modification date to modified technical specifications "33 04 10 Joint Bonding and Electrical Isolation", "33 04 11 Corrosion Control Test Stations", and "33 04 12 Magnesium Anode Cathodic Protection Systems". 3. Project Manual section 33 04 10 JOINT BONDING AND ELECTRICAL ISOLATION shall be replaced with section 33 04 10 JOINT BONDING AND ELECTRICAL ISOLATION, attached to this addendum. 4. Project Manual section 33 04 11 CORROSION CONTROL TEST STATIONS shall be replaced with section 33 04 11 CORROSION CONTROL TEST STATIONS, attached to this addendum. 5. Project Manual section 33 04 12 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEMS shall be replaced with section 33 04 12 MAGNESIUM ANODE CATHODIC PROTECTION SYSTEMS, attached to this addendum. 6. Modifications to plans: • Remove sheets 14-17 by replacing with the attached sheets 14-35. This Addendum No. 3 forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 3 by completing the requested information in the space provided in Section 00 41 00, Bid Form, page 3 of 3. A signed copy of Addendum No. 3 should be included in the sealed bid at the time of bid submittal. Failure to acknowledge the receipt of Addendum No. 3 could cause the subject bidder to be considered "NONRESPONSIVE," resulting in disqualification. Addendum No. 3 � �( o Lt By: �% �1 � � J Tony Sholola, P.E. (2�is" 25 Bj/: ���'� Diilon Burton, P.E. Engineer of Record RECEIPT ACKNOWLED EMENT: By._ ` _ ._ Wester.n M�nicipal Construction Company:ot TeX35, LLc. Assistant Director, Water Department Address: 4 0 2 Gu 1 f Ave . City.�7ustin State: Texas 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequali�cations 00 45 12 00 45 13 00 45 26 00 45 41 00 52 43 00 61 13 00 61 14 00 61 19 00 61 25 00 72 00 00 73 00 Prequaliiication Statement Prequalification Application Contractor Compliance with Workers' Compensation Law Small Business Goal Agreement Performance Bond Payment Bond Maintenance Bond Certificate of Insurance General Conditions Supplementary Conditions Division Ol - General Requirements O1 11 00 Summary of Work O1 25 00 Substitution Procedures O1 29 75 Materials On Hand O1 31 19 Preconstruction Meeting O1 31 20 Project Meetings O1 32 16 Construction Schedule O1 32 33 Preconstruction Video O1 33 00 Submittals O1 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services O1 50 00 Temporary Facilities and Controls O1 55 26 Street Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporary Project Signage O1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements O1 70 00 Mobilization and Remobilization O1 71 23 Construction Staking and Survey O1 74 23 Cleaning O1 77 19 Closeout Requirements O1 78 23 Operation and Maintenance Data O1 78 39 Project Record Documents CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 19, 2025 Last Revised 07/O1/2011 07/O1/20ll 02/08/2024 09/O1/2025 02/24/2020 09/19/2025 09/30/2021 09/30/2021 09/30/2021 08/13/2021 09/30/2021 06/13/2025 07/O 1/2011 9/O1/2025 9/19/2025 12/08/2023 12/08/2023 9/ 19/2025 07/O 1/2011 09/O 1/2025 9/ 19/2025 Last Revised 12/20/2012 07/O 1/2011 9/19/2025 09/O1/2025 07/O 1/20ll 10/06/2023 07/O 1/20ll 12/20/2012 03/11/2022 03/09/2020 09/19/2025 03/22/2021 07/O 1 /2011 07/O1/2011 03/09/2020 07/O1/2011 11 /22/2016 02/14/2018 07/O 1 /2011 03/22/2021 12/20/2012 07/O 1/2011 NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 33 - Utilities 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 11 14 Buried Steel Pipe and Fittings 12/12/2025 � 12/12/2025 � 12/l2/2025 � 12/02/2025 � Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: httu://fortworthtexas.gov/tuw/contractors/ or httns://apps.fortworthtexas.�ov/Proi ectResources/ Division 02 - Existing Conditions m�� co�o,.�;.,o c:.o no,�.,.�:.:,,� m�T r r.;i;,�, n o,�,,,,..,t i n i..,,,a,..,,�,o„� m�� n.,.,:�,. no.�.,..,.,i Division 03 - Concrete 03 30 00 Cast-In-Place Concrete n��� r�,.�.,.,,no,a r,,.., c.,.o�,.��, n�r„�o.-;,,i irr cr�� n��o r�,,,,,.,-o�o rz.,.,o n�r.,+o.-:.,i �.-'r,.o.,,.�, no...,;,- �8 Ta,.,7;F;,.,,�:,...� i� �1\,`�`P&,� f�,,,.,.,-o�o c�,-,,,.ti„-o� Division 26 - Electrical �-A�-9g r,,,..w,,.., �x�,...ir no�„i�� � „�io,...,:,..,i '1��o Tlo.�.,,1:�:,,.�. F ,- �'lo..�,-:,..,1 C..��o,Y.� 7ti�� Dnno...n..n nv�l1 R...�on F r Rlon4�-;nnl C..n4omn 7ti�� TT.,.ao,,,,,,,,,,,,,a Tl,,,.�� .,,-.a D.,..o....,..� F,-T11o,.r,-;,..,1 C'..��o,v,� �ti�no r�,,,�..�,,,,,;,,,,,;,,�� ra„i�; r�,,,.� r,..,a,,;� Division 31 - Earthwork �gg_gg c:.o r�� � i �� i ti r r.,,.t„��;f:o,7 �..,.,,.,.,�;,,� �rz�-Tv '2 1�� � � 7�r�-vv �P�[J°'�1.�i91� 31 25 00 Erosion and Sediment Control ' ,�o �e�s � i�o �� Division 32 - Exterior Improvements �� ni i � no,-„..,�o�+ n ��t,.,ir v.,,,;,,,. no�.,:,- �-s-vr�r Z7 !11 1 4 To.�..,.,,«.,.-.. A �,.L..,1� D.,.,:,�,. Do,..,:,- �z-vrTv �� ni �o r,,,,,.,-a+a n.,,,;�,. no�.,:.- �-s-v�� Z7 1 1 7'2 T71o.,:l.lo 1�.,.,o !`,.,,«�o� �� '27 1 1 70 T; o T,-o.,raa R.,�o !''.,,,,-�o� �7 2'��� /�o.�.�0..4 T.-o..4oa B..r.o /'�..,,.-�or. Last Revised n�ii�� � i�i���i�ni� I mim�niti � oaro.. m� 06/13/2025 � P��z'��� � i�i��zi�ni� I ���4?�,4.'��-'.z � n�iio i�i I i�i��zi�ni� I �-rir��zvr'zzvii � nvnio�T�ni i I mi���ni� � ozrzvi viv n� i���i�m i ni i��� n i i�o 4�� ni i��� 04/29/2021 ,����z , � i��n i� n,,z i � i��, �zi� n i � 17/7�z n�iio ��� 17/7�/7�7 1 7 /7�z n�iio n�i CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 2 7�T � ��o � ��� � ��� 2 ��no � ��� Z 7�i-�-�v � ��-z- i v- r� Z 7�� � ��� � ��� � ��o � ��� � 7�� 32 91 19 32 92 13 � ��T � ��� � ��-�--�� r ; .;a m,.o...va c�l Fto�✓'1�� n �,.�„i. n.,.,;,,,. ��;�J-��.J.t Dca.�rg-C�aal �:�.�-:�� r„�,..-o�o n,,.,;�,. .�,.r�ro.o C:ao,.,�lo, ��..,o.. � ,.a ��Y..:o� �r� n��-,�J r''„�,..-o�o n,,.,;�,. r,,:�� co.,l.,��� R.-;,.lr T T,-,;� D.,..:.... rry„�,..-o�o r,,,-t.. .,.,,a r_„�.o,-� ,.�,1 ��„llo., r�„�.o,-� D.,..o,�,o.-.r TR.,,-1�;,,..� r'„"�CCC �'�1:t�l�lb r''�.,;� �o,,,.o� .,�a r.,+o� �x�;..o �o�,.o� .,�,� r_.,�o� �x�,,,,a �o�,.o� .,,,a r.,.o., (`.,�r ;.,. Dl.,..o (`,.«..,-oro D�.:L'Y.'l�� `r"a'tttr Topsoil Placement and Finishing of Roadway Right-of-ways Sodding �.r„� rT.,�:, o cooa;,,,. 1.r..�:, o r,..,.... ..ra �x�:ia�,.., o,- cooa:�,. rr,.vo� .,ra c�.,.,,t.� n4i�io���nic �,�,��'.�� i � i���i� n i � n�ii�� i � in��i� m � i�i��z i � i���i� n i � i�in�i ntiiio�zi�m� iiin�� i�i��z i�i��z i�i��z n� in�� 03/ll /2022 OS/13/2021 nvi�T i nin��i�m� i�i��z Division 33 - Utilities �� ni �n co,..o.-.,,,a ra.,,,t,,,io rro�,;,,,� T✓--v �v �2�-oi�r �eseE�✓.ouit-r��,;�;,,,, inn-r��� r�....o,..;ei.: ff.t.'t�",.`ur�cv�cC ���i ��c�,�it'�ia.,;�;,,� irrT�» r��ra,.+; �. ���a �r:�� ���o ����OJJ DL.�'�Yri:i.. ,.F�.,:�.;�,. co,.,o,- c.,�.o..,� 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System �� nn �n rro...�,,,.,..-., �x�,..o,- co.-.,;,.o� �--v�-�v 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Pipes 33 OS 10 Utiliry Trench Excavation, Embedment, and Backfill � ��z r • r �E�Y �rr.�a �,�g 33 OS 13 Frame, Cover and Grade Rings n a:,,�.;�,, na.,.,�,,,io., r.,io�� ��.,i.,o u,,.,o., �a n��,o,- c.r,,.�,,.-o., .,, ��ncin > > >� �--v�-TT � 33 OS 16 Concrete Water Vaults 33 OS 17 Concrete Collars �� nc �n n,,,.o.- u,,,,;�,. T✓--v�-zv �'K �� nc �i fr„��o� r:�o,. nt,,.o �--v�-zT 33 OS 22 Steel Casing Pipe �� nc �Z u,.�a rr„��ot;�,. �--v�-z� 33 OS 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 OS 26 Utiliry Markers/Locators 33 OS 30 Location of Existing Utilities 33 11 OS Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type no in�� n�iio ��i i�in�� i�i��z 12/20/2012 12/20/2012 12/20/2012 noii��i�mc 02/06/2013 03/11/2022 06/13/2025 i � i���i� n i � 09/09/2022 n�ii io�z�m� 12/20/2012 03/11/2022 i�i���i�ni� i � i��o, �zi� n i � 12/20/2012 i�i��zi�ni� 12/09/2022 12/20/2012 12/20/2012 12/20/2012 12/09/2022 09/20/2017 09/09/2022 03/07/2025 CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 33 11 14 � ��-'�o 2 ��T 33 12 20 33 12 21 33 12 25 33 12 30 33 12 40 � ��-'�o 33 12 60 2 2 � 1 �'� ?? ] 1? 3? 3 � 15 � ��o �� �i �i ✓� � �� �'2 21 �'2 � ��no 2 2�0 � ��no � ��o � ��o � ��-�°-To � ��-�° � � ��-^�o �? 1 > > > � ��rri .�� " I � l? �--�-� 2 2�-�v-oT � ��-�v-�z 2 ��no � ��o � ��o Buried Steel Pipe and Fittings �x�,,.o.. co...,:,.o� i ,.�. .,. � : ,.�, r ,, v �x�„�o,- r�o�o,.� Resilient Seated Gate Valve AWWA Rubber-Seated Butterfly Valves Connection to Existing Water Mains Combination Air Valve Assemblies for Potable Water Systems Fire Hydrants �� ERi�J� �� Standard Blow-off Valve Assembly !'',,,-o.l ;,-, Dl.,,.o D:..o !!''TDDI �i�c����,c _l' �r�cc� T_1'�� �^r�-�Sce.�tc�;�s u:,.i, r�o�.,:.., n„i..o�t,,.io�o (LT�v�� �,�o �,- c.,,,;�.,.-., co..,o,- n,.i...,:�..i r�i,i„r;ao inv�� �......;.., Ec�'��J E�e v„i...,:�.,t rt,t,.,-:ao invr� ri„�oa v,-„�:io r_.-.,.,:�., c.,,,:�.,,-., co..,o,- � Eai�itar� �o.�� Eli� rir�� C.,,,;r.,,-.. Co::,o,- D;..o L�'„1.,.-.'o.�.o„r ���it�"'� �0`. ,o„ co,,.,;,.o r,,,,�o,..:,,�� .,.,,a co.-.,;,.o r : �`.,,v,l.:.�.,r;.,,, n;,- [7.,1..o f.- c.,,,:+.,,-., co..,a,- T7.,.-..o nR.,;.,� r�,'t lil n�'�� !-+,.., ,-o�o TR.,.,L.,.lo� n,-o,..,�+ �„�,..-o.o ra.,,,t,,,to� �;i.o,.,�i,.�� ra.,��.,.io� �x�.,�+o..,.,,o.- n,.,.o�� rt,.,.�.i.o,-i�a�nr� r; � F,. c,,,.;�,...., co.� o,. c�..,,,..,.,-o.. vo;,,� .-,.oa r,.,,,.,-o+o c+,,.-.�, ca..,o,-v;�oir„i.,o,-r� u;,��, r�o�..;., n„�.,o.�...to�o �Z'vD�) �l�a °3�-S�o1�1'�2v�1� Do;..F ,-,.0,7 D„l..o�l...lo..o /CDDRI D;,�.o D„1.....-,,...,lo,.o D;,,.o F .- C4�1`Y`�.` �"�a`�:3 c„i-.,7,-,,:�,,,.o � cl„r�o,7 c♦ oivrcccrvs0 .li�'° �;1:'!Ll �k3b�'S T.�3'Qlil:r �u�e in ?ll��� "��a�,�d Jan��� r'',,..t, .,�,a r�..,,,, T�lo�� Ft�rt�� �ai�,,o uo„a,...,ii� .,.,a �x�:�,.....,n� 12/20/2012 miio n�� i � i���i� n i � OS/06/2015 04/23/2019 02/06/2013 12/20/2012 O1/03/2014 i � i���i� n i � 06/19/2013 1 7 /7�z ,����z nn i��� nn in�i ,����z Division 34 - Transportation �n n i i n fr,...��;,. c;,.r.,i� �o �n n i i n ni n.���� n r„��ii r �v-r rr� ���rr rr€-i' ir€� � ^ ��rri-i�vi i���flE�2�3��"�vir�'9ii2�'�eEi�iEt'l�i�9n � n n i i n nz n r � c.. �v� rrtt-& e�t�rSert�h�%@-vP€ =C-&t�eii '2� A 1 1 1 To,Y ............. T,-..FF;,. C;,.,�...1� �r ?il 11 1' now.^.,:�^ r''�^�fic 5;�;� J �n�v �}' IIIUYYIIY�%il�°1 �� �n n, �n m �A�1 �J ��� T�a�i�iroa ����� �n n�� �,-oo....,., r �r� n,,.,a....,., Jam��1,'»:\7 Z�I n�-Ti-c�nv-�-✓ �,�.�1 �1� ���' �..ili��'�Y� � n�v ��UTii»'SLi1xS F7 �35 �n n i cn e:,,,,io ra„ao �:t�o.- n..�;,. r„�.io �rrr�v � il�� T.-., �F7.. (`....4.-..1 ,����z i�i��zi�ni� nn i�o ��� 1 7 /7�z i�ii��� i�ii��� i�ii��� i � i��i� nn i�o���i��T n�in�T i � i���i� n i � 1 1 / 1�� ntiii��i�m� i�i��zi�ni� nvni��m i n�in�T i�ii��i�mn n� ii�� n�ini���m i Q�� �����z i�ii�� 9�8�� n i�� i i i���i� n i� n�iio ��i i�i��zi�ni� n�iio c�� ��n c���ni c n�iio c�� z--.� ��-�-z.,�-�.�o-.� � m i�o ��� n�i�o ��T CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 Appendix GC-4.01 GC-6.06.D GC-6.07 GR-01 60 00 GC-7.01 Availability of Lands Small Business Utilization Form Wage Rates Product Requirements Corrosion Control Design Recommendations END OF SECTION CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 330410-1 JOINT BONDING AND ELECTRICAL ISOLATION Page 1 of 8 1 2 SECTION 33 04 10 JOINT BONDING AND ELECTRICAL ISOLATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Secrion Includes: 6 1. Joint bonding requirements for electrical continuity o£ 7 a. Concrete cylinder pipe 8 b. Mortar coated steel pipe 9 c. Dielectrically coated steel pipe 10 d. Ductile iron pipe, as required on Drawings 11 2. Electrical isolation devices for installation at: 12 a. Connections to existing piping 13 b. Laterals 14 a Cased crossings 15 d. Tunnels 16 e. Selected below grade to above ground piping transitions 17 B. Deviations from this Ciry of Fort Worth Standard Specificarion 18 1. �Updated for proiect specific requirements 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 21 Contract 22 2. Division 1— General Requirements 23 3. Secrion 33 OS 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment L 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 fumished 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-2 JOINT BONDING AND ELECTRICAL ISOLATION Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 1.3 13 14 15 16 17 18 19 20 21 1.4 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 REFERENCES A. Reference Standards 1. Reference standards cited in this Specificarion 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 Warks Association (AWWA): a. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 4. NACE International (NACE). ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section O1 33 00. 24 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 25 specials. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 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) Thcrmitc wcldin� malcrials 4) Bond Wire 5) Weld Caps � 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly identify the item proposed. B. Test and Evaluation Reports 1. Record results for the Post-Installation Thermite Weld Inspection and submit to the City far approval prior to backfilling. 2. Record results for bonded joint testing and submit to City for approval prior to backfilling. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of 8 1 3. Record results for the continuity test for casing to carrier pipe and submit to the 2 City far approval prior to backfilling. 3 1.7 CLOSEOUT SUBMITTALS 4 A. Test results for electrical continuiry, flange isolation and casing to carrier pipe isolation 5 shall be submitted to the City. 6 B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 14 15 16 17 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. 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. Bondin� across bell & spi�ot ioint assemblies d. Theimite Weld Materials e. Char�es and Molds- Thermite molds and char�es shall be used. Char�es and mold size shall be as specified bv Erico, Thermoweld or approved equal, for the specific surface confi�uration. f. Weld Cans/Coatin� Weld Coatin�- �. Coatine for welds shall be Kop-Coat as manufactured bv Carboline or Rovston Handv Caps (caps prefilled with mastic) or approved equal h. Weld Can- The coated weld shall be covered with a nlastic weld cap. i. Bond Wire 1) Bond wire shall be 7 stranded copper cable, #2 AWG with THHN insulation, minimum leneth 18" per bond. k� - C. Flange Isolation CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1 2 3 4 Required applications of dielectric flange isolation assemblies include, but are not limited to, selected locations where new piping is mechanically connected to existing piping. 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 certi�ed g. A minimum of 800 volts/mil dielectric strength is required. h. Flange shall seal for the test pressure without leaking. Sleeves a. Provide full length mylar sleeves. Washers a. Provide double G-10 washer sets. 17 D. Casing Spacers 18 1. For piping installed in tunnels or cased crossings, install casing spacers between the 19 piping and the casing or tunnel liner to provide electrical isolation in accardance 20 with Section 33 OS 24. 21 E. Casing End Seals 22 1. See Section 33 OS 24 for casing end seals. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 31 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION 29 30 31 32 33 34 35 36 37 38 39 40 41 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 j oints. 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 ineasurement. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 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 insta112 continuous straps 180 degrees apart longitudinally along the pipe. 1) These straps must maintain electrical continuity between metallic components. a 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 inechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity. 24 B. Preparation of Steel Pipe for Bonding 25 1. Bonding wires are not required for welded steel pipe. 26 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint 27 as shown on the Drawings. 28 29 30 31 32 1. Electrical bond wires are to be a minimum No. 2AWG, 7 stranded, copper cable with THHN insulation. 33 2. Remove 1 inch of insulation from each end of the bond wire. 34 3. Thermite weld the bond wires to the pipeline. 35 4. Provide the minimum number of bond wires as shown on Drawings for steel or 36 ductile iron pipe. 37 38 39 40 41 42 43 3 C. Preparation of Ductile Iron Pipe for Bonding 1. Install insulated bond wires as shown on the Drawings. D. Electrical Bond Wires E. Electrical Bond Clip 1. Weld 3 ASTM 366 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 continuiry regardless of small deflections of finished j oints. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6 of 8 1 3.4 INSTALLATION 2 A. Installation of Electrical Continuity Bonds by Thermite Welding 3 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 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 e�osing clean, oxide-free copper for welding. 4) Select proper size thertnite 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 Stopaq CZ weld coating and protective cap. 4. Post-Installation Thermite Weld Inspection a. Contractor is responsible for all testing. b. All testing is to be performed by or under the supervision of certi�ed 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 connecrions 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-7 JOINT BONDING AND ELECTRICAL ISOLATION Page 7 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 � 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 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 OS 24. D. Installation of End Seals 17 1. End seals shall be installed in accordance with Section 33 OS 24. 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 22 23 24 25 26 27 28 29 30 31 32 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 tertninal 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 . 33 4. A joint is considered electrically conrinuous if the "on" and "off potentials are the 34 same on either side of the joint under test. 35 5. This same procedure shall be used to test individual isolation joints except that the 36 joint is considered effective if the pipe-to-soil potential is not the same when 37 measured on each side of the joint when the test current is "on". 38 6. Record results and submit in accordance with this Specification. 39 40 41 42 B. Casing to Carrier Pipe Isolation Tests 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 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] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 2.2.0 - Modified material specifications far gaskets, sleeves and washers �..���` i S�P�E' OF 7 f-,�.q���l j . r � ''•. + 1� %. � i ..................... :.'.. �/ j JAMES P CONGER � � ...:.......................... � �/ y�. 155568 ���i� ,�1�'^�rs�!CENSE�: V���� ,`���������� � � ��— Byjcongeraf3:19:10PM, 12/fI/2025 Changes made for 30" Northside Water Main CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 330411-1 CORROSION CONTROL TEST STATIONS Page 1 of 8 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 SECTION 33 04 11 CORROSION CONTROL TEST STATIONS A. Secrion Includes: 1. Test station materials and installation requirements, as shown on the Drawings, at: a. �,..-o;,.� � �o,;��iaooc�sgs a_Cased crossings b. Below-grade pipeline electrical isolation joints c. Ma�ncsium anodc bcd 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 a 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 Ciry of Fort Worth Standard Specification 1. �. Updated for proiect 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. Secrion 33 04 12 — Magnesium Anode Cathodic Protection System 28 1.2 PRICE AND PAYMENT PROCEDURES 29 30 31 32 33 34 35 A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Cathodic Protection construction. 2. Payment a. The wark 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. 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this Specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end of this 40 Specification, unless a date is specifically cited. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-2 CORROSION CONTROL TEST STATIONS Page 2 of 8 1 2. NACE International (NACE). 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section O1 33 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 8 9 10 11 12 13 14 15 16 1.7 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 CLOSEOUT SUBMITTALS 17 A. Structure-to-soil potential data shall be submitted to the City. 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Certifications 21 1. Provide manufacturer's certifications that all components of the corrosion control 22 system meet the requirements of the Contract Documents. 23 a. The certification shall reference the applicable Section of the Specifications and 24 the applicable standard details. 25 B. Inspection 26 1. The City may, at its own cost, inspect the Cathodic Protection materials prior to, or 27 during, installation. 28 29 30 31 32 33 34 35 36 37 38 39 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 Ciry at the Contractor's expense. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-3 CORROSION CONTROL TEST STATIONS Page 3 of 8 1 1. Coordinate the delivery of test station materials. 2 B. Storage and Handling Requirements 3 1. Secure and maintain a location to store the material in accordance with Section O1 4 66 00. 5 C. Packaging Waste Management 6 1. Dispose of waste materials properly and remove from job site after installation is 7 complete. 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED [ou] OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Flush Mount Test Stations 14 L Test stations shall consist of test wires, a terminal head and a traffic box as shown 15 on the Drawings. 16 2. The terminal head shall be a 7 terminal `Big Fink" as manufactured by Cott 17 Manufacturing Company or approved equal. 18 3. The test station shall be installed in a 24-inch x 24-inch x 6-inch concrete pad. 19 4. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast 20 iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved 21 equal. 22 5. Install a marker sign adjacent to all flush-mounted test stations. 23 �. n t�,,.,o r�..,,ao fro�* c.,,.;,,�� 24 i. A��o�� ..�.,�:,,,, 1„ ..�;,,.�,� ..,L.o,-o fl1.��'1 S�.1Pl�o,7 ��,-,,,.r,,,-o� ,. „r l.o ; ��,.11o,] 25 ���a^► �lw�w�i�gz��Y�.,� o..,,a� •��• �•,,•_oi�aa:�Jl tia u�3, ��1 �J�a� 26 , , �. ic�^ninicni�c� 2% i. T�cu✓l'./Yl L1�1,�� 11 ���Yi�l�l ���1� �llll�� '�7 li�'11�1F.,,.�,,.-0.7 1... (`..+� 28 �v��H�ii3� CI C�9't� �--�i� 29 �. ���g-����s� s��on �'�11 b, ,r �.oa „ ., c c „+ io.,,..�. ,.� � ;.,,.i, a;,,...o.o.- 30 rr�� ,- :�..,�. �i.,�+;,. ,. „a.,:.✓:n �c�al�� � 31 „� � ;�,.�, ,a:.,ri,o�o.. ,. ..o.o xiioa ,..,i. ., �o,a ��ooi ,. �a,,;� :,, i,.., .. „i.,.;,,� 32 �^ ^� 33 4. T'�� *�^* �•^•:crr: zl�all k� ir�t^"��' ^a;^^��••��.a�m��• ��if czrail����e� 34 . 35 , rF o.,r„�va .� ..-.,��:,. ,;ao ., � „�,.:�.io �.,.�o F .-.o�. �..,.;,,� ," 'rtio r.o,.:,,,. ,.�.i.o .o�. �..,.;,.,. ,. � i �.v �;iioa a,.o o�. ,. o.o 36 �. ~1k�t�^�� „�� I��tJn- 37 .,�.o.- ��.o :,,�..,ii„�;,,,, „�.�.o �o�� .,�a �.,..,a . 38 6. 'r�.o .o�. �«,,.;,.� ,. �a,,;. ..�.,,ii �.o ;�...,.iioa . ,;�.1^► a �'I ;t�a'� t'1 ft�,.i. ., � ; ,.�. ,. ,.o.o 39 � 40 EB. Permanent Reference Electrodes CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-4 CORROSION CONTROL TEST STATIONS Page 4 of 8 1 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double 2 membrane ceramic cell in a geomembrane package as manufactured by Corrpro 3 Companies, Inc. or approved equal. 4 2. Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of 5 suitable length to attach to the terminal board of the test station. 6 �C. Test Station Lead Wires 7 1. Test station lead wires of all sizes shall have TW, THW, ar THHN insulation as 8 shown on the Drawings. 9 2. Insulation type shall be colar coded based upon connection to underground 10 structures. 11 a. Protected pipeline: white 12 b. Foreign structures: red 13 c. Steel casings: yellow 14 d. Permanent reference cells: blue 15 e. Anode header cable: black (HMWPE) 16 £ Unprotected or existing pipeline: black (HMWPE) 17 3. Test station lead wires shall be terminated on the test station terminal board 18 utilizing crimped on solderless ring terminals. 19 4. All terminal boards shall be wired by the installer as shown on the Drawings. 20 �D. Thermite Weld Equipment 21 1. Charges and Molds 22 a. Weld charges and mold size shall be specified by the manufacturer for the 23 specific surface configuration. 24 b. Use only the correct charges for the specific application. 25 c. Welding charges and molds shall be Erico, Cadweld or Continental Industries 26 Thermoweld. 27 2. Weld Caps/Coatin� Weld Coatin�- 28 3. Coatin� for welds shall be Kon-Coat as manufactured bv Carboline or Rovston 29 Handv Caps (caps prefilled with mastic) 30 4. Weld Cap- The coated weld shall be covered with a plastic weld cap. 31 + i,a . •.i, c+��� � � 32 . E�PP��� �� � CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-5 CORROSION CONTROL TEST STATIONS Page 5 of 8 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 APPLICATION / INSTALLATION 8 1. Install test stations at each of the locations scheduled on the Drawings. At a 9 minimum, test stations are required at each of the following locations: 10 a. At all majar underground metallic pipeline crossings 11 b. At all cased crossings and tunnels (both ends) 12 c. At all underground isolation flanges 13 d. At all magnesium anode ground bed locations 14 B. General 15 1. Install test stations at locations indicated on Drawings. 16 a. If a flush mounted test station is not feasible in a particular location, then an 17 above-grade test station may be used, subject to approval by the City or its ] 8 designated representative. 19 2. Use continuous test station lead wires without cuts ar tears in the insulation. 20 3. Locate test stations as indicated on Drawings, as close to the pipe as possible. 21 a. If the pipe is installed under a road, place the test station at the curb for easy 22 access. 23 4. Attach test lead wires to the pipe by thermite welding. 24 5. Attach test wires to the pipe prior to backfilling. 25 6. Use color coded test wires as indicated on the Contract Documents. 26 7. Wire test station terminal board configurations as shown on the Drawings. 27 8. At foreign pipeline crossing test stations: 28 a. Notify the owners of the pipeline and obtain permission before the test leads are 29 connected to their pipeline. 30 b. The foreign pipeline owner should have a representative present. 31 a Contractor shall not install lead wires or bond wires on foreign pipelines. 32 d. If foreign pipeline owner refuses test leads connected to their pipeline, then 33 document owner's refusal and install potential test station on water main. 34 e. Document the owner's contact name, phone number, email address and date of 35 contact. 36 £ Submit documentation to the Ciry or its designated representative. 37 C. Flush-Mount Test Stations 38 1. Install as shown on the Drawings. 39 2. Sufficient slack shall be coiled beneath the test station to allow for soil settlement 40 and to prevent damage to the leads during backfilling. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-6 CORROSION CONTROL TEST STATIONS Page 6 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 3 4 a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. Install with permanent copper sulfate reference electrodes where indicated on the Drawings. a. Install permanent reference electrode approximately 6 inches from the pipe. b. Compact native soil by hand around the electrode. c. The balance of the backf'ill shall be select granular backfill material. d. Saturate the backfilled permanent reference electrode with 5 gallons of water. Set test stations installed outside areas of permanent paving materials in a Portland cement concrete pad. a. The concrete pad shall be a minimum of 24 inches square and no less than 6 inches thick. . . . is �. �'£7%ICJ� CI�,`I', ,...,,lo �o�� ��.,�:,,..� .�,1,Q"� Q� �UG�: i�,.,,,.���'.�`�1`�'S 00.P[�L�� 16 �6E3�€E� 17 �. Ja6 cv:,a i,,,.,,�;,.., „�.,i..,,, o ...,ao .o�. ��.,�;Ct:cirlr.rJ> >.., ., ,oa �... ��,o r;... ,. ;.� 18 ,�o „�oa .- �..,.;. o 19 �. ��ti�t�.t�utr�i� [a,a:.,,.o�� �„ „ ,,. ��..,,,..,,..o �e��„ji.7e�e�}i€ � , 20 cr�iL.J� � . 21 4. r,,:i �„�x,. �� �i.,�'„°�,�-�ath tis� �v�� �..,�:,,., �„ .,n,,.., F.. ,,:i �o.ao,.,o„� .,�a .,, 22 23 �goui a ?/I ir�a'� 1 ✓I ir��,� � ti : ,.�, ,. ..o�o ,,.,,a .,� ,....,,ao ., �a ��,o �o�� �..,�;,.� 24 � 25 . 26 U..,-rl�„`1 .. „r .. .-�r� �,.��,"� 1iY"r.,ll.,r;.,,, �,Frl,., r��r �+.,r;�,.,� . 27 �D. Test Lead Wire Attachment 28 1. Attach test leads to the pipe by thermite welding directly to the pipe on steel and 29 ductile iron pipelines as shown on Drawings. 30 a. See Drawings. 31 2. The pipe to which the wires are to be attached shall be clean and dry. 32 33 34 35 36 37 38 39 40 41 42 43 44 3. When connecting directly to the pipe, use a grinding wheel 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-7 CORROSION CONTROL TEST STATIONS Page 7 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 3.5 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 c*".,�,,, �'� *".��� bitumastic coatin� and protective cap. �E. 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. REPAIR / RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL 16 A. All test stations shall be visually inspected during the final walk through. 17 18 19 20 3.8 21 22 23 24 25 26 27 28 29 30 31 B. Materials or installation wark 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. SYSTEM STARTUP A. Commissioning 1. Native state structure-to-soil potentials shall be acquired along the water main and submitted to the City. : 32 C 33 D 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 isolatars and casing spacers. Contractor is responsible for all testing. All testing is to be done by or under the supervision of certified NACE personnel. 34 E. Recard results and submit in accordance with this Specification. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-8 CORROSION CONTROL TEST STATIONS Page 8 of 8 1 2 3 4 5 6 7 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE A. Refer to Section 33 04 12. 314 ATTACHMENTS [NOT USED] 8 9 DATE 12/20/2012 10 END OF SECTION Revision Log NAME SUMMARY OF CHANGE D. Johnson 2.2.D.2 — revised insulation color coding ....�� i S�P'�E' OF 7 f,f.�S�11 i *:' ''•,* Ij i.: ' / ...:.....................::.`.. j j JAMES P CONGER � � ... ......................: ... � �l y�. 155568 �4,�i (� �<'f; •! fCENSE�� V���� ,l``������� ��_ � �� By jconger af 3:19:55 PM, 12/12/2025 Changes made for 30" Northside Water Main CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-1 MAGNESIUM ANODE CATHODIC PROTECTION Page 1 of I1 1 2 SECTION 33 04 12 MAGNESIUM ANODE CATHODIC PROTECTION 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 1.2 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 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. �. Weight and size of anodes defined 2. Test Stations defined for Flush versus above �rade 3. Depth and location of anodes defined for proiect specifics 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 OS 26 — Utility Markers/Locators PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measure a. Measurement for this Item shall be by lump sum: 2. Payment: a. The work performed and materials furnished in accordance with this Item shall be paid for at the lump sum price bid far "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 £ Field welding g. Connections h. Adjustments i. Testing j. Clean-up k. Start-up/Commissioning CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of I 1 1 1.3 REFERENCES 2 A. Abbreviations and Acronyms 3 1. AWG: American Wire Gauge 4 2. CSE: Copper/Copper Sulfate Reference Electrode 5 3. HMWPE: High Molecular Weight Polyethylene 6 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 B. Defnitions 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 reducrion 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 mctal 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. 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 protecrion design 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 ineasurement and is used to measure the relative potentials of other electrodes 19. Stray Current: Current flow through paths other than the intended circuit. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of I 1 1 20. Voltage: Electromotive force or difference in electrode potential expressed in 2 volts. 3 C. Reference Standards 4 1. NACE International (NACE). 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section O1 33 00. 8 B. All submittals shall be approved by the City prior to delivery. 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 10 11 12 13 14 15 16 17 18 19 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 £ Weld Coatings 20 1.7 CLOSEOUT SUBMITTALS 21 22 23 24 25 26 27 28 A. The results of all testing procedures shall be submitted to the Engineer or the City far 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. 29 C. Provide written documentation from the Corrosion Control Engineer of any deficiencies 30 discovered during the post installation inspection. 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 34 35 36 37 38 39 A. Quali�cations 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, upon request 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of I 1 [1 2 3 4 5 110 DELIVERY, STORAGE, AND HANDLING A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section O 1 66 00. 6 C. Packaging Waste Management 7 1. Dispose of anode and thermite weld material packaging properly and remove 8 from the job site after installation is complete. 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER-FURNISHED �ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 13 14 15 16 17 18 19 2.2 MATERIALS A. Sacrificial Anodes - Magnesium 1. Magnesium Anodes a. Use high potential prepackaged Magnesium Anodes. b. The metallurgical composition of the Magnesium Anodes shall conform to the following: Element A1 Mn Cu Ni Fe Other Magnesium 20 21 22 23 24 25 26 27 28 29 30 31 Content (%) 0.01 0.50 to 1.30 0.02 Maximum 0.001 Maximum 0.03 Maximum 0.05 Each or 0.3 Maximum (Total) 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 backfill 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of I1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2) Powdered bentonite: 20 percent 3) Anhydrous sodium sulfate: 5 percent 4) Have a grain size backfill such that 100 percent is capable of passing through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. d. Completely surround the anode with the backfill mixture within a cotton bag. e. For cast magnesium ingots, the required weight of backfill shall be as follows: Anode Weight (Pounds) 17 20 32 40 48 60 Backfill Weight (Pounds) 44 50 58 65 48 70 Total Weight (Ponnds) 61 70 90 105 96 130 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 of THW insulation. 5. Lead Wire Connection to Magnesium Anode a. Cast Magnesium Anodes with a 20-�;au�c galvanized steel core. b. Extend 1 end of the core beyond the anode for the lead wire connection. a Silver-solder the lead wire to the core and fully insulate the connection. B. Splicing Tape 1 2. 21 C. Crimping Lugs 22 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be 23 copper compression crimpit Catalog No. YC10C10 as manufactured by Burndy, 24 or approved equal. 25 26 27 28 29 30 31 32 33 34 35 D. Anode Header Cable Tape used for covering anode lead wire to anode header cable connections shall be 2layers of Scotch 130C rubber splicing tape, then 2 layers of Scotch 88 vinyl electrical tape as manufactured by 3M Scotch, or approved equal. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, or approved equal. 1. Anode header cables routed between the anode groundbed and the test stations shall be #8-19 AWG stranded copper conductors with type HMWPE insulation (black). E. Anode Test Stations 1. Test stations shall bc flush mountcd offsct as idcntificd on thc Drawin�s and consist of test wires, a terminal head and a traffic box as shown on the Drawings. Test Station comnonents are defined in Specification Section 33 04 1 1. �2. The terminal �head shall be a 7 terminal NM-7 Bi� Fink test station �as manufactured by rD To�+ cor�,:�o� Cott Manufacturin� -or approved equal. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of ll 1 2 3 4 5 6 �3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc, or approved equal. �4. If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 4.5. Install a marker sign adjacent to all flush-mounted test stations. 7 F. Shunt 8 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by 9 Holloway, or approved equal. 10 2. There shall be at least 1 shunt in each Magnesium Anode test station. 11 G. Test Lead Wire 12 L Test station lead wires shall be #12 AWG stranded copper cable with type TW, 13 THW or THHN insulation, white � in color. 14 H. Permanent Reference Electrode 15 L The permanent reference electrode shall be a copper sulfate Permacell Plus 16 double membrane ceramic cell in a geomembrane package, as manufactured by 17 Corrpro Companies, Inc., or approved equal. 18 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded 19 copper wire with blue HMWPE insulation of suitable length to attach to the 20 terminal board of the test station. 21 22 I. Marker Sign � 23 1. Provide marker sign in accardance with Section 33 OS 26. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED� 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 31 32 33 34 35 36 37 38 39 3.4 INSTALLATION A. Installation of Sacrificial Anodes 1. Placement a. Each anode shall be installed vertically in a 12-inch diameter hole with the top of the anode at the same elevation as the midline of pipeline e�r�rmaintaining the�= 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 pipeline right-of-way- easement. 2. Augured Hole CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of I 1 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 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 � 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 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 backiill. 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 oCCorrosion Coupon l. Location a. Tnstall 1 Corrosion Counon at each anode �round bed. b. The Counon shall be within 6 inches of the nipe awav from the anode bed at ptpe Cl0pi11. c. Prepare and install the corrosion coupon in strict accordance with the manufacturer's recommendations. 2. Placement a. Place the corrosion coupon in the same ditch with the water line and carefullv covered with the same soil as the pineline backfill. 3. Lcad Wire a. Protect the corrosion coupon wire durin� backfill operations and route to the test station alon� with the water line test leads and anode �round bed cables. 4. Corrosion Counon Material a. Coupon Material selection to be made based on Pineline Material. 1) Ductile Iron - MC Miller COU200-F ar approved equal. 2) Carbon Steel — COUI 00-F or approved equal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 330412-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of I1 2 3 4 5 6 7 8 9 10 11 12 l3 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 3) Bar Wrappcd Concrctc — COU 100-F or approvcd cqual ED. Installation of Wire and Cable 1. 2. 3. 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. Anode Header Cable a. Each anode lead wire shall be connected to a#810 AWG/HMWPE header cable which shall be routed into anode test station. a. b. 4. a. b. 5. Anode Lead Wire to Header Cable Connection Each anode lead wire to header cable connection shall be made using a copper compression connector. Each connection shall be taped using double layer rubber tape; followed by doublc lavcr vinyl tape and coated with Scotchkote electrical coating as shown on the Drawings. Anode-to-Pipeline Connection Connect each group of anodes to the pipeline through a test station as shown on the Drawings. A 0.01 ohm shunt shall be used to connect the anode header cable to the pipeline as shown on the Drawings. 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. �E. Test Lead Wire Attachment 1. 2. 3. a. 4. 5. a. b. c. 6. Test lead cables shall be attached to the pipe by thermite welding. The pipe to which the wires are to be attached shall be clean and dry. A grinding wheel or filc shall be used to remove all coating, mill scale, oxide, grease and dirt from the pipe over an area approximately 3 inches square. The surface shall be cleaned to bright metal. 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. Charges and Molds Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. Care shall be taken during installation to be sure correct charges are used. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such materials. 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. 43 7. The metal disk shall be placed in the bottom of the mold. 44 8. The cap from the weld charge container shall be removed and the contents 45 poured into the mold. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of ll 1 2 3 4 5 6 7 8 9 10 11 12 l3 14 l5 16 17 18 19 20 21 22 23 24 25 26 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 bitumastic coatin� and pt-otective cap; Rovston Handi-Cap , or approved equal. �F. Flush-to-Grade Anode Test Stations 1. Flush-to-grade anode test stations shall be installed as shown on the Drawings.- and as defined in Specification Section 33 04 11. -�2. �3. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. �4. 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 thc tcst station box to allow far withdrawal of the terminal board a minimum of 12 inches above the top of the concrete pad for test purposes. �G. Post Installation Backfilling of Cables l. General a. During the backf'illing operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity. 27 3.5 REPAIR 28 A.Cut wires shall be spliced by using a copper compression connector. 29 1. The connection shall be completely sealed against moisture penetration by the 30 use of rubber tape, vinyl tape and Scotchkote electrical coating. 31 B. Damaged or missing test station components shall be replaced by equal components. 32 3.6 RE-INSTALLATION [NOT USED] 33 3.7 FIELD QUALITY CONTROL 34 A. Field Tests and Inspections 35 1. All components of the Cathodic Protection System shall be visually inspected by 36 the City prior to commissioning of the system. 37 3.8 SYSTEM STARTUP 38 A. General 39 1. The Cathodic Protection System shall be inspected, energized and adjusted 40 (commissioned) as soon as possible after the Cathodic Protection equipment has 41 been installed. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 04 12-10 MAGNESIUM ANODE CATHODIC PROTECTION Page 10 of 11 1 B. Equipment 2 1. All Cathodic Protection testing instruments shall be in proper working order and 3 calibrated according to factory specifications. 4 C. Commissioning 5 1. The commissioning of the Cathodic Protection System shall be performed by, or 6 under the direct supervision of, the Corrosion Engineering Firm qualified to 7 verify compliance with this Specification and with the referenced corrosion 8 control standards set forth by NACE International. 9 D. Method 10 1. Measure native state structure-to-soil potentials along the water line using the 11 permanent reference electrodes at each anode test station and a portable reference 12 electrode at all other test stations and at above grade pipeline appurtenances. l3 2. Measure close interval, native state structure-to-soil uotentials alone the water 14 lines at utilizin� portable reference electrodes at intervals not exceedin� 3' alon� 15 thc cntirc routc. 16 �3. Energize the Cathodic Protection System by connecting each Magnesium Anode 17 groundbed to the pipeline lead in the test station junction box by means of a 0.01 18 ohm shunt. 19 �4. Record each anode groundbed current using the shunt. 20 4.5. Allow sufficient time for the pipeline to polarize. 21 6. Adjust, if necessary, the Cathodic Protection current output in each anode test 22 station to satisfy calhodic protcction critcrion as cstablishcd bv NACF./AMPP 23 Intcrnational standards: 24 a. Ductile Lron and Carbon Steel Pipelines: 100-mV polarization shift criterion or 25 the -850 millivolts-CSE polarized potential corrosion protection ^����� 26 0,...,i.i:�t,o,a �., �,nr❑ i��o.....,�;rl[�1 [�'[�n�s 27 �b. Concrete Coated Pipeline: -100-mV polarization shift criterion or the -850 28 millivolts-CSE polarized notential. If the instant-off of reinforcin� steel is - 29 850millivolts-CSE but less ne�ative than a-1000 millivolts-CSE, the 30 reinforcin� steel is protected. 31 �7. Record all final current outputs measured at each test station. 32 �8. Verify that all electrical isolation devices are operating properly including flange 33 isolators and casing spacers. 34 �9. Verify that interference does not exist with foreign structures. 35 �10. Perform joint tests with owners of the foreign structures (if any) and 36 mitigate any interference detected. 37 �11. If necessary, install resistance bonds to mitigate interference. 38 �12. Interference testing coordination with the owners of foreign structures is 39 the responsibility of the Cathodic Protection tester. 40 E. Verification and Responsibilities 41 1. Contractor shall correct, at his expense, any deficiencies in materials or 42 installation procedures discovered during the post-installation inspection. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 04 12-11 MAGNESIUM ANODE CATHODIC PROTECTION Page I 1 of 11 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 313 MAINTENANCE [NOT USED] 6 314 ATTACHMENTS [NOT USED] 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8 ....�� �,�p�E OF TF�q��1 iS:• •.J` � �r.' � '.+1) %..*.:........ GV........::.*.. % j JAMES P CONGER � � ... :......................: ... � �/ ��. 155568 �4,�f �1 �•^�•.C/CENSE�•'��4'f 1��\SS�ONP,L EN�� �������� � � �� By jconger at 3:20:41 PM, 12/12/2025 Changes made for 30" Northside Water Main CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 0 w � 0 0 �v�reov Ric E<scucN. N s PRo�os�o �o� PAo�E�;°,oR �"` n.. oF FOR. �A.H . No. zo:z000s e�,�cAn.. �A�� . �o.z` �Ns,. Ho. zozso<es9 ��oaa.w.�.. s, oPwwc.. r__ ___�..�^_'___________________T____________________' cr �.kx n S a5°�J'S�' E 1 +azas xs ry wn 1 1 oP�a�fir'.00 ._'. xs�v� c 1 ru.uwe i�o aow- � o � .a . M„ o +00 J+00 a+00 _S+OOoaz�s6+00 ]+00 8#00 9+00 Wp EO+OOE E i+00 �2+00 t3+00 h� � «oo Y 1 E� __ "�_ _ _ —_ ��i'� §��``� t��:.= - '�i"Mps '_ _. .' _ — . - °� n� e . . � : . . . � su �.w.ss xs iv we�ca ��. � �-----• �t.l�9a�.5.�, -- --------------i'F/fGCE PARRW.�V� ------- aEax ��ogo b ..,� Mu� IFUTUREI � �c izsaiwszxs iv wni[rtl ��i pl �TMOG 3� I•poL x rzao vnTM cnv�y� � f7�5p y1( � !4 gpg I _� i s3 r/�i`e�k.�� naoc,e.,< eso.sa �"�lAav Aoo �w c P rc����a sE�i I ' � � � Eo �' ��� �i[R Mninl / 1 0&: -'�k�-i __ — — — ��o ii i ~—+ ao i ' _ o `:z„9 ` ��` �x 2%. Op za.[ auilERRx vaLK `,� Jx F ..��� ���� \ I[ zwoa�i �� N �v wn / y� c.�s.�Nc .o ..�cn case�. Q v� ¢rv.� � , ______ w/a�Pc 2 � 4� (FUTUREI Pa osEo 5v w.,�a E.sE�Ex, ��. W J � � --a----- FA1;l,Fr�A1ilFWAY— ���� a�•,Faa. a0 ------------- w..�WW.r----------� � --zr.ea---------- --- � ---- — � ------------ ��E .«Es� � i i aM sa� i ��naE ��o Aow � � � zs, ` � � � °° zs.ao o �� i o � o 'za��� i��'DO 28+00 29+00 J0+00 31+ J2700 33+00 34+00 'i5+00 3fi+00 3J+00 38+00 39+00 40MB� 41+00 42+00 43+00 44+00 45+00 46 0��D ; 0 � . . . . . — — ' �`—'�-- _ —,': ; .:. - - . . . � I 1 1 1 I 1 1 II � � vRavosco �o' wn*cr+ uaiH � Pr+oaosEo 30' o-w°is'oo' ��� su xe+oi.a xs ry wnrew ' eurrzRr�r vn�� _ srn �s�ao.sz Hs ry wn¢x I� ������������eh6e`� ��������� {���������������� �������������������i���������� wFwwoiD�iKiw.iaau ���������J c��.�m.un e� s*nrvonRo B�ow orF E-zwzs�a.�o cH (er [as� I .. w... II ... . o, i `P�E,OnF�JFk9�1 j .5`� p[7 ':�. �1 I _ i.!.F:.......�V........f:.:.j > o j JAAIES P CONGER � � . q ....................... ... � l� y. 155568 i�ef �Il;fy:S�CENSE��-��� T / G Gr ? �� ���:�� ' � ` o er, o s=.a�++.+z.�sa.x.rviv:ozs � 2025.12.15 A FM. vN �� ISSUEDFORCONSTRUCTION � A��` �k "o°°' OPROJECT LOCATION - OVERALL PLAN � CITY OF FORT WORTH ANODE STATION SHEET TEST STATION N0. 1 5+00 02 2 14+00 03 3 23+p0 06 4 33+00 O6 5 42*00 0] ISOLATION STATION SHEET I TEST STATION N0. I 1+00 02 I 2 46t00.92 01 I CASING STATION SHEET I TEST STATION N0. � 21+85 04 I 2 22+45 04 I PROJECT LOCATION - OVERALL PLAN 500' F. M�rPn� V Nava PRo,Ec.No �scue 1" = 200' II eev ��EE,�o A �RpU30-B252026-C-001 �a 0 250' PD SCALE: 1" = 250'-0" �orrpro• oq 70751� 15 Rnwrvev APaawEoev V. Nava �LENroanw�HCNo J.Conaer c 0 � Q � O O IISOLATION FLANGE KIT 8 ISOL, FLANGE TEST STATION 1(STA LIN�SET MA% JR & BEVERLT INST. N0. J6410J O.P.R.W.C.T. ISOLAl10N VALVE: i6" GAIE VqLVE� \'TA 1+00 NS IV WAIER kEMOYE: -16' CAIE VAL�E �I IEGIN PROPOSED 30' WAIER MAIN NSTFLL -30"%I6' REDUCER I -}0� BUTiERRY VALVE h �AULT INCWDINC 30� PIPEl1NE I �CCE55 PER 0128 -isounor� FIAIJGE -isounor� �s* s*nnqu a[a — I �ETAIL ON SHEET 15 :ONNECT TO E%ISPNG 16' WAIER MNN J-10550'l�.28 -2]98104.44 PROJECT NO.rc104291 (UNOER CONSTRUCPON) �_ � �, � � CITY OF FORT WORiH - ' INSi. N0. 202504B69 � . O.P.R.W.C.i. g9 ' ��,� GiMGT ALPHA RANCH III, LLC INST. N0. 202200055 � � �. /y � O.P.R.W_C.T. w, ��> �/ � STR 1+19.]8 NS IV WIAIER INSTALL: 1 UiILITY MARKER PER ]3 05 26 1-30' 45° BENO, BLOCKINC Cn45°00'00' LT N�]05505].52 ❑ . .:..�...'. � 229810{.52 -. � � - — ���T — — � PROPOSED }p' WAIER EASEMENT 2+G- '+0� �+G:, STR INST 1-U' 1-3( o-.� N-T 9s\ E�2: � - LEGEN� '� ANODE TEST STATION � cnsiNcrEslsrnTioN � �O ISOLATION FLANGE TEST STATION � � 30" WATERLINE (DUCTILE IRON/STEEL) O � 2025.12.15 A FM. vN �� ISSUEDFORCONSTRUCTION U q1EfY�YNMMoo) STA 4+64.25. 20.0' LT NS IV WAIER INSTALL 1-B'X6' PNCHOR TEE k GAIE VRLVE 1-B' MJ PLUC 11 LF 6' C900 DR14 PVC WATER MAIN o N-)05505].B1 � E-2298440.29 w O ANOOE TEST STATION 1 Z + (STA 5+00) Z � U RE EAGLE PARKWAV (BV OiHERS) � F 'f e+oo y _ � �V — — . � � W _ _ ;,+00 _ _ � 'r06� Z � Jo'y� _ krin Iqr�rq Ye• �* yi,��. .�d"rUt �MDTIUt .dY = _ , __ � . ��,.,.z � w �� � � � � NS IV WRIER STA 4+64.25 NS IV WAIER STA )+90 NS IV WRIER INSTALL: INSTALL: tNER PER 3� OS 26 1-30'%8� ANCHIX2 lEE h GATE VALVE 1-UPl1TV MMKER PER 33 OS 26 �:ND, BLOCK�NG 20 LF B' C900 DR14 PVC WATER MAIN �T EAGLE PARKWAY N-]05503].81 � E-22ggqqp,}� N=J055039.12 (FUTUREI E=2298]66.1] ANN LINDSEY REMILLARD �RAUDT INST. N0. 20D8-19J30 O.P.R.W.C.T. CTEST STATION INSTALLATION - PLAN 30" WATER TRANSMISSION MAIN EXTENSION . % tp�E.OF�jFX9,1 i ' � � � �'r 1�� .� i.! .::........ .. ........:':.".. j j JAAIES P CONGER � � . � ....................... ... � �� 0.., 155568 i�ef T / �1 f ��CENSf��'��� �u� 1, Sy:� •E�-� G er�cons�a� 1.tt.�1aM.1v1v1o15 ``` �����__ CITY OF FORT WORTH TEST STATION INSTALLATION PLAN STA 1+00 TO STA 8+00 NOTES- 1 THESE NOTES APPLV TO THE GALVANIC INSTALLATION SYSTEM THROl1GHOUT THE ENTIRE DRAW ING PACKA6E. 2 INSTALLATION INSTRUCTIONS HND DETHILS SHOW N ON THISDRAWING PACKAGEAREBASEDONINFORMATION PROVI�E�. HNV �EVIHTION THNT MAV BE REQIIIRE� �VE TO FIEL� CON�ITIONS OR UNFORESEEN APPURTENANCES,SHALLBECONVEYEDTOTHE CORRPRO DESIGN ENGINEER FOR CONSIDERATION AND ADVICE 3. TEST STATION LOCNTIONS SHOWN ARE SUGGESTED BASE� ON ON INFORMHTION PROV I�E�. ACTUAL TEST STNTION MHV BE MOVEO WITHIN THE SHOWN VICINITV. BUT THE ANODES, COUPONS 8 THERMITES W ELDS ARE TO BE INSTALLED AS PER THE DISTANCES FROM THE PIPELINE HS SHOWN ON THE INSTqLLHTION �RAWINGS 4 TEST STATIONS SHALL BE INSTALLED DIRECTLV OVER PROTECTEDPIPELINES WHEREVERP05518LE. WHEN FIELD CONDITIONS DO NOTALLOW FOR THIS, TEST STATIONS LOCATIONS SHALL BE FIELD DETERMINED AS TO SUR THE MOST FENSIBLE LOCATION 5 INSTALL ISOLATION FLANGE KITS AT THE BEGINNING AND THE END OF THE PROJECT PIPELINES TO PREVENT SHORTING WITH OTHER METALLIC LINES. 0 40' 80' �� SCALE: 1" = 40'-0" �orrprom oq 7075_1�_15 R"wrvev F_ MorPno nvaaweoev V. Nava cLiENroanwiHCNo V. Nava J.Conaer aemec. no ca�e 1" = 40' II eev �RpU30-B252026-C-002 S�EET�� �5 /`1 0 � Q � O O � `� � O PROPOSED 30' } WAIER EASEMENT � — a �8+00 y' _"" W�r �,�r_p�,- � '�� - _ , . �,�� u a _ _ � 3 z CiMGT ALPHA RANCH III, LLC INST. N0. 202200055 O.P.R.W.C.i. STR 11+)], 20.0' LT NS IV WA1FIt INSTALL: 1-16'%6' MJ TEE 1-6' RNCHOR CATE VALVE AND VAL�E 80% 1-FlRE HYORANT ASSEMBLY 1-18' MJ GWG 12 LF 6' C900 DR1� PVC WRTER MAIN N�J055060.88 E�2299148.04 12+3].09 NS IV WA1ER UTURE EAGLE PARKWAY (BV OTHERS) —� — � ���� ��i'� ,- l" r ,d �. �. �>��a��� � ���`� STR 11+]2 NS IV WAIER INSTPIL 1-30�X1fi' AIJ lEE 1-16' CAIE VRLVE AND VALVE N��055060.66 E�2299148.12 / INSTRLL: ANO�E TEST STATION 2I 1—Ulllltt MARKER PER 33 OS 28 (STA 14a00) N�JOSSOI0.90 REMOVE AN� REPLRCE 20 LF E�2299208.21 4' BARBE� VARE FENLE 15+00 ] ,,Vt� _��rU�, �r� Y!b_ ta+ rur _ Y� . iyi. �,`�1 � . � ho �%�'�� �� '�� � � � �� _ n ` \ \ EAGLE PARKWAY � (FUTUREI R=822:�s' ANN LINDSET REMILLARD �RAUDT INST. N0. 2008-19)30 O.P.R.W.C.T. - LEGEN� J ANODE TEST STATION � CASINGTESTSTATION � �O ISOLATION FLANGE TEST STATION � � � 30" WATERLINE (DUCTILE IRON/STEEL) � 2025.12.15 A FM. vN �� ISSUEDFORCONSTRUCTION U q1EfY�YNMMoo) CTEST STATION INSTALLATION - PLAN 30" WATER TRANSMISSION MAIN EXTENSION � ��E�, ' 1p�E`OF�Tfd.q�l !`S�� � �'r 1,� rHis ooc�uEN1 is F�arHEa sue�Ecr ro Au curereervrs, nw.aos oR ornEre corvoinorvs wnERE mE woRrc is ro ae ,� i..'.1 :....................::.'..�� snrE,rnmEssE.warHnEaEiry AaE uoi oocVMEn*Eo oR LocA*Eo j JAMES P CONGER j xo_*wswc�meNrisPReumiNaar.PRevu+eoroaauwi�owaawe.irvReuarvce �, q ....................... � rt�E �/� o�., 155568 ��Qi �-� �I� fS��CENSE�•���5 e � �i �z 3oam iv�snois �� S�ONAL E� � ri�o�se.a . . . ���..���r CITY OF FORT WORTH TEST STATION INSTALLATION PLAN STA 8+00 TO STA 16+00 NOTES- 1 THESENOTESAPPLVTOTHEGHLVANICINSTALLATION SYSTEM THROl1GHOUT THE ENTIRE DRAW ING PACKA6E. 2 INSTALLATION INSTRUCTIONS HND �ETHILS SHOW N ON THISDRAWING PACKAGEAREBASEDONINFORMATION PROVI�E�. HNV �EVIHTION THAT MHV BE REpIIIRE� �VE TO FIEL� CON�ITIONS OR UNFORESEEN APPURTENANCES,SHNLLBECONVEYE�TOTHE CORRPRO DESIGN ENGINEER FOR CONSIDERATION AND ADVICE 3. TEST STATION LOCNTIONS SHOWN ARE SUG6ESTED 6ASE� ON ON INFORMHTION PROV I�E�. ACTl1HL TEST STNTION MHV BE MOVEO WITHIN THE SHOWN VICINITV. BUT THE ANODES, COUPONS 8 THERMITES W ELDS ARE TO BE INSTALLED AS PER THE DISTANCES FROM THE PIPELINE HS SHOWN ON THE INSTqLLHTION �RAWINGS 4 TEST STATIONS SHALL BE INSTALLED DIRECTLV OVER PROTECTED PIPELINES WHEREVER P05518LE. WHEN FIELD CONDITIONS DO NOTALLOW FOR THIS, TEST STATIONS LOCATIONS SHALL BE FIELD DETERMINED AS TO SUR THE MOST FENSIBLE LOCATION 5 INSTALL ISOLATION FLANGE KITS AT THE BEGINNING AND THE END OF THE PROJECT PIPELINES TO PREVENT SHORTIN6 WITH OTHER METALLIC LINES. 0 80' 160' �� SCALE: 1" = 80'-0" �orrprom oq 7075_1�_15 R"wrvev F_ MorPno �E51GNEOeV V. Nava ��E�rcE�eY V. Nava naaawEosv � Conaer `�E"'oanwiHCNo aRo,ec. no ca�E 1" = 40' I REv/� �RpU30-B252026-C-003 S�EET�� �6 I /`1 0 � Q � O O � ��I� STA 18+28.21 NS IV WAIER PT ENp RAOIUS BY JOINT 06LEC110l� INSTALL 1—VilLltt MARKER PER 33 OS 28 N�J05483J.SJ E=2299152.16 00 ... ... __.. .... _ _ _ — . ANN LiNOSEV REMILLARD DRAUDT MST. N0. 200B-19J30 O.P.R.W.C.T. STA t9+J5 NS IV WATER INSTNLL: 1-30�%8' TNNCENIIRL lEE 1-8' STAN�ARD BLOW OFF ASSEMBLY PER D105 k VAULT PER D12] N�]054]39.61 � E-2299864.]4 � FUNRE EAGLE PARKWAV �(BY OTHERS) ' 18+00 / 19+00 tli20+0� N� � — �, EAGLE PARKWA Y NSTPLL 20 NS IV WAIER �' i-30� BUTIERRY VALVE k � (FUTUREI �AULT INCLUDINC 30" PIPEL O ACCESS PER D12B R=822.00' N�J054]09.91 E-2299898.61 ANN LIN�SEY REMILLARD �RAUDT INST. N0. 2008-19J30 O.P.R.W.C.T. STA 22+53.61 NS IV WAIER PC BEGIN RApIUS BY JqNT pERECT( 4�01°28'12' LT PER 20' JOINT INSTALL: 1—UPLItt MPRKER PER 33 OS 26 N—]05455fi.16 E�23000J4.43 � �: 2-5'X3' REINFORCED �` ETE BOX CULVERTS ✓�',«� L� 21+00 STA 21i INSTALL: BEGIN 3 48� STE N=]054 E�230q CTEST STATION INSTALLATION - PLAN 30" WATER TRANSMISSION MAIN EXTENSION — �ECENo J ANODE TEST STATION � cnsiNcrEslSrnTioN � �O ISOLATION FLANGE TEST STATION � � � 30" WATERLINE (DUCTILE IRON/STEEL) � 2025.12.15 A FM. vN �� ISSUEDFORCONSTRUCTION U q1EfY�YNMMoo) .� ��E�, ' Z,�PtE� F,rqS�t rHis ooc�mEN� is F�arHEa sueiEcr.o Au corvoinorvs nrvo sHnu nor e[ a[u[o �aory FOR rH[ �ocnrioN oF aNr �*iun[s, �.i ''•.��1 � i.! .::....................:':.:. j aaE No, oo��wEh.Eo oR �o�A.Eo sAFEr Ho.Es sE. Foa.H hEaE�N j JAMES P CONGER j xo_*wswc�meNrisPReumiNaar.PRevu+eoroaauwi�owaawe.irvReuarvce � ...:....................... ... ��l� ��. 155568 :�, � �'�E G �1�'`�fS���ENSC������"� �\ S�ONAL E� ' r� s =nviz.zsam.ivrvzoas ����..����� STA 23+65.01 NS IV WA1ER INSTALIL 1—Ui1lITY MMKER PER 33 OS 26 N=]054489.18 E=2300163.31 ANODE TEST STATION 3 \ (STA 23+00) \ I:II . --� ___ CITY OF FORT WORTH TEST STATION INSTALLATION PLAN STA 16+00 TO STA 24+00 NOTES- 1 THESE NOTES APPLV TO THE GALVANIC INSTALLATION SYSTEM THROl1GHOUT THE ENTIRE DRAW ING PACKA6E. 2 INSTALLATION INSTRUCTIONS HND �ETNILS SHOW N ON THISDRAWING PACKAGEAREBASEDONINFORMATION PROVI�E�. HNV �EVIHTION THNT MHV BE REpIIIRE� �VE TO FIEL� CON�ITIONS OR UNFORESEEN APPURTENANCES,SHALLBECONVEYEDTOTHE CORRPRO DESIGN ENGINEER FOR CONSIDERATION AND ADVICE 3. TEST STATION LOCNTIONS SHOWN ARE SUGGESTED BASE� ON ON INFORMHTION PROV I�E�. ACTUAL TEST STNTION MHV BE MOVEO WITHIN THE SHOWN VICINITV. BUT THE ANODES, COUPONS 8 THERMITES W ELDS ARE TO BE INSTALLED AS PER THE DISTANCES FROM THE PIPELINE HS SHOWN ON THE INSTqLLHTION �RAWINGS 4 TEST STATIONS SHALL BE INSTALLED DIRECTLV OVER PROTECTED PIPELINES W HEREVER POSSIBLE. W HEN FIELD CONDITIONS DO NOTALLOW FOR THIS, TEST STATIONS LOCATIONS SHALL BE FIELD DETERMINED AS TO SUR THE MOST FENSIBLE LOCATION 5 INSTALL ISOLATION FLANGE KITS AT THE BEGINNING AND THE END OF THE PROJECT PIPELINES TO PREVENT SHORTING WITH OTHER METALLIC LINES. 0 40' 80' �� SCALE: 1" = 40'-0" �orrprom oq 7075_1�_15 R"wrvev F_ MorPno oEs�a�Eoa. V. Nava ��E�rcE�eY V. Nava nvaaweoev � Conaer `�E"'oanwiHCNo aRo,ec. no ca�E 1" = 40' I REv/� �RpU30-B252026-C-004 S�EET�� �� I /`1 0 � Q � O O � `� ANN lINDSEV REMILLHRD ORAUDT INST. N0. 2008-19130 O.P.R.W.C.T. Q � w�ve� Ro�o � 24+00 0 � � ���_ � � o ?5y0p �� INO C.P. COMPONENTS THIS DRAWINGI `� __ ._ 26+pp � _ _. . 27+Oo � 28+00 29+00 - �ECENo J ANODE TEST STATION � cnsiNcrEslsrnTioN � �O ISOLATION FLANGE TEST STATION � � 30" WATERLINE (DUCTILE IRON/STEEL) 0 � 2025.12.15 A FM. vN �� ISSUEDFORCONSTRUCTION U q1EfY�YNMMoo) CAUTION! �! UNDERGROUND UTILITIES IN THIS AREA. CALL BEFORE YOU DIG. 1-800-DIG-TESS rPROPOSED .i0' WATER EASEMENT I REMOVE ArvD REPLnCE 20 LF 4' BARBED W1RE FENCE- 06.50', ._...,.,..\ '-"1 53.I3' � �.�3� STA ]2+53.61 \ iTA 28+0].01 __ - -- - STA 2Bt0].04 NS IV WAIER FUTURE EAGLE PARKWhV ENO RPDIUS BY JOINT DER£CTION - �- — � (BY OlHERS) INSTRLL 1-UIILITY MARKER PER 33 OS 26 EA GLE PARKWA Y N=]056361.69 Ea2}pp5g0.42 ANN LINDSEY REMILLARD DRAUDT '"5' "°. 2°°8-,9"° (FUTUREI O.P.R.W.C.T. OTEST STATION INSTALLATION - PLAN 30" WATER TRANSMISSION MAIN EXTENSION .�� i SSpSE��JFx9s��� uEnr i.: .,. /� ; .His ooc�uEN, is F�a,HEa sue�Ec,.o Au i ...:.....................:: �. � aaE No, oo��wEh.Eo oR �o�A.Eo j JAMES P CONGER � snrEirnmEssErwarHnEaEiry �,.A� .........................' _ rt�E /� y: 155568 •� i T I�.r'+(/CENSEO:`�`"S Iv C �fss�o.... E�G' r� a ni.iz.s�ara,�vivzozs ``���::�_= O O N M a 32+00� y W Z J U1� � Z �.i �� a M . .« C G CITY OF FORT WORTH TEST STATION INSTALLATION PLAN STA 24+00 TO STA 32+00 NOTES- 1 THESE NOTES APPLV TO THE GALVANIC INSTALLATION SYSTEM THROl1GHOUT THE ENTIRE DRAW ING PACKA6E. 2 INSTALLATION INSTRUCTIONS HND �ETNILS SHOW N ON THISDRAWING PACKAGEAREBASEDONINFORMATION PROVI�E�. HNV �EVIHTION THNT MHV BE REQIIIRE� �VE TO FIEL� CON�ITIONS OR UNFORESEEN APPURTENANCES,SHALLBECONVEYEDTOTHE CORRPRO DESIGN ENGINEER FOR CONSIDERATION AND ADVICE 3. TEST STATION LOCNTIONS SHOWN ARE SUGGESTED BASE� ON ON INFORMHTION PROV I�E�. ACTUAL TEST STNTION MHV BE MOVEO WITHIN THE SHOWN VICINITV. BUT THE ANODES, COUPONS 8 THERMITES W ELDS ARE TO BE INSTALLED AS PER THE DISTANCES FROM THE PIPELINE HS SHOWN ON THE INSTqLLHTION �RAWINGS 4 TEST STATIONS SHALL BE INSTALLED DIRECTLV OVER PROTECTEDPIPELINES WHEREVERP05518LE. WHEN FIELD CONDITIONS DO NOTALLOW FOR THIS, TEST STATIONS LOCATIONS SHALL BE FIELD DETERMINED AS TO SUR THE MOST FENSIBLE LOCATION 5 INSTALL ISOLATION FLANGE KITS AT THE BEGINNING AND THE END OF THE PROJECT PIPELINES TO PREVENT SHORTING WITH OTHER METALLIC LINES. 0 40' �� SCALE: 1" = 40'-0" �orrprom oq 7075_1�_15 R"wrvev nva oveoev V. Nava cLiENroanwiHCNo J.Conaer 80' F. M�rPn� V. Nava aemec. no ca�e 1" = 40' II eev �RpU30-B252026-C-005 S�EET�� �$ /`1 0 � � O O � `� STR 32+)9.41, 20.0' LT NS IV WpIER INSTALL: I-8'%6' ANCHq2 TEE @ CAIE VALVE 0 I-8' MJ PLUC O 1-FlRE HYDRNNT ASSEIABLY + 13 LF 6' C900 DR14 PVC WAIER MNN N=)054314.56 ME=2301055.05 Q 32+00 ANODE TEST STATION 4 F (STA 33+00) H - -- — — W . � v� . _ _ _ . Z __+G' " ��, — r — — — — x � a � �STA 32+]9.41 NS IV WATER INSTALL 1-30�%B' ANCHIXt lEE & GAiE VPLVE N�)054351.38 E�230105I.]9 - LEGEN� J ANODE TEST STATION � - �AS�N�TE5T5TAT��N � �O ISOLATION FLANGE TEST STATION � � 30" WATERLINE (DUCTILE IRON/STEEL) 0 � 2025.12.15 A FM. vN �� ISSUEDFORCONSTRUCTION U q1EfY�YNMMoo) MART JANE BENNETT VOL. 911, PG. 436 D.R.w.C.T. 35�G' C1MGT ALFHA RANCM III, LLC INST. N0. 20�2-95a5 O.P.R.W.C.T. STR 39+M.J4 NS IV WRTER INSTALL 1-UTl1TY MRRNER PER 33 OS 26 � FUNRE EAGLE PARKWAV 0 -PROPOSED 30' (BY ORIERS) N-J05134J.55 O wAiER EFSEMENT E-2301J14.0! a NNRE 2-6'%3' REINFORCEO CONCREIE BOX Q CULVERTS (BY OTHERS) — — — — q0+00� F — H _- � � � -,r.. _ _ W _ _ � _ I II.� � _ _ ��_00 _ _ '_ � _ . Z Vr % �il I �'YVr _ , vr,_ � �r rn�. J 111�� _ x . �,�.� 1 , ` � �� � - � �� — , --� . t1 — — — .wo. �,� � IIII � � ��� ���'������� a iiii � STR 16+4] NS IV WAIER STA 3]+0] NS IV WRIER � � INSTRLL: INSTALL: BEqN }0� WRIER IN ENO 30� WAIER IN 48' STEEL CASING PIPE 48' SiEEL CA9NG PIPE N=)054349.01 N=)054318.11 E=1301420.29 E=2301480.]B STA 34+]0 NS IV WRIER INSTALL: EAGLE PARKWAY 1-�0'%8' TANGENTAL TEE 1-8' STANDFRD BLOW OFF ASSEMBLV GER 0105 (FUTUREI & VAULT PER p121 N�)054351.68 E�]30120.1.31 CCTEST STATION INSTALLATION - PLAN 30" WATER TRANSMISSION MAIN EXTENSION � % rP�E.Of�TEX�1�1 Sr � '•.S �1 .� ,r.' :....................`: �. y j JAAIES P CONGER � �.q � .........................' � y. 155568 .��?� � o'•. T �_ �1'fy:S��EN5f0aG�1 d�,� `�:::::E: CITY OF FORT WORTH TEST STATION INSTALLATION PLAN STA 32+00 TO STA 40+00 NOTES- 1 THESENOTESAPPLVTOTHEGHLVANICINSTALLATION SYSTEM THROl1GHOUT THE ENTIRE DRAW ING PACKA6E. 2 INSTALLATION INSTRUCTIONS HND �ETHILS SHOW N ON THISDRAWING PACKAGEAREBASEDONINFORMATION PROVI�E�. HNV �EVIHTION THAT MHV BE REpIIIRE� �VE TO FIEL� CON�ITIONS OR UNFORESEEN APPURTENANCES,SHNLLBECONVEYE�TOTHE CORRPRO DESIGN ENGINEER FOR CONSIDERATION AND ADVICE 3. TEST STATION LOCNTIONS SHOWN ARE SUG6ESTED 6ASE� ON ON INFORMHTION PROV I�E�. ACTl1HL TEST STNTION MHV BE MOVEO WITHIN THE SHOWN VICINITV. BUT THE ANODES, COUPONS 8 THERMITES W ELDS ARE TO BE INSTALLED AS PER THE DISTANCES FROM THE PIPELINE HS SHOWN ON THE INSTqLLHTION �RAWINGS 4 TEST STATIONS SHALL BE INSTALLED DIRECTLV OVER PROTECTED PIPELINES WHEREVER P05518LE. WHEN FIELD CONDITIONS DO NOTALLOW FOR THIS, TEST STATIONS LOCATIONS SHALL BE FIELD DETERMINED AS TO SUR THE MOST FENSIBLE LOCATION 5 INSTALL ISOLATION FLANGE KITS AT THE BEGINNING AND THE END OF THE PROJECT PIPELINES TO PREVENT SHORTIN6 WITH OTHER METALLIC LINES. 0 40' 80' �� SCALE: 1" = 40'-0" �orrpro• oq 7�75.1�.15 R"wrvev F. Mnrann naaaweosv V. Nava cLiENroanwiHCNo V. Nava J.Conaer aRo,ec. no scuE 1" = 40' II REv/� �RpU30-B252026-C-006 S�EET�� �9 /`1 0 � Q � O O � `� � O + a y �ao+o W 2 J I � _� a ����� ` � - LEGEN� J ANODE TEST STATION � cnsiNcrEslsrnTioN � �O ISOLATION FLANGE TEST STATION � � � 30" WATERLINE (DUCTILE IRON/STEEL) 0 � 2025.12.15 A FM. vN �� ISSUEDFORCONSTRUCTION U q1EfY�YNMMoo) O ClA1GT NLPHA RANCH III, LLC � m INST. N0. 2012-9545 E%ISIING 40' WATER EhSEMENT� O� 0 P.R.W.C.T. � IISOLATION FLANGE KIT & ISOLATION � FLANGE TEST STATION 2(STA 46+00.92) ISOLaPOry vnLVE: I �� ANO�E TEST STATION 5 (STA42+00) STA Ifi+00.92 NS IV WAIER E%ISIING 30" BUTfERFLY �� END PROPOSEO 30' WRIER MRIN �ALVE IN VAULT I � INSTAIL IPELINE ACCE55 u NNRE EACLE PARKWAT �-JO' SLEE1£ I � (BY O1NER5) 1-ISOlAlION MNGE Q `� STA 40+20 NS IV WAIER 1-ISqAPON lEST STATON � INSTALL: PER DETAIL ON SHEET 13 � � 1-]0' BUTTERFLY VRLVE 4 -PROPOSED 3�' WATER EASEMENT REMOVE E%ISTING PLUG I VAULT INCLUp�NG 30' PIPELINE CONNECT TO E%ISTNG 30' ACCESS PER D128 NNRE ROW Wp1ER MAIN PER D1]9 E%IS11rvC 30" � p — N�]054J43.38 — � — — N=)054334.61 — — — I �Di WnTER E�2301]93.25 E=230]3)4.10 I x-296B2 / / � - - . . . . a-- — — ;ro� _ _ � rc- _ _ �_ oo _ _,a+oc _ _ -r„� _ _ +co-I r � U�. ilr, `� �."�"...,.. ; . . — .— , _ - � �� ��� �� '� _ EAGLE PARKWAY - -3 MARY JANE BENNETT (FUTURE� VOL. 911, GG. 636 �.R.W.C.T. NNRE ROW FUNftE ALPHA RANCH (BY OiHERS) I CITY PROJ. N0. 106400 � NOTES- 1 THESENOTESAPPLVTOTHEGHLVANICINSTALLATION SYSTEM THROl1GHOUT THE ENTIRE DRAW ING PACKA6E. 2 INSTALLATION INSTRUCTIONS HND �ETHILS SHOW N ON THISDRAWING PACKAGEAREBASEDONINFORMATION PROVI�E�. HNV �EVIHTION THAT MHV BE REpIIIRE� �VE TO FIEL� CON�ITIONS OR UNFORESEEN APPURTENANCES,SHNLLBECONVEYE�TOTHE CORRPRO DESIGN ENGINEER FOR CONSIDERATION AND ADVICE 3. TEST STATION LOCNTIONS SHOWN ARE SUG6ESTED 6ASE� ON ON INFORMHTION PROV I�E�. ACTl1HL TEST STNTION MHV BE MOVEO WITHIN THE SHOWN VICINITV. BUT THE ANODES, COUPONS 8 THERMITES W ELDS ARE TO BE INSTALLED AS PER THE DISTANCES FROM THE PIPELINE HS SHOWN ON THE INSTqLLHTION �RAWINGS 4 TEST STATIONS SHALL BE INSTALLED DIRECTLV OVER PROTECTED PIPELINES WHEREVER P05518LE. WHEN FIELD CONDITIONS DO NOTALLOW FOR THIS, TEST STATIONS LOCATIONS SHALL BE FIELD DETERMINED AS TO SUR THE MOST FENSIBLE LOCATION 5 INSTALL ISOLATION FLANGE KITS AT THE BEGINNING AND THE END OF THE PROJECT PIPELINES TO PREVENT SHORTIN6 WITH OTHER METALLIC LINES. OTEST STATION INSTALLATION - PLAN 30" WATER TRANSMISSION MAIN EXTENSION % �P`��� [,OF TfXq�11 uEnr S' � 'S. �1 %. i � rHis ooc�uEN1 is F�arHEa sue�Ecr ro Au i...:.....................:: �. � aA- No, oo�oMEh*Eo oR �o�A*Eo j JAMES P CONGER � snrcivnmEssE*warHnEaEiry %.e :.........................� _ rt�E � l� y: 155568 ;�.?i �„� 1� f: (/CFNSEO; ���i 1 S'........ l� � l� S/ONAL E YI 9 �fr.ts.zaam.ivi.vzois M\������� CITY OF FORT WORTH TEST STATION INSTALLATION PLAN STA 40+00 TO STA 46+00.21 0 40' 80' �� SCALE: 1" = 40'-0" �orrprom oq 7075_1�_15 R"wrvev F_ MorPno naaaweosv V. Nava cLiENroanwiHCNo V. Nava J.Conaer aemec. no ca�e 1" = 40' II eev �RpU30-B252026-C-007 S�EET�� 20 /`1 0 a a � a � Z 0 ANODE LEAD TO HEA�ER THIS�WG CABLESPLICE� � �' � � �� PIPELINE / `/ � 5' C/C (TYP � � 5 EACH, 48# (BODO HP) HIGH � POTENTIAL MAGNESIUM ANODES CAST IRON LI� MARKED ! "CP-TEST" 24"x24••x4•• CONCRETE PAD� GRADE �\/������\ ��������\ �/ �/ �/ �:�/ �/ �/ TERMINALPANEL, SEE �ETAIL 2 THIS DRAWING BROOKS 3-RT CONCRETE VALVE BOX (INSIDE DIMS 10 25"H x 12" DEEP) 3" OF CRUSHED ROCK� N12AWGRHHN/THWPIPELINE � LEA� WIRES, WHITE — #BAWG/HMWPE LOOPEO HEADERCABLE,BLACK~ � / � TEST STATION INSTALLATION TEST STATION MACHINE SCREWS, TERMINALPANEL~ O —yyqSHERS nNo nEx Nurs O O CRIMP-ON RING � LUGCONNECTORS 0.010HM,8AMP,_ � COTTSHUNT,VELLOW O #BAWG/HMWPE LOOPED HEADER CABLE, BLACK �� 2 EA. #12 AWG THHN — yU/ O —COUPON LEADS WIRES, A GREEN p14AWG/HMWPEREFERENCE 4 d12AWGRHHNITHWPIPELINE CELLLEA�WIRE,BLUE ~t ��� • LEA�WIRES,WHITE I I 6 � � � � � OTERMINALPANEL 0 ` � A ��ZS„Y�'ry�v ISSUEDFORCONSTRUCTION a �TEt Joo� aEvieio�uoEscaivrioN 2 EA. #12 AWG THHN �COUPON LEADS WIRES, GREEN #10 AWG/HMWPE FREFERENCE CELL LEAD WIRE, BLUE \ �THERMITE BRAZEDQ � � 1 x CONNECTIONS g�� ir �� \j r'1� 1 '" � �Cu/CUSO4 � � REFERENCE CELL 1� / \/ DUCTILEIRONCOUPON, � MCM IR FREE COUPON A ucouzoo-F oi wirH z En. piz AWG THHN LEAD WIRES, GREEN COATENTIRESPLICE BURNDY(VC1�C10) WITHSCOTCHKOTE� �COMPRESSIONCONNECTOR �� p10AWGIHMWPE LOOPE� " / �'� HEA�ER GABLE (BLACK)� �%/%fk'� � � (r �}— 1 � TWOLAVERSOFSGOTCH � `� d10AWGIHMWPE 33 VINVL TAPE HEADER CABLE TWO LAYERS OF SCOTCH 130C RUBBER TAPE CSPLICE DETAILS �\\ ' ��p,tE,� fk�S11 uEn 1� ,�: .�, ,.. .::....................::.., .��s oa���E�. �s F�a.�ER s�e,E�..o A�� j JAIAES P CONGER � snFEirnmEssErwalHHEREiry , .. .......... :..., �I� ��. 155568 r.,;� — i.�E �1� fs`�CENSf4•��?�'� ,�����::� E�'� GRADE � �\/\��/���\ ��������\ �/ �/ �/ .�/ �/ �/ N12 AWG/rHHN/THW PIPELINE LEA� WIRES, WHITE�— � #BAWG/HMWPE LOOPE� ANODE LEAD TO HEADER CABLE, BLACK ~ 2 EA. #12 AWG THHN HEADER CABLE �COUPON LEADS WIRES.. SPLICE� GREEN #14 AWG/HMWPE � �REFERENGE GELL LEAD WIRE. BLUE THERMITE BRAZE� CONNECTIONS� CWCuSO4 REFERENCE CELL, SACRIFICIAL INSTALL AT STRUCTURE ANO�ES~ CENTERLINE DEPTH AND 6" TO 12 FROM STRUCTURE PIPE LINE �UCTILE IRON COUPON. MCM IR �/ 5" i0 FREE COUPON #COU200-F DI WITH I�5'(MINJ ��120� GREEN12AWGTHHNLEADWIRES, CITY OF FORT WORTH ANODE TEST STATION INSTALLATION DETAILS OSECTION �orrpro• ivvSv�MMoo� 2f1251215 anwrvev F_Mnreno aPPao�Eoav V. Nava ��ENrow,w�N�No V. Nava J.Conaer c Pao,E�.No scuE N.T.S. IRev �sHEErNo �RU3�-6252026-C-��B 21 I A 0 � a � 0 0 CAST IRON LID MARKED GP TEST" 24"x24••x4•• CONCRETEPA�� GRADE �%��%��% � � ��/\\%%\�� i / ii / TERMINAL PANEL. gROOKS 3-RT CONCRETE VALVE SEE �ETAIL 2 THIS DRAWING gOX (INSIDE DIMS' 10 25"� x �2" DEEP) 3"OFCRUSHE�ROCK-� V � #12 AWGRHHWTHW PIPELINE LEAD WIRES, WHITEJ k12 AWG/rHHNRHW GASING il14AWG�HMWPEREFERENCE LEADWIRES.VELLOW CELL LEAD WIRE, BLUE � PROTEGTED PIPELINE CWC�504 REFERENCE CELL, INSTALLJ ATSTRUGTURE GENTERLINEDEPTHAND 6" TO 12 FROM STRUCTURE 0 � U A q�ZvXN�'MS ISSUED FOR CONSTRUCTION FM N JC oo) / / THERMITEBRAZE� Q �G�NNEGTIONS g�� 1 � - - STEEL CASING � � TEST STATION INSTALLATION �L9il TEST STATION _� MACHINE SGREW 5, TERMINALPANEL O —WASHERS AND HEX NUTS � O _CRIMP-ONRING LUG CONNECTORS � � #12AWG1THHNRHWPIPELINE � O O LEAD WIRES, WHITE #14 AWG/HMWPE REFERENCE _#12 AWG/rHHWTHW CASING CELL LEAD WIRE, BLUE � � _ l l LEAD WIRES, VELLOW ���LL� � TERMINALPANEL .. ��EN, 'lp�E"'^"!C:p4,��1 snFemn�ear. rHisoocuniENrooESNorREF� � S: corvoinoNs nrvo sHnu rvo* ee r�ueo �PON Foa rMe �ocn*iory or arvr �*aQnes. � �b �� ��RRE�.s, ��Aaos oR o.�ER �o�o.oNs �,�ERE .�E �,oRk s, aE CITY OF FORT WORTH -. : ... , PEaFORMEe ��oER�Ro��o s.k��.�REs A�o �,n�,rts M�, ��ESE�. w��� orrpro• ,,..::.......��..,....::.., AFE�o.00���.E�.EooR�o�A.Eo.��soa��„E�.�sF�a.�ERs�e,E�..oA�� j JAMES P CONGER � snrEirnorEssErwarHnEaEiry Rnwrver � .................. ....� _ �j�y:, 155568 i.?i �T" - ���E oes�e�eoev 2�25.1Z.�5 cnecrceoev F_Mnreno �j F���FNSE�� G��� - V. NHV2 V. Nava T � ��� ���S��NALE�� AvaawEoav uEN.oanwincNo � � h���..��� er,=o�r �++:+�:�+AM.+vrsrzozs . ; ; CASINGTESTSTATIONINSTALLATIONDETAILS pRo�ci� J.Conaer ,�E _ - - - _ N.T.S. IaEv ���o ��,�o � � A ,����a��.R���.�N�Ro���������a�,MEs�a��Aa���n " oRAU30-B252026-C-009 0 � a � 0 0 24"x24••x4•• GONGRETE PAD� �\��\��\� � �/ �//�/ TERMINALPANEL. SEE �ETAIL 2 THIS DRAWING 3" OF CRUSHE� ROCK— #12 AWGRHHWTHW PIPELINE_ LEAD WIRES, WHITE #14 AWG�HMWPE REFERENCE CELL LEAD WIRE, BLUE \ / PROTEGTED � PIPELINE \ CWC�504 REFERENCE CELL, INSTALL ATSTRUGTURE GENTERLINEDEPTHAND 6" TO 12 FROM STRUCTURE O � U A 2aZvXiZ'�5 ISSUEDFORCONSTRUCTION FM N JC n,Emvv Mm oo� CAST IRON LID MARKED "CP-TEST" � GRADE ��\��\��\ �/ ���/ 3 BROOKS 3-RT CONCRETE VALVE �p BOX (INSIDE DIMS' 10 25"� x �2" DEEP) T C k12 AWG/rHHNRHW PIPELINE LEAD WIRES. RED J � THERMITEBRAZE� Q �CONNECTIONS 5�� � UNPROTECTED 1 PIPELINE � \ \� —ISOLATION FLANGE TEST STATION _� MACHINE SGREW 5, TERMINALPANEL O —WASHERS AND HEX NUTS � O _CRIMP-ONRING LUG CONNECTORS 0 0 #12AWG1THHNRHWPIPELINE_ � O O LEAD WIRES, WHITE #14 AWG/HMWPE REFERENCE _#12 AWG/rHHWTHW PIPELINE CELL LEAD WIRE, BLUE I � _ l l LEAD WIRES, RED � !� !� 1 1 � � TERMINALPANEL � TEST STATION INSTALLATION � � p,�C, OF�TF,Y.p1�� uEN. � S�+' � {r 1� rNis ooc�n�ENr is FuarHEa sueiEcr ro Au curereervrs, nnzAaos ore omere corvoiriorvs nneree me noRrc is . .� >EaFo�,Eo �NOER�Ro��o s.k��.�R� �o �,n�,rts M�. ��HE�, w��� i.! .::..................::.`..j snFErno°Ess�E.waHRnEaEnNEo j JAAIES P CONGER � � ....:......... ...............� xo*ce .H ir_E �� �., 155568 :4,e Ij F (/CENSC�.���'�� T � �� 11 9S%0 ....Ev� � � � ���� �:���r erica ge�a�f1.1l.19AM.fYfU1015 " _ - _ CITY OF FORT WORTH ISOLATION FLANGE TEST STATION INSTALLATION �ETAILS �orrpro• 2025.12.15 RAw� oreY F_ Mnreno �E��GryEpeV V. Nava ��EN,oAAw�H�No V. Nava APPao�eoav �.Conaer vao,�c.vo .a`E N.T.S.IaEv. �RpU30-B252026-C-010 S�EET�� 23 I 1`1 O INSULATING WASHER STAINLESS STEEL WASHER Q STAINLESS STEEL INSULATING INSULATING STAINLE55 STEEL z FLANGENIIT GASKET SLEEVE FLANGEBOLT w -- — �—�� � O O PIPELINE I � PIPELINE U � D � � FLANGE OISOLATION FLANGE KIT DETAILS �/%/%/�//�///� : ! + + + + + + + + + + + + + + + + + + F + + + + ♦ ♦ ♦ + + + ♦ BACKFILL �f + + + + + + + ♦ ♦ ♦ + + + ♦ + + + + + + + ♦{ F +} + + +} + "i%��//��%��"i%� � i/��%���(I/��//� WATERMAIN J GATE VALVE � �I �j } } + + + + + - F + + + + + ♦ - + + + + + + ♦ - + + + + NO 2AWG.STRAN�EDCOPPER + + + THHN INSULATION BON� WIRES, f. . f.� BLACK :%/ THERMITE BRAZE� CONNECTIONS � (TVP.4PLACES) S�TJ1 NOTE- 1. BOND WIRES SHALL BE PLACED A MINIMUM OF 6" APART OELECTRICAL BONDING ACROSS GATE VALVE BONDING WIRES#2AWG/THHN INSULATION,BLACK THERMITE BRPZED CONNECTIONS Q (TYP.4PLACES) 9�TJt � \ � DUCTILE IRON PIPE DUCTILE IRON PIPE r�qry \ ��l � NorE 1. BON� WIRES SHALL BE PLACED A MINIMUM OF 6" APART. _ 2 PIPE BONDING REQUIRED ONLV FOR DUCTILE IRON PIPELINE 3 BELL AND SIGOT BONDING C 0 � 2025.12.15 A FM. vN �� ISSUEDFORCONSTRUCTION � A��` �k �°°� REMOVE GALVANIZED COATING, FILE PIPE TO BRIGHT METAL AND DRV ANV MOISTURE WITH ATOWEL. 3"T00" � ' — 1' STEP 1 HOLD WELDER FIRMLY IN PLACE WHILE MAKING CONNECTION APPLV SPARK GUN AWAVFROMOPERATOR SEEINSERT STEP 3 ENCAPSULATION THERMITE WELD COMPOUND CONNECTION ROYSTON PLASTIG LEAD WIRE HANDV-CAP STEP 5 STRIP INSULATION FROM W IRE (SEE NOTE NO. 1 � STEP 2 REMOVESLAG WITH HAMMER STEP 4 I�HANDLE �GRAPHITE MOL� STARTING POW�ER WELD METAL METAL �ISK COPPER WIRE PIPE SURFACE i............. 1.1� .. ......�....... INSERT CTHERMITE BRAZE PROCEDURE GENERALPROCEDURE 1. WHEN USING NO 10 TO NO 10 AWG SOLI� OR STRAN�ED W IRE, IT W ILL BE NECESSARY TO INSTqLL H COPPER SLEEVE OF HDEQUNTE SIZE OVER THE BARE EN� OF THE WIRE AND CRIMP IN PLHCE BEFORE HTTEMPTING TO MHKE THE CONNECTION. THE WIRE SHOULD PROTRUOE NT LEAST tl8" FROM THE END OF THE SLEEVE. 2. INSERT THE CONDUCTOR INTO THE MOLO NOTIN6 ANY SPECINL INFORMATION UN�ER "POSITIONING" FOR APPLICATION TVPE IN THE MANUFACTURERS INSTRUCTIONS PNCKNGE� WITH THE WELDER 3 INSERT STEEL DISK IN BOTTOM OF CHVITY INSIDE MOLD. POUR THE W EL� METAL INTO MOLD BEING CHREFUL NOT TO UPSET THE STEEL DISK SOUEEZE THE BOTTOM OF THE TUBE TO LOOSEN ALL THE STARTING POWDER AND SPREAD IT EVENLY OVER THE WELD METAL. PLACE A SMALL AMOUNT OF STPRTING POWDER ON THE TOP E�GE OF THE MOLD UNDER THE COVER OPENING FOR EASY IGNITION 4 CLOSE COVER HNO IGNITE WITH THE FLINT GUN. MOVE THE FLINT GUN HWAY pUICKLY TO PREVENT FOULING IF FLINT GUN SHOULD BECOME FOULED. SOAK IT IN HOUSEHOLD NMMONIN 5 AFTER IGNITION HOLD THE WELDER IN PLNCE FOR A MOMENT TO ALLOW � TO SOLI�IFY. HFTER THE WEL� HHS COOLE�, REMOVE THE SLAG WITH H CHIPPING HPMMER OR WIRE BRUSH 6 COHTCONNECTIONHNDTHEENTIREPREPHREOSURFHCE. 1. CLEAN THE COVER EVERV fi TO 10 WELDS 8 WET OR DAMP MOLDS WILL PRODUCE POROUS WELDS MOLDS MUST BE DRIED OUT BEFORE ATTEMPTING TO WELD 9. CONNECTIONS NRE TO BE PLNCED A MINIMUM OF 3' APART. UNSUCCESSFUL WEL�S HRE TO BE ABAN�ONED AND MOVE� TO NNOTHER PREPHREDSURFHCENOTLESSTHHN3"HWAY ♦� i S�PSE`OF TE�q�111 uEnr snrenn�ear. rHisoocuniENrooESNorREF�Ecrncrua�sirEORsuesuRFncE � i.`:' �'' ��i CITY OF FORT WORTH % ...........................f./ snFEivnorEssErwarHHEREiry ���sooc�uENlisF�arHEasue�EcrroAu aaE �o. oo��ME�.Eo oR �o�A.Eo � JAMES P CONGER � '� 4 :.....................:.... �� y:, 155568 .�,?f — i7�E �1 f ���ENSEO.G?-i �� y:........'ii _ �� ���� :::: �= y� e an�.iz.isam,�visnass MISCELLANEOUS INSTALLATION DETAILS �orrro° p oq 2025.12.15 R"wrvev F. Mnrano APPao�Eoav V. Nava LENroRAw�H�No V. Nava J.Conaer Pao,ec.r�o scuE N.T.S. IIREv/� �RpU30�B252026-C-011 S�EET�� 24 /`1 0 w � 0 0 �v�reov Ric E<scucN. N s oRo�os�o �o� PAo�E�;°,oR �"` n.. oF FOR. �A.H . No. zo:z000s e�*�cAn.. �A�� . �o.z` �Ns,. Ho. zozso<es9 ��oaa.w.�.. s, oPwwc.. r__ ___�..�^_'___________________T____________________' cr �.kx n S a5°�J'S�' E 1 +azas xs ry wn 1 1 oP�a�fir'.00 ._'. xs�v� c 1 ru.uwe i�o aow- � o � .a . M„ o +00 J+00 a+00 _S+OOoaz�s6+00 ]+00 8#00 9+00 Wp EO+OOE E i+00 �2+00 t3+00 h� � «oo Y 1 E� __ "�_ _ _ —_ ��i'� §��``� t��:.= - '�i"Mps '_ _. .' _ — . - °� n� e . . � : . . . � su �.w.ss xs iv we�ca ��. � �-----• �t.l�9a�.5.�, -- --------------i'F/fGCE PARRW.�V� ------- aEax ��ogo b ..,� Mu� IFUTUREI � �c izsaiwszxs iv wni[rtl ��i pl �TMOG 3� I•poL x rzao vnTM cnv�y� � f7�5p y1( � !4 gpg I _� i s3 r/�i`e�k.�� naoc,e.,< eso.sa �"�lAav Aoo �w c P rc����a sE�i I ' � � � Eo �' ��� �i[R Mninl / 1 0&: -'�k�-i __ — — — ��o ii i ~—+ ao i ' _ o `:z„9 ` ��` �x 2%. Op za.[ aurrzaRx va�K `�� Jx F ..��� ���� � IE":�o,...� N �� w. / y� c.�s.�Nc .o ..�cn case�. Q v� EN.� � , ______ w/P�Pc 2 h 4� (FUTUREI Pa osEo 5v w.,�a E.sE�Ex, ��. W J � � --a----- FA1;l,Fr�A1ilFWAY— ���� a�•,Faa. a0 ------------- w..�WW.r----------� � --zr.ea---------- --- � ---- — � ------------ ��E .«Es� � i i aM sa� i ��naE ��o Aow � � � zs, ` � � � °° zs.ao o �� i o � o 'za��� i��'DO 28+00 29+00 J0+00 31+ J2700 33+00 34+00 °i5+00 3fi+00 3J+00 38+00 39+00 40MB� 41+00 42+00 43+00 44+00 45+00 46 0��D ; 0 � . . . . . — — ' �`—'�-- _ —,': ; .:. - - . . . � I 1 1 1 I 1 1 II � � vRavosco �o' wn*cr+ uaiH � Pr+oaosEo 30' o-w°is'oo' ��� su xe+oi.a xs ry wnrew ' eurrzRr�r vn�� _ srn �s�ao.sz Hs ry wn¢x I� ������������eh6e`� ��������� {���������������� �������������������i���������� wFwwoiD�iKiw.iaau ���������J c��.�m.un e� s*nrvonRo B�ow orF E-zwzs�a.�o cH (er [as� I .. w... II ... . �.. � ' .SSP`E�Tf���1, �/ ., i i..'.i .....................:t` j �� % JAMES P CONCER � '. �,.q ..........................� . l� y:, 155568 +,�j �, 1�1 E;S(/CENSEO; G?�i . l� S/ONAL E� = � �� 'i, ���w..—� '� 2025.12.15 ' A FM. vN �� ISSUEDFORCONSTRUCTION �� A��` �k °°� OPROJECT LOCATION — OVERALL PLAN � CITY OF FORT WORTH ANO�E STATION SHEET TEST STATION N0. I 5+00 02 2 12♦50 03 3 19♦50 04 4 21+50 OS 5 34+50 O6 s az+oo o� ISOLATION STATION SHEET I TEST STATION N0. I 1+00 02 I 2 46+00.92 01 I CASING STATION SHEET I TEST STATION NO. 1 21+85 04 I 2 22+45 04 I PROJECT LOCATION - OVERALL PLAN 500' F. M�rPn� V Nava PRo,Ec.No �scue 1" = 200' II eev ��EE,�o ZS A �RpU 30-B 252027-C-001 0 250' PD SCALE: 1" = 250'-0" �orrpro• oq 70751� 15 Rnwrvev oEs�eHEoa V. Nava c"E�kEoa. APaawEoev J. Conaer `�E"'oanwiHCNo 0 � Q � O O � `� ISOLATION FLANGE KIT 8 ISOLATIONI� FLANGE TEST STATION 1(STA 1 t00)II LIN�SET MA% JR & BEVERLT 6I INST. N0. J6410J II O.P.R.W.C.T. ISOLAl10N VALVE: . i6" GAIE VpLV£�I \'TA 1+00 NS IV WAIER kEMOYE: -16' CAIE VAL�E � IEGIN PROPOSED 30' WAIER MAIN NSTFLL -30"%I6' REDUCER I -}0� BUTiERRY VALVE h �AULT INCWDINC 30� PIPEl1NE I �CCE55 PER 0128 -isounor� FIAIJGE -isounor� �s* s*nnqu a[a — � �ETAIL ON SHEET 15 :ONNECT TO E%ISPNG 16' WAIER MNN J-10550'l�.28 -2]98104.44 PROJECT NO.rc104291 (UNOER CONSTRUCPON) �_ � / � CITY OF FORT WORiH - ' INSi. N0. 202504B69 � . O.P.R.W.C.i. g9 ' ��,� GiMGT ALPHA RANCH III, LLC INST. N0. 202200055 .� � �. /y � O.P.R.W_C.T. w, ��> �/ � STR 1+19.]8 NS IV WIAIER INSTALL: 1 UiILITY MARKER PER ]3 05 26 1-30' 45° BENO, BLOCKINC Cn45°00'00' LT N�]05505].52 ❑ . .:..�...'. � 229810{.52 -. � � - — ���T — — � PROPOSED }p' WAIER EASEMENT 2+G- '+0� �+G:, STA 4+64.25. 20.0' LT NS IV WAIER INSTALL 1-B'X6' PNCHOR TEE k GAIE VRLVE 1-B' MJ PLUC 11 LF 6' C900 DR14 PVC WATER MAIN o N-)05505].B1 � E-2298440.29 w O ANOOE TEST STATION 1 Z + (STA 5+00) Z � U RE EAGLE PARKWAV (BV OiHERS) � F 'f e+oo y _ � �V — — . � � W _ _ ;,+00 _ _ � 'r06� Z � Jo'y� _ krin Iqr�rq Ye• �* yi,��. .�d"rUt �MDTIUt .dY = _.._ � , -_ � . ��,.,.z � w �� � � � Q \� � STR 1+49.55 NS IV WRIER STA 4+64.25 NS IV WAIER STA )+90 NS IV WRIER INSTALL: INSTALL: INSTALL: 1-UTLItt MARNER PER 3� OS 26 1-30'%8� ANCHIX2 lEE h GATE VALVE 1-UPl1TV MMKER PER 33 OS 26 1-30' 45° BEND, BLOCK�NG 20 LF B' C900 DR14 PVC WATER MAIN o-<5°��- �T EAGLE PARKWA Y N-]05503].81 N-'l055036.54 E-2298440.}� N=J055039.12 9s\ E�2298125.6) �^����^� E=2298]66.1] r r ANN LINDSEY REMILLARD �RAUDT INST. N0. 20D8-19J30 O.P.R.W.C.T. CTEST STATION INSTALLATION - PLAN 30" WATER TRANSMISSION MAIN EXTENSION LEGEN� '� ANODE TEST STATION � cnSiNcrEslSrnTioN � �O ISOLATION FLANGE TEST STATION � � 30"WATERLINE�PCCP) A F M025,12.15C ISSUED FOR CONSTRUCTION vN p q�EIY�YNMM^o� �.. i q'�P�E�TF:�.4'P 1 ,,: .�, � i..' . :....................1.:.�i j JAMES P CONGER � � ... :....................... ... � �1��: 155568 �,?f � 1�1 f,y�(/CENSC�:'���� \ ONAL G ' ��� � �����.. E�_ CITY OF FORT WORTH TEST STATION INSTALLATION PLAN STA 1+00 TO STA 8+00 NOTES- 1 THESE NOTES APPLV TO THE GALVANIC INSTALLATION SYSTEM THROl1GHOUT THE ENTIRE DRAW ING PACKA6E. 2 INSTALLATION INSTRUCTIONS HND DETHILS SHOW N ON THISDRAWING PACKAGEAREBASEDONINFORMATION PROVI�E�. HNV �EVIHTION THNT MAV BE REQIIIRE� �VE TO FIEL� CON�ITIONS OR UNFORESEEN APPURTENANCES,SHALLBECONVEYEDTOTHE CORRPRO DESIGN ENGINEER FOR CONSIDERATION AND ADVICE 3. TEST STATION LOCNTIONS SHOWN ARE SUGGESTED BASE� ON ON INFORMHTION PROV I�E�. ACTUAL TEST STNTION MHV BE MOVEO WITHIN THE SHOWN VICINITV. BUT THE ANODES, COUPONS 8 THERMITES W ELDS ARE TO BE INSTALLED AS PER THE DISTANCES FROM THE PIPELINE HS SHOWN ON THE INSTqLLHTION �RAWINGS 4 TEST STATIONS SHALL BE INSTALLED DIRECTLV OVER PROTECTEDPIPELINES WHEREVERP05518LE. WHEN FIELD CONDITIONS DO NOTALLOW FOR THIS, TEST STATIONS LOCATIONS SHALL BE FIELD DETERMINED AS TO SUR THE MOST FENSIBLE LOCATION 5 INSTALL ISOLATION FLANGE KITS AT THE BEGINNING AND THE END OF THE PROJECT PIPELINES TO PREVENT SHORTING WITH OTHER METALLIC LINES. 0 40' 80' �� SCALE: 1" = 40'-0" �orrprom oq 7075_1�_15 R"wrvev F_ MorPno nvaaweoev V. Nava cLiENroanwiHCNo V. Nava J.Conaer aRo,ec. no ca�E 1" = 40' I REv/� �RpU30-B252027-C-002 S�EET�� 26 I /`1 0 � Q � O O ��`� � � O PROPOSED 30' } WAIER EASEMENT � — . a �8+00 N. _ =.,,c Wm, �,�r i } �.� = ti . ��� u a — — � 3 z CiMGT ALPHA RANCH III, LLC INST. N0. 202200055 O.P.R.W.C.T. UTURE EAGIE PARKWAY (BY OiHERS)� — � _ _ _ ::�c �� ���� ��r�= �, � �..�, � � � �'���'��� STA 11+]2 NS IV WAIER INSTni i. 1-30�%1fi' MJ lEE 1-16� CAIE VALVE AND VALVE N�1055040.66 E�2299148.12 STA 11+)2 20.0' LT NS IV WqTER INSTALL: 1-16'X6' MJ lEE 1-8' NNq10R CAIE VALYE PND VALVE BO% 1—FlRE HYDRRNT ASSFIABLY 1-18' MJ PLUC 11 LF 6� C900 OR14 PVC WAIER MAIN N�J055060.66 E�2299148.04 STA 12+32.09 NS IV WRTER c BEqN RADIUS BY JqNT OQlECT10N tr01°23'26' RT PER 20' JOINT INSTRLL 1—UTIJtt MARKER PER 33 OS 26 N�J055040.90 E�2299208.21 ANO�E TEST STATION 2 r _�STA 12+50) -_ 1 � � u+oo AOVE AN� REPLACE 20 LF BARBED N1RE FENCE Vt rV F drVtm�;P�_ '4 � rur ` � � �i� i '�;�r� �,t� »€� ;; _ ,� '��� ��� ������ __ �'� �'� �'��ti� . �fib EAGLE PARKWAY \ (FUTUREI R_az2.00. ANN LINDSET REMILLARD �RAUDT INSi. N0. 2008-19)30 O.P.R.W.C.T. �ECENo '1 ANODE TEST STATION � cnsiNcrEslsrnTioN � �O ISOLATION FLANGE TEST STATION 5� � � 30"WATERLINE�PCCP) '� 2025.12.15 ' A FM. v �� ISSUEDFORCONSTRUCTION �� A:En��Mti,po� CTEST STATION INSTALLATION - PLAN 30" WATER TRANSMISSION MAIN EXTENSION �.. ' f?P'lE`�re�`.9y� ��EN. 4 ;.. ; ..................... ��� �-, PEaFORMEo �NOER�Ro��o s,a��.�REs ANo �.���.�Es MA. eE PRESE�. wH��H j JAMES P CONGER � snrEirnmEssE.wa.HnEaEiry T"'sooc�MEN�isF�arHEasueiEcr.oAu �% -a :........ ............. ...� �� y: 155568 �,?f _ irLE T �I�fS���EN5E0, G��i �v G l� S/ONAL ��' V \��������� CITY OF FORT WORTH TEST STATION INSTALLATION PLAN STA 8+00 TO STA 16+00 NOTES- 1 THESE NOTES APPLV TO THE GALVANIC INSTALLATION SYSTEM THROl1GHOUT THE ENTIRE DRAW ING PACKA6E. 2 INSTALLATION INSTRUCTIONS AND DETAILS SHOW N ON THISDRAWING PACKAGEAREBASEDONINFORMATION PROVI�E�. HNV �EVIHTION THNT MHV BE REQIIIRE� �VE TO FIEL� CON�ITIONS OR UNFORESEEN APPURTENANCES,SHALLBECONVEYEDTOTHE CORRPRO DESIGN ENGINEER FOR CONSIDERATION AND ADVICE. 3. TEST STATION LOCNTIONS SHOWN ARE SUGGESTED BASE� ON ON INFORMHTION PROV I�E�. ACTUAL TEST STNTION MHV BE MOVEO WITHIN THE SHOWN VICINITV. BUT THE ANODES, COUPONS 8 THERMITES W ELDS ARE TO BE INSTHLLE� HS PER THE �ISTANCES FROM THE PIPELINE HS SHOWN ON THE INSTqLLHTION �RAWINGS 4 TEST STATIONS SHALL BE INSTALLED DIRECTLV OVER PROTECTEDPIPELINES WHEREVERP05518LE. WHEN FIELD CONDITIONS DO NOTALLOW FOR THIS, TEST STATIONS LOCATIONS SHALL BE FIELD DETERMINED AS TO SUIT THE MOST FENSIBLE LOCATION. 5 INSTALL ISOLATION FLANGE KITS AT THE BEGINNING AND THE END OF THE PROJECT PIPELINES TO PREVENT SHORTING WITH OTHER METALLIC LINES. 0 80' 160' �� SCALE: 1" = 80'-0" �orrpro° oq 7075_1�_15 R"wrvev F_ MorPno �E51GNEOeV V. Nava ��E�rcE�eY V. Nava nvaaweoev J. Conaer `�E"'oanwiHCNo aRo,ec. no ca�E 1" = 40' I REv/� �RpU30-B252027-C-003 S�EET�� Z� I !'1 0 � Q � O O ��I��I� !I� STA 18+28.2] NS IV WAIER PT ENp RAOIUS BY JOINT 06LECTIOl� INSTALL: 1-UTLITV MARKER PER 33 OS 28 N�J054&SJ.SJ E=2299152.16 -— 00 -- ANN LiNDSEV REMILLARD DRAUDT INST. N0. 200B-19J30 O.P.R.W.C.T. STA t9+J5 NS IV WAIER INSTFLL: 1-30�%8' TRNCENIIRL lEE 1-8' STAN�ARD BLOW OFF ASSEAIBLY PER 0105 h VAULT PER D12] N�]054]39.61 � E-2299864.]4 FUNRE EAGLE PARKWAV �(BY OTHERS) � — / � ,a�oo ! „_�o , n zo�o� n � (STA�9a50)� N� y — — �, EA GLE PARKWA Y NSTPLL 20 NS IV WATER �' � 1-30� BUTIERRY VAL�E k � (FUTUREI �AULT INCLUDINC 30" PIPEI O ACCESS PER D128 R=822.00' N�]054]09.9] E-2299898.81 ANN LINDSEY REMILLARD �RAUDT INST. N0. 2008-19)30 O.P.R.W.C.T. STA 22+53.61 NS IV WAIER PC BEGIN RAOIIIS BY JOINT OERECT( 4n01°28'12' LT PER 20' JqNT INSTALL: 1-UPLItt MARKER PER 33 OS 26 N-]054556.16 E-23000J4.43 � FUTURE 2-5'X3' REINFORCED � CONCRETE BOX CULVERT$ ��-/��� (BY OTHERS) {/,�,� �,_�� _ ICASING T STA 21+85 NS IV INSTALL: BEGIN 30� WRIER 48' STEEL CAgNG N=]054601.33 Em2300022.]9 STA 23+65.01 NS IV WAIER INSTALL 1—Ul1lITY MARKER PER 33 OS 26 N=1054489.18 E=2300163.31 � � _ �� _ a�oo� a �� � �;•, � ��: o� _ � z = z m CTEST STATION INSTALLATION - PLAN 30" WATER TRANSMISSION MAIN EXTENSION �EGEN� i '1 ANODE TEST STATION � ���, cnsiNcrEslsrnTioN � '. �O ISOLATIONFLANGETESTSTATIONS� 'S J 'i, � 30"WATERLINE�PCCP) '� 2025.12.15 ' A FM. v �� ISSUEDFORCONSTRUCTION �� A��` �� �°°� � �.. —� � ov � ' ;�,iP'IE�TF,F4f �1 uE�ur snrenn�ear. rHisoocumEurooESNorREF�Ecrncrua�sirEoasuesuRFncE %'��� �� •'I,/ snFEivnorEssErwarHnEaEiry T��sooc�MEN1isF�arHEasue�EcrroAu PEaFORMEo �NOER�Ro��o s,a��.�REs ANo �.���.�Es MA. eE PRESE�. wH��H JAMES P CONGER � � ... ..........................� �1��: 155568 �,?f _ irLE � ��� �1� fy����EN5C0�G��i ,������:: ���' ey/conge.a���:f.t:asaln,�v�uzozs CITY OF FORT WORTH TEST STATION INSTALLATION PLAN STA 16+00 TO STA 24+00 NOTES- 1 THESE NOTES APPLV TO THE GALVANIC INSTALLATION SYSTEM THROl1GHOUT THE ENTIRE DRAW ING PACKA6E. 2 INSTALLATION INSTRUCTIONS AND DETAILS SHOW N ON THISDRAWING PACKAGEAREBASEDONINFORMATION PROVI�E�. HNV �EVIHTION THNT MHV BE REQIIIRE� �VE TO FIEL� CON�ITIONS OR UNFORESEEN APPURTENANCES,SHALLBECONVEYEDTOTHE CORRPRO DESIGN ENGINEER FOR CONSIDERATION AND ADVICE. 3. TEST STATION LOCNTIONS SHOWN ARE SUGGESTED BASE� ON ON INFORMHTION PROV I�E�. ACTUAL TEST STNTION MHV BE MOVEO WITHIN THE SHOWN VICINITV. BUT THE ANODES, COUPONS 8 THERMITES W ELDS ARE TO BE INSTHLLE� HS PER THE �ISTANCES FROM THE PIPELINE HS SHOWN ON THE INSTqLLHTION �RAWINGS 4 TEST STATIONS SHALL BE INSTALLED DIRECTLV OVER PROTECTEDPIPELINES WHEREVERP05518LE. WHEN FIELD CONDITIONS DO NOTALLOW FOR THIS, TEST STATIONS LOCATIONS SHALL BE FIELD DETERMINED AS TO SUIT THE MOST FENSIBLE LOCATION. 5 INSTALL ISOLATION FLANGE KITS AT THE BEGINNING AND THE END OF THE PROJECT PIPELINES TO PREVENT SHORTING WITH OTHER METALLIC LINES. 0 40' 80' �� SCALE: 1" = 40'-0" �orrpro° oq 7075_1�_15 R"wrvev F_ MorPno �E51GNEOeV V. Nava ��E�rcE�eY V. Nava nvaaweoev J. Conaer `�E"'oanwiHCNo aemec. no ca�e 1" = 40' II eev �RpU30-B252027-C-004 S�EET�� 28 !'1 0 � Q � O O ��`� � ANN UN�SEV REMILLNRD ORAUDT INST. N0. 2008-19)30 O.P.R.W.C.T. �24+00 �I /�"�LPo�o \` \ 3 � ..._�_ . ��� � W ... __.. � �- ..___._ � �5"00 � _— - � . ���--- . � ANODE TEST STATION 4 0 ..._ _ ������� 27+00 �STA2I+50) - � 26+pp _ � zs+oo CAUTI�NI I I UNDERGROUND UTILITIES IN THIS AREA. CALL BEFORE YOU DIG. 1-800-DIG-TESS rPROPOSED 30' WATER EASEMENT I REMOVE nHD REPLACE 20 LF 4' BARBEO 'MRE FENCE- 86.5P.. ......_. _\ � "'�-1 51.4J' � BB.)}' \ STA ]2+53.61 iTA 2B+OJ.04 _ ------------ STA 28+0].04 NS IV WRIER FUTURE EAGLE PARHWhV END RPDIUS BY JOINT DERECPON - �- —� - (BY OiNERS) INSTRLL: 1-UTLITY AIARKER PFR 33 OS 26 EA GLE PARKWA Y N=]054361.69 E�2300580.42 ANN LINDSEY REMILLARO DRAU�T '"5' "°. 2°°8-,s"° (FUTUREI O.P.R.W.C.T. OTEST STATION INSTALLATION — PLAN 30" WATER TRANSMISSION MAIN EXTENSION LEGEN� '1 ANODE TEST STATION � cnsiNcrEslsrnTioN � �O ISOLATION FLANGE TEST STATION 5� a� � 30"WATERLINE�PCCP) '� 2025.12.15 ' A FM. v �� ISSUEDFORCONSTRUCTION �� A:En��Mti,po� . ' �p�E,OF�TFX91� uE�ur j : ` � ''�•1�1 ,.. .::............. ���; PEaFORMEo �NOER�Ro��o s,a��.�REs ANo �.���.�Es MA. eE PRESE�. wH��H ......... aaE No, oo���EN.Eo oR �o�A.Eo .H�s oo��MEN, �s F�a,HER s�a,E�,.o A�� j JAAIES P CONGER � snrEirnmEssErwarHnEaEiry � . � ....................... ... � I� y. 155568 :�e� — 17LE � o+' (/CENSf�� ���J �1� fs•.. . e� � �_� ��y�q:;;' ey/conge.ai��:f.t:a�ain,tv�Yzozs O O N M 3z+oo� y W 2 J �IV � _ o �M ...� C G CITY OF FORT WORTH TEST STATION INSTALLATION PLAN STA 24+00 TO STA 32+00 NOTES- 1 THESE NOTES APPLV TO THE GALVANIC INSTALLATION SYSTEM THROl1GHOUT THE ENTIRE DRAW ING PACKA6E. 2 INSTALLATION INSTRUCTIONS AND DETAILS SHOW N ON THISDRAWING PACKAGEAREBASEDONINFORMATION PROVI�E�. HNV �EVIHTION THNT MHV BE REQIIIRE� �VE TO FIEL� CON�ITIONS OR UNFORESEEN APPURTENANCES,SHALLBECONVEYEDTOTHE CORRPRO DESIGN ENGINEER FOR CONSIDERATION AND ADVICE. 3. TEST STATION LOCNTIONS SHOWN ARE SUGGESTED BASE� ON ON INFORMHTION PROV I�E�. ACTUAL TEST STNTION MHV BE MOVEO WITHIN THE SHOWN VICINITV. BUT THE ANODES, COUPONS 8 THERMITES W ELDS ARE TO BE INSTHLLE� HS PER THE �ISTANCES FROM THE PIPELINE HS SHOWN ON THE INSTqLLHTION �RAWINGS 4 TEST STATIONS SHALL BE INSTALLED DIRECTLV OVER PROTECTEDPIPELINES WHEREVERP05518LE. WHEN FIELD CONDITIONS DO NOTALLOW FOR THIS, TEST STATIONS LOCATIONS SHALL BE FIELD DETERMINED AS TO SUIT THE MOST FENSIBLE LOCATION. 5 INSTALL ISOLATION FLANGE KITS AT THE BEGINNING AND THE END OF THE PROJECT PIPELINES TO PREVENT SHORTING WITH OTHER METALLIC LINES. 0 40' 80' �� SCALE: 1" = 40'-0" �orrpro° oq 7075_1�_15 R"wrvev F_ MorPno oEs�a�Eoa. V Nava ��E�rcE�eY V. Nava nvaaweoev J. Conaer `�E"'oanwiHCNo aRo,ec. no ca�E 1" = 40' I REv/� �RpU30-B252027-C-005 S�EET�� 29 I !'1 0 � Q � O O ��`� � � Q + M a �32+00 N W Z J x u a � LEGEN� '1 ANODE TEST STATION � CASINGTESTSTATION � �O ISOLATION FLANGE TEST STATION 5� � � 30"WATERLINE�PCCP) A FM025,12.15C ISSUED FOR CONSTRUCTION R rE��MMpo, STA 32+19.41, 20.0' LT NS IV WAIER INSTALL 1-8'%6' ANCHIX2 lEE k CAIE VAL`iE 1-8' MJ PWG 1-FlftE HYDRRNT RSSEMBLY 13 lF 8' C900 DR14 GVC WAhR MAIN Nm10543�4.56 E=2301053.05 IANODE TEST STATION 5 — —(STA34+50) — - . . . . . . . ._ . . . � �a. - (y_�Y — — Y%TY� — — 35- � 32+]9.{i NS IV WATER ow 1�X8� ANCHOR lEE & GATE VALVE )54J5].38 501052.]9 RY JANE BENNETT VOL. 911, PG. 436 D.R.W.C.T. CiMGT NLPHA RANCH III, LLC INST. N0. 2012-9545 O.P.R.w.C.T. STA 39+/O.J4 NS IV WATER INSTALL 1-UTIJTY IAMKER PER }3 05 26 � FUNRE EAGLE PARKWAY Q -PROPOSED 30' (BY OTHERS) N-J050.14J.55 O WAiER EASEMENT E-2301114.04 a FUIURE 2-fi'X3' REINFORCEO CONCREIE BO% Q CULYERTS (BY OTHERS) - - - - - - 40i00� � _- �� �-:+0- ��r�- �9�". Z � � '� � � I���l� J � � � � � — dYVr� i`I I dYVY� Irr._ �vY��C �� � �� Gk — ....ao..�,aa� � �� �x— ��1 � — s— �� �� ��` ���`� a iiii � STR 36+4] NS IV WATER STR 3J+0] NS IV WATER � INSTRLL: INSTRLL: BEqN 30' WAIER IN END 30� WAIER IN 48' STEEL CASING PIPE 48' SIEEL CASNG P�PE N=)054349.01 N=)054348.11 E=2301420.29 E=2301480.28 STA 34+]0 NS IV WRIER '"ST""_ EAGLE PARKWA Y 1-10'%8' TANGENTAL lEE 1-8' STANDARD BLOW OFF ASSEMBLY GER 0105 (FUTUREI & VAULT PER p121 N�)05435f.68 E�]301243.31 CCTEST STATION INSTALLATION - PLAN 30" WATER TRANSMISSION MAIN EXTENSION . ' `P�(,.0��lFkq�1 i'(''� � ''�'�1 / i . .'. F :...... .. . . . . . . . . . . . . :: . : . �i j JAMES P CONGER � �, q ......................:...� f�q�. 155568 ��ef T � �1� fy�'�CENSCO: �?�S Q ` C '`��������NJ CITY OF FORT WORTH TEST STATION INSTALLATION PLAN STA 32+00 TO STA 40+00 NOTES- 1 THESE NOTES APPLV TO THE GALVANIC INSTALLATION SYSTEM THROl1GHOUT THE ENTIRE DRAW ING PACKA6E. 2 INSTALLATION INSTRUCTIONS AND DETAILS SHOW N ON THISDRAWING PACKAGEAREBASEDONINFORMATION PROVI�E�. HNV �EVIHTION THNT MHV BE REQIIIRE� �VE TO FIEL� CON�ITIONS OR UNFORESEEN APPURTENANCES,SHALLBECONVEYEDTOTHE CORRPRO DESIGN ENGINEER FOR CONSIDERATION AND ADVICE. 3. TEST STATION LOCNTIONS SHOWN ARE SUGGESTED BASE� ON ON INFORMHTION PROV I�E�. ACTUAL TEST STNTION MHV BE MOVEO WITHIN THE SHOWN VICINITV. BUT THE ANODES, COUPONS 8 THERMITES W ELDS ARE TO BE INSTHLLE� HS PER THE �ISTANCES FROM THE PIPELINE HS SHOWN ON THE INSTqLLHTION �RAWINGS 4 TEST STATIONS SHALL BE INSTALLED DIRECTLV OVER PROTECTEDPIPELINES WHEREVERP05518LE. WHEN FIELD CONDITIONS DO NOTALLOW FOR THIS, TEST STATIONS LOCATIONS SHALL BE FIELD DETERMINED AS TO SUIT THE MOST FENSIBLE LOCATION. 5 INSTALL ISOLATION FLANGE KITS AT THE BEGINNING AND THE END OF THE PROJECT PIPELINES TO PREVENT SHORTING WITH OTHER METALLIC LINES. 0 40' 80' �� SCALE: 1" = 40'-0" �orrpro° oq 7075_1�_15 R"wrvev F_ MorPno �E51GNEOeV V. Nava ��E�rcE�eY V. Nava nvaaweoev J. Conaer `�E"'oanwiHCNo aRo,ec. no ca�E 1" = 40' I REv/� �RpU30-B252027-C-006 S�EET�� 30 I !'1 0 � a � O O ��\� � O + a y �ao+o W Z . � r J i c, a ��,�`' x � LEGEN� '1 ANODE TEST STATION 5� GASINGTESTSTATION � �O ISOLATION FLANGE TEST STATION 5� � � 30'WATERLINE�PCCP) A M025,12.15C ISSUED FOR CONSTRUCTION R yE�wriMM�o� I O Cl1ACT NLPHA RANCH III, LLC � E%ISPNG 40' WAiER EASEMENT I O� INST. N0. 2012-9545 � I 0 P.R.W.C.T. IISOLATIONFLANGEKIT& ISOLATION � FLANGE TEST STATION 2(STA 46t00.92) ISOLanOry vnLVE: I II �� ANODE TEST STATION 6 (STA42+00) STA Ifi+00.92 NS IV WAIER E%ISTING 30" BUTIERFLV �� END PROPOSED 30� WAIER MAIN �ALVE IN VAULT I I INSTALL: PIPELINE ACCESS � GIITURE EAGLE PnRKWAT �-J0� SLEEYE I I � STA 40+20 NS IV WAIER (BY OMERS) 1-ISOLAPON MNGE I Q `' � i-isounoN icsr srnnoN � INSTALL: PER DETRIL ON SHEET 11 � i 1-]0' BUTIERFLY VRLVE 4 -PROPOSED .10' WATER EASEMENT REMOVE E%ISIING PLUG I I VAULT INCLUpING JO' PIPELINE CONNECT TO E%ISTNG 30' i ACCESS PER D128 NNRE ROW Wq1ER MRIN PER D129 EXISPNG 30' 3 p N�]054343.38 � — N=)054334.fi1 — I Di wnTER E�2301]93.25 E=]302314.10 x-26682 _ — — _ — n — _ _ _ . . O_ __/ � II I . �i+.,.: ti i:,:, :�rOG ��rOG ��rJ� +00 ' � `r U� NYO,r j �� .— — x . — x— . _ — 1������W�c _ � � — — _ .��,�....�.� % ' �- -,� ��'" � �� __ __ __ ` __ EAGLEPARKWAY i MARY JANE BENNETT \\ (FUTURE� VOL. 911, PG. 636 \ �.R.W.C.T. `FUIURE ROW FUNRE ALPHA RANCH (BY OiHERS) CITY PROJ. N0. 106400 � OTEST STATION INSTALLATION - PLAN 30" WATER TRANSMISSION MAIN EXTENSION .� �Sp�E'OF�TFx9\�1 : 5:: � s ,, I.: � i...:.....................:: �. � j JAMES P CONGER � �,.A ......................:...' /� y:. 155568 •�?� T � �11, fss/CENSE������ Q ` G �� ���::E � CITY OF FORT WORTH TEST STATION WSTALLATION PLAN STA 40+00 TO STA 46+00.21 NOTES 1 THESENOTESHPPLYTOTHEGALVANICINSTALLATION SYSTEM THROUGHOUT THE ENTIRE DRAW ING PHCKAGE 2 INSTALLATION INSTRUCTIONS AND DETAILS SHOW N ON THIS DRAWIN6 PNCKAGE ARE BNSED ON INFORMATION vRovioEo nrvr oEvinriory THnr mnr eE aEnuiaEo ouE ro ciE�o coNoirioNs oa unForzESEEN APPURTENANCES. SHALL BE CONVEVEO TO THE coaRaao oEsicry ENciNEEa Foa corvsioERnTioN nr�o HDVICE 3. TEST STATION LOCATIONS SHO WN ARE SUGGESTED ansEo oN oN irvFoaMnrioN areovioEo. ncTun� rEsr STATION MNV 6E MOVE� WITHIN THE SHOWN VICINITV, BUT THE ANODES. COUPONS 8 THERMITES WELDS ARE TO BE INSTALLE� HS PER THE DISTANCES FROM THE PIPELINE AS SHOWN ON THE INSTNLLNTION DRAW INGS. 4 TEST STATIONS SHALL BE INSTALLEO DIRECTLV OVER PROTECTE� PIPELINES WHEREVER P05518LE. WHEN FIELD CONDITIONS �O NOT ALLOW FOR THIS, TEST STATIONS LOCATIONS SHALL BE FIELD DETERMINEO AS TO SIIIT THE MOST FEASIBLE LOCATION. 5 INSTALL ISOLATION FLANGE KITS AT THE BEGINNING AND THE END OF THE PROJECT PIPELINES TO PREVENT SHORTING W ITH OTHER METALLIC LINES. 0 40' 80' �� SCALE: 1" = 40'-0" �orrpro• 7�75.1�.15 RPWNeY F. M�rPn� �E51GNEOeV V. Nava ��E�KE�eV V. Nava nPPaweoev J. Conaer `�E"'oanwiHCNo o,E� Ho ca�e 1" = 40' I eev �RQU30-B252027-C-007 S�EET�� 31 I !'1 0 � a � O � ANODE LEAD TO HEA�ER THI�S$WG CABLESPLICE� � � ^ �� �� BARWRAPPED / � CONCRETE CYLIN�ER PIPE � 15' GC (TYP.) � 12 EACH, 48t! (60D4 HP) HIGH POTENTIAL MAGNESIUM ANODES (ONLV 5 SHOWN FOR THE PURPOSE OF CLARITY CAST IRON LI� MARKED "CP-TEST•' 24"x24••x4•• CONCRETE PAD� GR4DE �\/��/��\ �\��\/��\\ ;�/��/��/ �:�/ �/ �/ TERMINALPANEL, SEE�ETAIL2THISDRAWING BROOK53-RTCONCRETEVALVE BOX (INSIDE DIMS 10 25"H x 12" DEEP) 3" OF CRUSHED ROCK� N12AWGRHHN/THWPIPELINE � LEA� WIRES, WHITE — #BAWG/HMWPE LOOPEO HEADERCABLE,BLACK~ OTEST STATION INSTALLATION TEST STATION MACHINE SCREWS, TERMINALPANEL~ O —yyqSHERS AND HEX NUTS O O GRIMP-ON RING LUGCONNECTORS 0.010HM,8AMP,_ � COTTSHUNT,VELLOW O #BAWG/HMWPE LOOPED HEADER CABLE, BLACK //�� 2 EA. #12 AWG THHN — �U/ O —COUPON LEADS WIRES, A GREEN N14AWG/HMWPEREFERENCE 4 d12AWGRHHNITHWPIPELINE GELLLEADWIRE,BLUE ~t ��� • LEA�WIRES,WHITE I I 6 � � � � � OTERMINALPANEL A FnOZSNZ�sc. ISSUEDFORCONSTRUCTION a qrEn�.rMMpo, ���a�otio�a��.�oN / � � 2 EA. k12 AWG THHN —COUPON LFADS WIRES, GREEN #14 AWG/HMWPE FREFERENCE CELL LEA� WIRE, BLUE \ �THERMITEBRAZEDQ Q 1 � 1 x CONNECTIONS SF,LTJ1 S�TJt _ I[rl/ \� i 'J1� 1 '_ _ I F�Cu/CUSO4 � � REFERENCE CELL l�' \/ DUCTILEIRONCOUPON M.0 MILLERIRFREE COUPONNCOU200-FDIWITH2EA N12AWG THHN LEAD WIRES, GREEN OR CARBON STEEL COUPON. M.G MILLER IR FREE COUPON #COU100 WITH 2 EA #12 AWG THHN LEAO WIRES, GREEN u ❑_ COATENTIRESPLICE BURNDY(VC1�C10) WITHSCOTCHKOTE �COMP��ESSIONCONNECTOR il10AWG/HMWPE LOOPE� HEA�ER CABLE (BLACK)� � � � /� � ) 1 —il TWOLAVERSOFSCOTGH _ � �� d10AWGIHMWPE 33 VINVL TAPE HEADER CABLE TWOLAYERSOFSCOTCH� 130C RUBBER TAPE CSPLICE DETAILS OF fk� 1 ' : �PS ,.......T, q� , uEn 0r7 • . ��� , ...:........ � �........:: .. , PEaFORMEo �NOER�Ro��o s.R��.�REs ANo �.���.�Es MA. eE PRESE�. wH��H jJAMES P CONGER � ^aE uor ooc�n�En*Eo oR EocnrEo rHis ooc�mEN1 is F�arHEa sueiEcr ro Au �,Q ' snrEirnmEssErwarHn Eiry I� y. 155568 ��;� _ 17LE 1� ,n'+ (/CENSE�.'�?�� � � fs ........ G � ��� �1 S�ONAI E�' ������� � CITY OF FORT WORTH ANODE TEST STATION INSTALLATION DETAILS GR4DE � �\/��/��\ �\\�\/\�\\ `�/��/��/ .�/ �/ �/ it12 AWG/rHHNRHW PIPELINE LEA� WIRES, WHITE� —� #BAWG/HMWPE LOOPED 2EA.#12AWGTHHN ANODE LEAD TO HEADER CABLE, BLACK ~ �COUPON LEADS WIRES, HEADER CABLE GREEN SPLICE� p14 AWG/HMWPE (/— - �REFERENGEGELL �` LEAD WIRE. BLUE THERMITE BRAZED CONNECTIONS� CWCuSO4 REFERENCE CELL, SACRIFICIAL INSTALL AT STRUCTURE ANODES~ GENTERLINE DEPTH AND 6" TO 12 FROM STRUCTURE PIPE LINE DUCTILE IRON OR CARBON � STEELCOUPON �5'IMIN) 12a2� —I OSECTION �orrpro° oq 2025.12.15 R"wrvev F. Mnrano APPao�Eoav V. Nava LENroAAw�H�No V. Nava J.Conaer Pao,ec.r�o scuE N.T.S. IREv/� �RpU30�B252027-C-008 S�EET�� 32 I /`1 0 � a � 0 0 CAST IRON LID MARKED GP TEST" 24"x24••x4•• CONCRETEPA�� GRADE �%��%��% � � ��/\\%%\�� i / ii / TERMINAL PANEL. gROOKS 3-RT CONCRETE VALVE SEE �ETAIL 2 THIS DRAWING gOX (INSIDE DIMS' 10 25"� x �2" DEEP) 3"OFCRUSHE�ROCK-� V � #12 AWGRHHWTHW PIPELINE LEAD WIRES, WHITEJ k12 AWG/rHHNRHW GASING il14AWG�HMWPEREFERENCE LEADWIRES.VELLOW CELL LEAD WIRE, BLUE l I BAR WRAPPEO � CONCRETE j CYLINDERPIPE \ CWC�504 REFERENCE CELL, INSTALL ATSTRUGTURE GENTERLINEDEPTHAND 6" TO 12 FROM STRUCTURE 0 z 0 U A q�ZvXN�'MS ISSUED FOR CONSTRUCTION FM N JC oo) � / THERMITEBRAZE� Q �G�NNEGTIONS 5�� 1 STEEL CASING �_ THERMITE BRAZE� 40 Q] CONNECTIONS SktTi11 SH�TJ1 TEST STATION _� MACHINE SGREW 5, TERMINALPANEL O —WASHERS AND HEX NUTS � O _CRIMP-ONRING LUG CONNECTORS � � #12AWG1THHNRHWPIPELINE � O O LEAD WIRES, WHITE #14 AWG/HMWPE REFERENCE _#12 AWG/rHHWTHW CASING CELL LEAD WIRE, BLUE � � _ l l LEAD WIRES, VELLOW 4 !� !� !� 1 � � TERMINALPANEL � TEST STATION INSTALLATION �L9il �pSE�rf�q�11, uENr i S:' snFemn�ear. rHisoocuniENrooESNorREF� � e , , corvoinorvs nrvo sHn« rvo* eE r�u[o �Pory FOR rH[ �ocn*iory oF arvr �*aQn[s. ��RRE�.s, ��Aaos oR o.�ER �o�o.oNs �,�ERE .�E �,oRk s, aE CITY OF FORT WORTH ,.: .:.>> PEaFORMEe ��oER�Ro��o s.k��.�REs A�o �,n�,rts M�, ��ESE�. w��� orrpro• . ...:......................:.... AFE �o. oo���.E�.Eo oR �o�A.Eo .��s oa��„E�. �s F�a.�ER s�e,E�..o A�� j JAMES P CONGER j snrEirnorEssErwarHnEaEiry �� .q ..........................f Rnwry er ��y:, 155568 ��s xo*ce.H _ ir_E 2025.12.15 o�v F_Mnreno �� F" ��CENSEO:'�`"� cnecrce T 4� �fss/o � 6�� APPao�Eoav V. Nava ��EN,oAAw�H�No V. Nava Q .� 4��� ::�—r e„�o,,,e �+r+�<�am rvrv:oas �� � CASING TEST STATION INSTALLATION DETAILS J. Conaer �E _ - s e vao,�c.vo _ ' N.T.S. IaEv a��o ��,mo 33 � l'1 ,����a��.R���.�N�Ro���������a�,MEs�a��Aa���n " oRAU30-B252027-C-009 0 � a � 0 0 24"x24••x4•• CONCRETE PA�� �\��\��\� � �/ �//�/ TERMINALPANEL. SEE �ETAIL 2 THIS DRAWING 3" OF CRUSHE� ROCK— #12 AWGRHHWTHW PIPELINE_ LEAD WIRES, WHITE i114 AWG�HMWPE REFERENCE CELL LEAD WIRE, BLUE CAST IRON LID MARKED "GP-TEST" GRADE � \\ \\ \\ \ �/ ���/ BROOKS 3-RT CONCRETE VALVE �BOX (INSIDE DIMS' 10 25"� x �2" DEEP) k12 AWG/rHHNRHW PIPELINE � LEAD WIRES. RED � / \ TESTSTATION_� - MACHINESGREWS, TERMINALPANEL O —WASHERS AND HEX NUTS � O _CRIMP-ONRING LUG CONNECTORS � � #12AWG1THHNRHWPIPELINE_ � O O LEAD WIRES, WHITE #14 AWG/HMWPE REFERENCE _#12 AWG/rHHWTHW PIPELINE CELL LEAD WIRE, BLUE � _ 1 LEAD WIRES, RED I 4 !� !� !� 1 � THERMITE BRAZE� Q QTHERMITEBRAZED CONNECTIONS SI,tTJi 5�� CONNECTIONS PROTEGTE�PIPELINE � UNPROTECTEDPIPEIINE j (BAR WRAPPED �p I. OR STEEL) �� � CONCRETECVLINDER I\� PIPE) CWC�504 REFERENCE CELL, INSTALL ISOLATION FLANGE KIT AT D.I./STEEL PIPE TO BAR Q ATSTRUGTURE GENTERLINEDEPTHAND —WRAPPE�STEELPIPETRANSITIONA�APTER Sk�TJi 6" TO 12 FROM STRUCTURE D.I /STEEL FLANGE A�APTER � TEST STATION INSTALLATION 0 z O U A q�ZvXN�'MS ISSUED FOR CONSTRUCTION FM N JC oo) � TERMINALPANEL % s�p�t.�rE�4��� ��EN, ;.�� ::::.............::::�:���, �e,E�..oA�� >EaFo�,Eo �NOER�Ro��o s.k��.�R� �o �,n�,rts M�. ��HE�, w��� j JAMES P CONGER j snrEnno�EssErwarHRnEaervEo rNisooc�n�ENrisFuarHEas � ... : .....................: ... � 155568 'e� meM�sPReuMiNnRr,PRePraeoroanuvircowarosE.inRe�iurvce - y����� ��CENSEO; ���-�� upo�H irvroa�riory vaovioeo er omems, nry - ��'E �\ SS/0......��� ' � ��� ���. ::��� eylcon9�'a�f�:ta�sa.x.�Y�s/sois . ; ; CITY OF FORT WORTH ISOLATION FLANGE TEST STATION INSTALLATION �ETAILS �orrpro• 2025.12.15 RAw� oreY F_ Mnreno oEs���Eoa. V.Nava �nE�koAAw�H�No V.Nava APPao�Eoav � Conaer c��E�T vao,�c.vo ca`E N.T.S.IaEv. �RpU30-B252027-C-010 S�EET�� 34 I 1`1 O INSULATING WASHER- STAINLESS STEEL � WASHER j STAINLESSSTEEL INSULATING INSULATING STAINLESSSTEEL FLANGENUT GASKET SLEEVE FLANGEBOLT w -- —� �—�� � Z — _ 0 �j PIPELINE I I 1 PIPELINE _ IJ u � t1 � � FLANGE CISOLATION FLANGE KIT DETAILS STRUCTURE LEAD WIRES (#12 AWGRHW-WHITE) FROM TEST STATION, ONE WIRE PER "L" BRACKET Q THERMITE NON-SHRINKGROUTPLACEDINFIELD 5lZTJ1 BRAZEO(TYP_) �AFTER CONNECTION IS MADE "L"BRACKETS Q INSTALL 2 EACH BONDING CLIP INSTALL 2 EACH Q S�TJ�(2&t00CLOCK (28100'CLOCKPOSITIONS) SrTJt POSITIONS) , ,� STEEL RING • . � �,tiir� �: �aaiil�iri(/ � . .. I ,�,�i .,,. .. III F �' . . ..�. . � I . � � . .. . . 3/i6" TYP>� RUBBER GASKET STEEL SPIGOT RING CTEST STATION LEAD WIRE CONNECTION BAR WRAPPED CONCRETE CYLINDER PIPE REMOVE GALVANIZED COATING, FILE PIPE TO BRIGHT METAL AND DRV ANV MOISTURE WITH ATOWEL. 3"T04" � � STEP 1 HOLD WELDER FIRMLV IN PLACE WHILE MAKING CONNECTION APPLV SPARK GUN AWAVFROMOPERATOR SEEINSERT I — STEP 3 LVTHERM ��g^RA�IUS FILLER STRIP P�. 1/8"RAOIUS � LT T-10GA.J 1/4•• NOTES' 1 STEEL BONDING CLIP'. MATERIAL SPECIFlCATION --- ASTM A36 (COMMERCIALQUALITV�CUTLENGTH 21/2"xV16" WIDTH ----- --1114"±1/16" 2 LVTHERMFILLERSTRIPTOBEI x11/2 WIDETOOVERLAP SIDES OF CLIP 3 CRIMPJUMPEROVEftFILLERAT"A"TOCOMPRESSFILLERCLOSE AT PT. "A" AS MUCH AS POSSIBLE WITHOUT CUTTING FILLER PAD. 4. BON�ING CLIP TO BE INSTALLED IN THE INTERIOR OF PIPE FOR DIAMETERS LARGER THAN 3�". FOR 30" AND SMALLER, BONDING CLIP IS TO BE INSTALLED ON EXTERIOR OF PIPE. 5. ARRANGE 80NOING CLIP$ ON TOP OF PIPE, 121NCHES APART. 6. THREE RE�UIRE� PER JOINT (TVPICAL). CSTEEL BONDING CLIP f ��/j/j/j//""'��� + + + + + + + r + + + + + + + + + + + + + + + + + + + + + + BACKFILL �+ + + + + + + I + ♦ + + + + + + + + + + + + + + + + + + + f * J f f //��/���%��//� ��//��%�/ (//��%/ i WATERMAIN J GATE VALVE J 11' I/i�///// �+ + + + + + + + + + + + + + + - + + + + + + + + - + + + + N0.2AWG,STRANDEDCOPPER + + + THHNINSULATIONBONDWIRES, + + + + . gLACK THERMITE BRAZED CONNECTIONS � (TVP.4PLACES) S�TJ1 NOTE. 1. BOND WIRES SHALL BE PLACED A MINIMUM OF 6" APART CELECTRICAL BONDING ACROSS GATE VALVE k4 AWG BOND CABLE NON-SHRINK GROUT PLACED IN (2 EACH PER BOND LOCATION) FlELD AFTER CONNECTION IS MADE REMOVE MORTAR AS NEEDED Qq THERMITEBRPZEDCONNECTIONS �TOACCESSSTEELSTRUCTURE 5-LITJi (2PERBONDINGCABLE) � STEELRING . . . .�....,...L ,I,/t'.,.,%<�� ' ENCAPSULATION THERMITE WELD COMPOUN� CONNECTION ROVSTON PLASTIC LEAD WIRE HANDV-CAP �� / i� ^� � � �� �Q�iREO R I W ' i��Epp. I � 2 piPE 1 � o�4 1/ .�_ �'� O"L" BRACKET STRIP INSULATION FROM WIRE(SEENOTENO i) STEP 2 REMOVE SLAG � WITH HAMMER I � STEP 4 ��HANDLE �GRAPHITE MOLD STARTING POWDER WELO METAL METALDISK COPPER WIRE ...,.,...:�' ....—........�PIPESURFACE _ ..... . 'S�PZE��,!„TE�q�111 STEPS INSERT .�� �6 ',�� THERMITE BRAZE PROCEDURE ._; ....................... _., j JAMES P CONGER � GENERALPROCEDURE 1 WHEN USING NO 10 TO NO 14 NWG SOLID OR STRANDED WIRE, IT WILL BE NECESSARY TO INSTALL A COPPER SLEEVE OF ADEpUATE SIZE OVER THE BARE EN� OF THE WIRE NN� CRIMP IN PLPCE BEFORE ATTEMPTING TO MAKE THE CONNECTION THE WIRE SHOUL� PROTRUDE AT LEAST 1/8" FROM THE END OF THE SLEEVE 2 INSERT THE CONDUCTOR INTO THE MOLD NOTING NNY SPECIAL INFORMATION 11N0ER "POSITIONING" FOR APPLICATION TYPE IN THE MANUFACTl1RERS INSTRl1CTIONS PACKAGED WITH THE WELOER. 3 INSERT STEEL DISN IN BOTTOM OF CAVITV INSIDE MOLD POUR THE WELD METNL INTO MOLD BEING CAREFUL NOT TO UPSETTHE STEEL DISK SQUEEZE THE BOTTOM OF THE TUBE TO LOOSEN PLL THE STARTING POWOER AN� SPREAO IT EVENLY OVER THE WELD METAL PLACE A SMALL AMOl1NT OF STARTING PO WOER ON THE TOP EDGE OF THE MOLD UNDER THE COVER OPENING FOR EASV I6NITION. 4. CLOSE COVER AND IGNITE W ITH THE FLINT GUN MOVE THE FLINT GUN AWAYQUICKLVTOPREVENTFOULING IFFLINTGUNSHOULDBECOME FOULE�, SOAK IT IN HOUSEHOLD AMMONIA 5 AFTER IGNITION HOL� THE WEL�ER IN PLACE FOR A MOMENT TO HLLOW THE WELD TO SOLIDIFV AFTER THE WELD HNS COOLED, REMOVE THE SLAG W ITH A CHIPPING HAMMER OR W IRE 6R115H. s COaiCONNECnONnrvorHEErviiaEVREvaREOSURFnCE ] CLEHN THE COVER EVERY 6 T0 10 WELDS. 8 WET OR DAMP MOLOS WILL PROOUCE POROUS WELDS. MOLDS MUST BE DRIED OUT BEFORE ATTEMPTING TO W EL� 9 CONNECTIONS ARE TO BE PLACED A MINIMl1M OF 3" APART. UNSl1CCE55Fl1L WELDS ARE TO BE ABNNDONED AND MOVED TO ANOTHER PREPARED SURFACE NOT LESS THAN 3" AWHY. ' / '� 4 :.....................:..., �� � �j �,_ .' ', �_W�_..y....� I .,�1 l�y: 155568 '�� r� e�ii».a�am,iviuzoss �Enr ) ) 1 �f; (/CENSE������ RUBBER GASKET 11�\�` ;;" �� , STEEL SPIGOT RING � CITY OF FORT WORTH , O JOINT BONDING—BAR WRAPPED CONCRETE CYLINDER PIPE s^_�°�ESSE�F°a���ERE�� ���S��cV�ENi15FVRiHER5UB1ECTiOAL� LE NOTE: ALL BAR WRAPPED JOINTS TO BE ' BONDED FOR FOR CONTINUITY. ���. MISCELLANEOUS INSTALLATION DETAILS '� 2025.12.15 �i A � ISSUED FOR CONSTRUCTION �emvvMni�oo� �vieior�oEscaiorioN muasMticsiorvi,w.e�so�.imerzeaasFoa,vwwcow,awnssuMesNouns�mr nm �orrpro• 2�25 �Z �5 oanwrvev F_ Mnreno aPPao�Eoav V. Nava ��ENrow,w�N�No V. Nava J.Conaer c Pao,E�.No �scuE N.T.S. IlRev ��EE,�o A �RpU 30-B 252027-C-011 35 000515-1 ADDENDA Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 SECTION 00 OS 15 ADDENDA END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of 106202: Northside IV Elevated Storage Tank - 30" Water Transmission Main Extension will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portaU?tab=openOpnortunities, under the respective Project unti12:00 P.M. CST, Thursdav, December 18TH, 2025. Bids will then be opened publicly and read aloud beginning at 2:00 PM at New City Hall (NCH); Room MZ10_12, 100 Fort Worth Trail, Fort Worth, TX 76102. Bidders shall also email the Small Business Utilization Form, and Small Business Certificate(s), (if applicable) to the city PM. 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: https://fortworthtexas.bonfirehub.com/nortal/?tab=openOpportunities 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 30" WATER TRANSMISSION MAIN EXTENSION Revised 2/08/24 CPN 106202 00 11 13 INVITATION TO BIDDERS Page 2 of 3 SUPPORT For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.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 [VIDEO] — Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: -4500 LF 30" Water Main. 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 https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, 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 https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Proj ect. PREBID CONFERENCE — Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: December 9th, 2025 TIME: 9:00 AM Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 30" WATER TRANSMISSION MAIN EXTENSION Revised 2/08/24 CPN 106202 00 11 13 INVITATION TO BIDDERS Page 3 of 3 AwA� City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES First date for advertisement: November 19th, 2025 Second date for advertisement: November 26th, 2025 END OF SECTION CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 30" WATER TRANSMISSION MAIN EXTENSION Revised 2/08/24 CPN 106202 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 9 SECTION 00 21 13 1NSTRUCTIONS TO BIDDERS 1. Defined Terms 11. 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 rej ected. CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 30" WATER TRANSMISSION MAIN EXTENSION Revised/Updated September 1, 2025 CPN 106202 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https://www.fortworthtexas.�ov/departments/tpw/development/cfw-departments-tpw- contractors under Division 00 - General Conditions and as follows: 3.1.1. Paving — Requirements document located at: httns://ann-us3.e- builder.net/public/publicLandin�.aspx?OS-4d00804b133b408a85a69323548dda25 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at: httns://ann-us3.e- builder.net/public/publicLandin�.aspx?QS=e43c4239775f4b2583552c029c6a1 ed2 1.3. Water and Sanitary Sewer — Requirements document located at: httns://ann-us3.e- builder.net/nublic/publicLandin�.aspx?OS=4fc66ff8c36c4c029d542d4e55114e8d 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: 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. CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 30" WATER TRANSMISSION MAIN EXTENSION Revised/Updated September 1, 2025 CPN 106202 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 41.2. 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. 41.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 41.4. Shall study a1L• (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. 41.7. 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. 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. CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 30" WATER TRANSMISSION MAIN EXTENSION Revised/Updated September 1, 2025 CPN 106202 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 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 o£ 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4. Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 30" WATER TRANSMISSION MAIN EXTENSION Revised/Updated September 1, 2025 CPN 106202 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Wark 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 additionallands 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 6.3 .� 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=openOpportunities on or before 2 p.m., the FRIDAY 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. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portaU?tab=openOpportunities 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. CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 30" WATER TRANSMISSION MAIN EXTENSION Revised/Updated September 1, 2025 CPN 106202 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 7. Bid Security 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11. L In accordance with the City's Small Business Ordinance No. 27832-08-25, the City has established a goal for the participation of small businesses for City contracts $100,000 or greater. See Section 00 45 41 for the Project Goal and additional requirements. Failure to comply may render the Bidder non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 30" WATER TRANSMISSION MAIN EXTENSION Revised/Updated September 1, 2025 CPN 106202 00 21 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 wark 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. 12.7. 12.8. 12.9. Bids by individuals shall show the Bidder's name and official address. 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. All names shall be typed or printed in ink below the signature. 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. 1211. 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 141. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities. CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 30" WATER TRANSMISSION MAIN EXTENSION Revised/Updated September 1, 2025 CPN 106202 00 21 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°/o of the value embraced on the Contract, unless otherwise approved by the City. CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 30" WATER TRANSMISSION MAIN EXTENSION Revised/Updated September 1, 2025 CPN 106202 00 21 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 Ciry. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City CounciL The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 30" WATER TRANSMISSION MAIN EXTENSION Revised/Updated September 1, 2025 CPN 106202 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of interest Questionnaire) (state.tx.us) https://www.ethics.state.tx. us/data/forms/conflict/CIS.pdf � CIQ Form does not apply � CIQ Form is on file with City Secretary Q CIQ Form is being provided to the City Secretary Q CIS Form does not apply Q CIS Form is on File with City Secretary � CIS Form is being provided to the City Secretary BIDDER: Western Municipal Construction of Texas, LLC. By: Michael Hern Signature::�%1 J�/�O�" /�� Title: General Manager END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 00 41 00 Bid Proposal Workbook - Addendum 2 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: NS IV ELEVATED STORAGE TANK - 30" WATER MAIN EXTENSION City Project No.: 106202 Units/Sections: UNIT I: WATER IMPROVEMENTS 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook 00 41 00 BID FORM Page 2 of 3 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. 3. Prequalification The Bidder acknowledges that the following work types m st be performed only by prequalified contractors and subcontractors: a. Water Transmission, Development, 30-Inches and Smaller b. c. d. - e. - f. - g. - h. - 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 240 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 m eting the requirements of Paragraph e 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. Small Business Forms (required at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 �If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook 00 41 00 BID FORM Page 3 of 3 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. ��I3L: 7. Bid Submittal This Bid is submitted on Respectfully submitted, BY: V ,��%�G�������� -- _. (Signature) Michael Hern (Printed Name) Title: General Manager $3,378,260.00 by the entity named below. IReceipt is acknowledged of the Initial following Addenda: �'�`•� �Addendum No. 1:12/05/2025 �� � �Addendum No. 2:12/10/2025 ,(� � �Addendum No. 3:12/15/2025 /%�,,� � �Addendum No. 4: � � � Company: Western Municipal Construction of Texas, LLC. Address: 402 Gulf Ave., Justin, TX 76247 State of Incorporation: Email: mhern@wmc-i.com Phone: 940-648-0020 12/18/2025 END OF SECTION Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook - Addendum 2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Projec[ I[em Infrn�matimi 00 42 43 BID PROPOSAL Pngc I of I Bidder's Application I3idd�'s Proposal Bidlis[ I[em Specificatimi Unit of Bid Desa�iptimi No. Section No. Measw�e Qoan[i[y LA* 331 L075 L 30" DIP Water 33 1 L 10 LF 3,060 1B* 3311.0761 30"SteeIAWWAC200WaterPipe 331114 LF 3,060 1C* 331 L077L 30" Concrete AWWA C303 WaterPipe 33 1 L 13 LF 3,060 2A* 3311.0757 30" DIP Water, CLSM Backfill 33 11 10 LF 40 2B* 331 L0767 30" Steel AWWA C200 WaterPipe, CLSM Backfill 33 1 L 14 LF 40 2C* 3311.0777 30" Concrete AWWA C303 WaterPipe, CLSM Backfill 33 11 13 LF 40 3A* 331 L0754 30" DIP Water (Restrained Joints) 33 1 L 10 LF L,280 3B* 3311.0764 30" Steel AWWA C200 WaterPipe (Restrained Joints) 33 11 14 LF 1,280 3C* 331 L0774 30" Concrete AWWA C303 Water Pipe (Restrained Joints) 33 1 L 13 LF L,280 4A* 3311.0001 Ductile Iron Water FittinQs w/ Restraint 33 11 11 TON 3.0 4B* 331 L001 L Steel Fittings 33 1 L 1 L LS 1 4C* 3311.0021 C303 Fitti�{�s 33 11 11 LS 1 *Contractor to provide Unit Price/Bid Value for only one of the alternatives for items 1 throagh 12 DO NOT PROVIDE UNIT PRICE/BID VALUE FOR EACH ALTERNATIVE 5 331 L056 L 16" PVC C905 Water Pipe 33 1 L 12 LF 20 6 3311.0261 8" PVC WaterPipe 33 11 12 LF 40 7 331LOL6L 6"PVCWaterPipe 331L 12 LF IS 8 3305.1008 48" Casine Bv Onen Cut 33 OS 22 LF 120 9 3305.2008 30" Water Carrier Pipe 33 OS 24 LF 120 10 9999.0001 30" AW WA Butterflv Valve, w/ Vault 33 12 20 EA 3 1 L 33123006 16" Gate Valve w/ Vault 33 12 20 EA 1 12 3312.3003 8" Gate Valve 33 12 20 EA 2 13 33123002 6" Gate Valve 33 12 20 EA 3 14 3312.0001 Fire Hvdrant 33 12 40 EA 3 15 3312.6003 8" Blow Off Valve Assembly 33 12 60 EA 2 16 3305.0112 Concrete Collar for Manhole 33 OS 17 EA 4 17 331 L000 L Ductile Iron Water FittinQs w/ Restraint 33 1 L 1 L TON 1.0 18 3304.0002 Cathodic Protection - Installation 33 04 12 LS 1 19 0 L7 LO LO L Construction Staldng 0 L 7 L 23 LS 1 20 0171.0102 As-Built Survev (Water) Ol 71 23 LS 1 2L 3L25ALOL SWPPP > 1 acre 3L 25 00 LS 1 22 3301.0002 Post-CCTV Inspection 33 OS 10 LF 4,500 23 329LOLOOTopsoil 329L 19 CY 345 24 3292.0400 Seedine, Hvdromulch 32 92 13 SY 3,100 25 3305AL09 Trench Safety 33 OS 10 LF 4,575 26 3305.0110 Utilitv Markers 33 OS 26 LS 1 27 3312A L06 Connection to ExistinQ 16" Water Main 33 12 25 EA 1 28 3312.0109 Connection to Existine 30" Water Main 33 12 25 EA 1 29 3 L I OA L02 6"-12" Tree Removal 3 L 10 00 EA 3 30 3110.0103 12"-18" Tree Removal 31 10 00 EA 3 3 L 024 LO500 Remove Fence 02 4 L 13 LF 40 32 3231.0211 Barbed Wire Fence, Metal Posts 32 31 26 LF 40 33 9999.000 L Construction Allowance 00 00 00 LS 1 END OF SECTIOV Uni[ Price [3id Value I � � $343.00 $1,049,580.00� � � $550.00 $22,000.00� � � $400.00 $512,000.00� � � $85,920.00 $85,920.00� $130.00 $100.00 $77.00 $2,800.00 $350.00 $221,100.00 $29,600.00 $3,000.00 $2,000.00 $3,000.00 $23,400.00 $1,400.00 $14,600.00 $153,000.00 $44,000.00 $9,900.00 $33,100.00 $4.00 $24.00 $23.00 $7.00 $1, 500.00 $17,300.00 $37,600.00 $1, 700.00 $2,600.00 $25.00 $55.00 $100,000.00 Total Bid $2,600.00 � $4,000.00 I $1,155.00� $336,000.00� $42,000.00 � $663,300.00 � $29,600.00 � $6,000.00 I $6,000.00 I $9,000.00 I $46,800.00 � $5,600.00 � $14,600.00 � $153,000.00 � $44,000.00 � $9,900.00 � $33,100.00 � $18,000.00 � $8,280.00 � $71,300.00� $32,025.00 � $1,500.00� $17,300.00 � $37,600.00 � $5,100.00 � $7,SOO.00 I $1,000.00 I $2,200.00 � $100,000.00 $3,378,260.00 CITY OF FORT WORTH STANDARD COVSTRUCTION SPCCIFICATION DOCUMLNTS Rcviscd 9/30/2021 1-00 41 00 B�d Proposal Workbook- Addendum 2 00 43 13 BID BOND Page 1 of 2 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, Western Municipal Construction of Texas, LLC , known as ��Bidder�� IlBfelll 811CI Colonial American Casualty and Surety Company & Fidelity and Deposit Company of Maryland 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 NS IV ELEVATED STORAGE TANK- 30" WATER MAIN EXTENSION 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 SFALED this instrument by duly authorized agents and officers on this the � 5 day of December , 2025. PRINCIPAL: Western Municipal Construction of Texas, LLC BY: '���I/` L(lA��O�-�� ATTEST: C����'`�/�/ Witness as to Principal Signature G���+i- Wi�S�v, �' n �'c Name and Title NORTIiSIDE IV ELEVATFD STORAGG TANK CITY OF FORT WORTH 30" w'ATER "I�RANSMISSION MAIN EX"CENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 106202 Revised 9/30/2021 00 41 00 Bid Proposal Workbook 00 43 13 BID BOND Page 2 of 2 ��il/111M! � Witness as to Surety Sami Benson Attach Power of Attorney (Surety) for Attorney-in-Fact Address: 402 Gulf Avenue, Justin, TX 76247 SURETY: Colonial American Casualty anc Su,ety Company & Fidelity and Deposit Company of �Aaryiand BY: � !' t ,�1�'�i �e: '`-,,;'�` � : l:_�_ Signature Naomi Gerber, Attorney-in-Fact Name and Title Address: 1299 Zurich Way, Schaumburg, IL 601y6 Telephone Number: (847) 6�5-r;COi� '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 NORTHSIDE IV FLEVATED STORAGE TANK CITY OF FORT WORTH 30" WATER TRANSMISSION MAIN EXTENSION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 106202 Revised 9/30/2021 00 41 00 Bid Proposal Workbook �v�r`r1 �ur�b��r°. Bid Bond U�i�i���� City of Fort Worth 2'.;�.Jk�t�H �iVi�itTC;As+C ��T i�l�t�ti��;� CCJ�N�`��Y �c��t�����. ��a��ir��r� ��s���� ���� ��a���~� �����A.�i' r����.rr� �.�rr� ���r��r.-c cra����r c�a� rv���r�r�� �►��v�� �a� ��r����r�� �Q'W �T�T� 3��I� �"Y'�'I�L�� l�l����'i'�: 'I't��f the �.iJTtTCH.��vii:RlC�IV I���ti'�IC� ��3l��lNY, a�crr���»�atitr�z c�f il�� �hat� of i���� York� th� C{�LC1NiA.� �khrt�3ltt���i �a��U�1I TY �3VL3 �UR�T�r C�7MPr1NY, � ccrrp�r��iun p��� �Yat� �1 It(i�c�isrt anndfihe ,�[�LL:[T"� ANC� 1.���'�7SI`I" ��11tE�t1�''� C�� �ri1�CC�.."�"L� � c�cpc�r�iic�r� cr� tlie Stat� c�f 1'll:�nais �i�re�n coile�ti�r�ly calieci �11e "�;ornp�nies"}, bv �.ob�rt li. Murray°, vle� Pr�s�c�ent, i� �ur��a�i��e af �u�kr.�r,It� �runt�ci #�y r�,rt.��:l� �Y ���tio� �, ��th� k3y-1.�a��� ni`�aid Cc�n�p�nie�, yvhi�� �r�; s�� �a�:h �,n th� r�v�rs� sici� hec�of �nd �tr� hereb� certi�ed ka b� �n fi��i E't�rce �.nd ef��ct nn fhe cial�: ��rc�f, d�s her�y nt�i��in��t�, cc�nstitut�� anc� ���pc�int Naomi Gerber_. _ � it.s t��e and 1��v�'t�l ��ent ata.d Actc�z°ney-it�-�Faci, to tn�.k�, ���u�, ��a� �id dcl�v�r, for, �nc� nn it� bct�alf as suc�rt�� �nd as �ts act and decd. an� s��cc� a1t boniis �nc� un�iert�kings, and th�; �x.��ut,ion of such b�nc�s ar underta(�in�s i� pucsuance oftl��se �res�nfs, sha[! ��s b�din� �apan said �ornp�ni��s� �t� futly ar�d arn�l�, ttr ��13�it��tfis and purp�s�s, aa �t�ey �ad �aee� c�u1y �x�Gut�:c� at�d �c1;�cswlt�r3��� by i�� rc:�uEarly �l�ct�cl e,t�cc>r� ol" tEte 7t.J?2iCN AI�� �C�1�I �i�i��It�G� CC):MPr�t�t"�` s�i it� caffice: in 7v�vv "t't�rk„ �T��+ SCork., t.�.e n;�ul�ri� �lect�� c�#�ie�rs of �� CC�� C�N��;L .�I.Iv�&�.1;C�t ��1�xi�,.'L''iC A�li� S[.1�2�:"1'�" GC1�AI�1�' �t iTs t���c in �3��a�s I�iilis, Maryl�nd,, and fi�e r�gaalar� e;l�tecl a�'i��rs +��`'t�s�; �`II3�L�'�'Y r'�T�L7 T3�PL3�IT �Q%fP.�i� C}.€� N1r�Ri'i.t�C+ �� its +�C�ic� 'r:n Q�ings t�till�, d4�aryl�an,d.z i:n �heir ����rt p�nper p�rs��is. 'ii�� saad Vice �'rr��d�ca� cto� ����b� �xki�� i1�� th� ��,�a�� ��� i'vx�% �n �h� r��°�r� si�t; h.e����"3� � tr��� ���y ����ic�� V� 5i�t��� �, o.�'�� F�y�i.aw� af s�id �an�pa�ie� �icl �s ���� in ta�s�c. iN �I°I`I�f�SS WEtFR�:t��, �t�� sa��i �a��-�'re�lc���t ��� }ter�u:ntc� �ui�scri#��d hisfl�er nanae� at��i �f'���d ��� �tp�ar�� Sa�is aPf�s�: �aid �UF�iGk� A�EIi��AN I�S����:� +�(�l'V���'�', �4��at�i�T�.i.k ���:�lt���,' Ci�:�[�z�i,�'r'l' x�.l'�It� �C?�i�°i""�' �C3�TP�,�, �r�:�l i�Ci�Ei�l�'�� �N�i :�}��C.�S):'f" �.�t��:�'A�'� t1�' i���t��a�i��i, t15i� I�}th cC�yy c�� C)c�Cc�her, A.��. �f}�'3. � � - �,ti5��j�ro��oyeitry� .. �ri��R�q»�r1re1:. lM�turstt�r � ��g �.13 ,���r� �+��LiNSU °a,� n4 �� �� � y� +��"' �i.� `+', �.?'�fr{)+��'�� �� �'? 3 ��ta� ����r�� `a?�����Fs,r���� + ���J�FtL���";�s ���� � �i � �o; �� ��� �. � c��.1�"` ..t, r*-� ,,''�ra�,.+'���`` x�^�G��..�+�90,�+'�,y�,��,a Y'�rrJ�lA?��y,�S����c`� +r,� `+,���.` ,,rA'txr-Ar�i3Rik�4lo'��Y�k� �ra%.hz9xat3N� A�'��� � �n ��": ,��?��..��2£�'Ql,� �C� I�7"�SI��}T� t'z���iL� � ���d�L7�..�.� ..; ..,.. 8,�. 171itM7i .�'. .$i'�iir7l .S'RC.7"P��7� ��alkC tl�z���'Y���1t� Ctaetniy' t►� �33iik[ti�QYe �y{ /�yy !p�.,�(�(�?��'���'ory�pr�,/�+�n �Fs3ry.�„i'.r�.7� �ly; :� yryy /�t ,{�,,#y��[yll[.i��Al.E3�. wtLyLY�1;��gAg�L�..l+"+�l,.elyl,�i'yC+J�ild�yyy�dyi�li,...l�u Epa�eIT���.��t�i�lj �l,r i:lf�nl,S�lP��*'�yi'�yfiRiFAp.['C�iq\�l�.�P15�y�i` �i+:�.Sy^k,xyi}��i.�yE((,3�yE�x.l, ir/ ^��1yi��3p��9. �£S,T�,�Aiy gl.�e�g�p\�+�g�}ry�;�a;Iy��ky.�lyp:S� �I` � U��t�l;� IP L��dF 17CC Vo7#e�� � V1)Af� P� 1J F' AT';IJf&k 3 d.:atl: \i1 C)n this itlt#� t3a;� of Actabur, f�.t�. 2{��:�, bt�fcsre �f7e st�bscrib�r, � t�r�tary t�u�rli� r��'the St�te t�f �w3�ry#�r�dp tluCyv�mn�issianed ar�ct c�uati�i�d, i�al�ert �i, ��u�x�°, '�'�r� t�r��€�e��t a�ril Uarvn E. Brr��vi�, �"ecretary o� tt3c C�`r�m��nius,lz7 m.� pers���� tcnn�arn in t�c; tt�G in€�irric�uals an�] crf'iicers d�s�cih�r� it� ar�et zvh� exc�uted �lie pr�c�din� instrc:m�nt� and a�knawfeci��d the ��ec�rt#on a�' ��sme, and be�n� by n�e dcrly swcrrri„ de}�easet� u�r�1 s�itF�, th�t het�h4 is tt�c said �t]fiG�r �t'the (;am�nny a��r�sai�, and �h�t tttc se�t� ���rx�� t� the pae�di�zg i�stnrr�ent � Yhe ��rpur�t� S�«�Is afs�%ct Cc���penics, �nc[ li��t the stti� G�rpo�aC�: ��als a��d tlze si�7at�ire as s���i� o�k"icer w�re tlut� �fS'ixe�l �snd subsc;r�becl ta ih� s�rd r�st€�rment lay° t�re �urthc�rity and c�irecti�s� �t'�he sai�t Corpara�ic�ns, lI�! 1'GS'1"[MONI' 1�"HFFtk�:43F� I h�ve 1xcr�uGiic� s�:t �n� I�and and a�xed �ny C7�?'icial ��af thc ci�r,r �nd y��r frst �botFe'writt��€. f.�en�vi��e 1�1: t�r�is�art �y�tFitY;rrt '���'� T"'� �f w��'��.....`���C3�. Ca`��JEVCEE/E 1�+1. ��41a�"C)%I :�.rn �'uiLt� � 'Y'`- � NCST�tY Pt18LIC � - xs� � �v�y �: r ntrt,l �' �s��x�:�r�����r.a�a ��'�"cc��;,�. f�19C9h+.Mi�e`�ttr�„r�Jt#�IUARY23.21}28 r•nnir+`� Au:then�icity af this �anci �an t�e c�n�r��ec� �t �it�n�dval�dator,zurici�n�.cam �rr 41(�-5��-$'19D �X"CRA�T' �'�t7M �Y-LAV�1S t7� �"�t� GC)M1��1N��� „A�rticle V, Sec�ion $, Att�rnevswzn��act. T�e �hi�ef �xeeu.tiv� Of�Ger, fhe Preaielec�t, t�r any %x�cutive Vice 1're�i���i ar "triee Pr�sictent �i�y> b�� �vri�t�n l�struir�er�t uz�der the �ttest�d ���p��ate s�al, �ppo�nt ��tr��a�,��-i�= �t wir% �uth��°ity t+� �a:��u�:� �Qnds, p�l�ci�s, �eca�nir�:an�es, �iipulatinns; un��rt�icings, ar �tl.xer '[ikc ir�stru�ne��ts �n bek��tf c�f the G�mpa��y, �.nc� may autt�ari�� ,�i�y afiic�r �r ars.� �cl� aitarra�:w-it��Fact ira a�fix t�e �crr�or.at� se�� itser�t�a; �n€� m�y rvitt� or w�`rthaut c$us� mc�dify a�l�re�ra�� �an� �u��t appaintrneyr�t ar aut3��riE�+ at any fi��.�� +��RT��f�,�"i'� I, the and�rsi�ed, Vice �'resid�nt of ti�� �%�I�� Al�?f�I�T�AT<I T��E:Jlt.�1��� �UI�aIPAT�"Y, �e �C)Iat�I�IAL �i�u1ERi��3 ���T��TY rr5..i�i�} ��RI>'C`�' ��J��Y, ��.d tfz� ��i��`L�'i"'�" �� ���'t7�t'i' C�£�1ViP�NY t)F 14�,Y�..�.�i�3, d� Irer�b� �cti�`y tt�at #h� Fare�c�i.n,� F'��cv�r of A��z,�ey as �;.ti �n fult �arc� a��d ��eet �a� th� d� ��t��� c�i��at�, mn�t I�3� ��t�� a�r�zfy that �i�l� i�, ��ctian &t �f the �� i.�tw� �iihe �on�pani�.s is stil.t in �'orce. 'T�i� �'��x �;I'�%�t��� �.� ���i��� rza�y �� sig�„ec� by� �rsi��l� r��d�r ��t b� �ut�?�rit� a� t�� �'c��l��i�� z�e�e�l��ion a� th� ���rd ot' ��r�cta�s ��`tt�e �1.��2C�'� ;��'��l��i° ������ C�t71v�['�:�'� at � c���t�z�� �uul� �rl��cl �cz� held �� t�e t��h ci�y o���c�r��er i���3. i�;���,,`���: "'"�'�a� t�� si�ature ��`�ia� �r��a�lerat a� a Vice ��esider�� a�id �i�e ����cia�g sf�n�tc�� a�'a S�r�t�rry ar an �i��sta�t ��cr� an� t�� S�al. r��" z�� Cc�rr���x�y �a�y �Se a�"��� �y ,�'��s��%1� crn �y �'ar��r �f,�t�c�rn�.,.�,r�y �u�h �'a��r €sr ��y c��c�t� t��r�sf" b��in� su�h :F�e�ir�9le ;.i�na��r� �nc� ��a� ��1� be v�lid an<i �indu�� �n tk�� �crrn�y,�" `Ct�� P�r�r c��At�ccr�a�y �nd ���'i� �n�� b� si�r��c� by f�esisnii� und�� ��lc� `�y aui�ot^ii� �i�t�� �41��w�ng r�:���uti�m t���"the �crartl �f 3�irect�rs cr�`t�e C{iLC1?�lt�i., A7vi��C��N f���i7r�t,`C"Y �:��:"T`�' �{�1�'��" �t � rneetirs� dtrly �11�d a�� b�Id �m the 5t1� dtty c�f I�Iay, ��94, �d �� �al.�c��i�� re���uti�u af ti�e �3�tt,rd of i�ir�ct�r� a� t.h� �I.i��T�Tt`"�' A1� i����T,�' GC3M1'A�i'�" �3E �`�i,�l�7 �t a �n��tin� �ul� cail�ed and h�1'd c��t ttt� tOth ��;y �f tvf�y�, 1�9�1. �S(�I�V�I�: "`T`hat the f�acsi�aa%le 4r rr�e�h�rucall� r��araduced se� c�i`"k�� �acn�,��� �r3 �acsixz���e �r rne�i�t�aaicaSly repr�d�ace� �ign�tur� �f �n�'�%�e4�resid��t, �ecr�t�ry, or Assistant �ecr�tary c�f tE�� �camp�ny, whet�er rna�e her�ta�a� �x herea�ter, ���lterev�r �a�e�ri.n� u;pc�r� Kz �er���� �apy �r� an5� Pc�z�er of �tt�r�e� �ssz��� �� ik�� �"�r��an�, s�i�� �� v��i� a�ad bindin� u��z� th� G��n,�ttny �v�t�r th� same �c�xce �ad ��f"ect a� t�a� t�az�u�l6y ai�`��ed ; Z� I'��"I'�iVTCC1�`�'` '4'�1-��R�C7�, i��ve h�r�u.a%� �ubs�ribec� my namc: ancl affi��� the carporr�te se*als �t t3�e said Ccrrr€p�r�a,�s� �t��� 15th d,� �a�' December . 2025 , rtntr�� y1W45i 1 IY7�iY� S4W\it fA �l `1lA4� itj� ¢&��� J17i. y�'A' ��yh4�`*kJ"i�y� ,fi ��Y4�� . Y'��„� �,7CY�9 �'� ...�q,STC)h'l��,r .,-,^ s.�,r"��,�,f�4i���J��� . ��Y�'.��t`St.�`�= ., �i`cz�u�.A�."`t � � ���Al.� �' ��� �r : _.� ��: ��x ,�m �� s�`� -�� •x �%�'30�+"+,. .. �-'�b'���.r ;`'�,Y �rr �'`: "'•� •,.',.�."„�+ �'�:� fi µf�i�YYbfiPElllRti�YRI�� I{ ��UP ��a4���'�� y�1'AfiEYxsYist4$� } �� � F ����� �itT�' T�i� �C1�"t1G� V'i�t� i''r��id�nt 'T'C) it,��t31�'T' A CL�IiVC'4���"�-i ��G�h�ii� "!'�C3 r� ��C�ETi' �3C)1'`ii�, �'"��AS�� �1�81�� C' a� �17�Y1�'t.ET� T�� s�'ifi.f�''�'C+��d iJF �.L`r �l,��j.iY1 .i.k`t'C...��tJlJl�;.l`IU' .L�1`.+ f/.'IL.A*('k..�.L fi3.L tJltl I,.L.1.iL'a {A{,,,ix\.�l/� i I:J:P� lillY`!� �l1J.YJU.L`��3 �dl .YiJr�l� i�.��'�lt♦��1..7. Il��k/Rl.l'Yl� 1 ��11 k V: ,��ii�ich �ur�t:� �lairr►s 1299 ��r�ch �ay �clt$umb���, I�, G� 19G�.1�56 ---- xer�c7rts%lairns�,�xri�hrr�,ec���� 50�i-b�C�-A577 Aut�enticity afthis ba�►ri cau �ae ea�frtr�t�,[ �t i��nt�vali��fiar.zuric���„ct�acn or �10�5�9wS79Ci 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 nonresidenYs 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. 0 BIDDER: Western Municipal Construction of Texas, LLC. 402 Gulf Ave., Justin, TX 76247 By: Michael Hern r� //�� /�� ��� (Signature) Title: General Manager Date: 12/18I2025 END OF SECTIOv CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook - Addendum 2 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 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 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization, Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxpermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's �mail address and fax number. 37 (3) The firm's DLTNS number as issued by Dun & Bradstreet. This number 38 39 40 41 42 43 44 is used by the City for required reporting on Federal Aid projects. The DLTNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised August 13, 2021 CPN 106202 00 45 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 38 39 40 41 42 43 44 45 "None" or "N/A" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised August 13, 2021 CPN 106202 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 8 END OF SECTION CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised August 13, 2021 CPN ]06202 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Water Transmission, Development, 30-Inches and Smaller Trucking Fuel Aggregates AEA Transmission Champion Fuel Reliant Haulers Prequalification Expiration Date 4/26/2026 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Western Municipal Construction of Texas, LLC. 402 Gulf Ave., Justin, TX 76247 By: Michael Hern �61����� 0 _ 7 ( ignature) Title: General Manager Date: 12/18/2025 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 Contractor/Subcontractor Company Name Western Municipal Construction of Texas, LLC END OF SECTION 00 41 00 Bid Proposal Workbook - Addendum 2 F���r �V��TH� SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Name under which you wish to qualify Post Office Box Street Address (required) ( 1 Telephone 0 Individual Limited Partnership General Partnership Corporation Limited Liability Company City City ( ) Fax State State Email Texas Taxpayer ldentification No. Federal Employers Identification No. DLTNS Na (if applicable) Zip Code Zip Code Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Wark Category — Water Dept - Water/sewer Work Category — TPW Paving Wark Category — TPW Ped/Rdwy Lighting lohn.kasavich(a�FortWorthTexas.�ov TPW Prequalification(a�fortworthtexas.�ov clint.hoover(a�fortworthtexas.�ov 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. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001 Worth, TX 76102 Texas 76133 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: `Bidder Prequalification Application" NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 00 45 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 1eft 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 classifcation of your frm as a small or large business is not a factor in determining eligibility to become prequalifed. Select major wark categories for which you would like to be prequalifed (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-inch and smaller Water Transmission, Urban/Renewal, 24-inch 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-inch and smaller Sewer Bypass Pumping, 18-inch — 36-inch Sewer Bypass Pumping 42-inch and larger CCTV, 8-inch and smaller CCTV, 12-inch and smaller CCTV, 18-inch and smaller CCTV, 24-inch and smaller CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised June 13, 2025 CPN 106202 00 45 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED � CCTV, 42-inch and smaller CCTV, 48-inch and smaller Sewer CIPP, 12-inch and smaller Sewer CIPP, 24-inch and smaller Sewer CIPP, 42-inch 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 Interceptars, Development, 42-inches and smaller _ Sewer Interceptars, 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 Facility Construction of Lift Stations Sanitary Sewer Manhole/Structure Interior Lining — Warren Coating Sanitary Sewer Manhole/Structure Interior Lining — Chesterton Coating Transportation Public Works � Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) _ Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) _ Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised June 13, 2025 CPN ]06202 00 45 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 NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised June 13, 2025 CPN 106202 00 45 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 7.Has any officer or owner of your arganization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. 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. I NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any afiiliates 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 CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised June 13, 2025 CPN 106202 00 45 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 13. If any owner, officer, director, ar 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. 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) PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSM[SS[ON MAIN EXTENSION Revised June 13, 2025 CPN 106202 00 45 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 'barious". 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. I ITEM QUANTITY I 1 I 2 I 3 I 4 I 5 I 6 I � I g I 9 I 10 � 11 � 12 I 13 I 14 I 15 I 16 � 17 I 18 I 19 I 20 I 21 I 22 I 23 I 24 I 25 I 26 I 27 I 28 I 29 I I Various- ITEM DESCRIPTION TOTAL BALANCESHEET VALUE CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised June 13, 2025 CPN 106202 00 45 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised June 13, 2025 CPN 106202 UO 45 26 - l CONTRACi'QR COiviPL]ANCE WCI'H WORKER'S COMPENSATEdi� LAW Pagc I of I 2 3 4 5 6 7 8 9 �a iI 12 [3 14 l5 l6 l7 l8 l9 20 2l 22 z� 24 25 26 27 28 29 30 31 32 33 34 3� 3b 37 38 39 sECTioN oa as z6 CONTRACTOR C4MPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 40G.b96(a), as ame�ided, Contracto�� certifies that it p�nvides worker's compensation insurance coverage for a[I of its employees employed on City Project No. ] 0G202. Coritractor further certifies that, pursuant to Texas LaUar Code, Section 40G.096{b), as acnended, �t will provide ta City its subcontractor's ce�tificates of comp�iance with worlcec's compensation coverage. CONTRACTOR: Western Municipal Cosntruction of Texas, LLC By: Jock Clause Co�npany (Pfease Pr' �t 402 Guif Ave Signature: � Address / Justin, TX 76247 City/State/7..ip THE STATE OF TEX/�S couNTv oF T�Ra�NT Title: Manager Meme�er (PEease Pric�t) 0 0 BEFORE ME, tlie u��dersig��ed authoriry, on tl�is day personally appeared ;�pG %!' ���,c�.s er , known ta n�e to be tlae persan wl�ose name is su�sci•il�ed ta the foi�e oing i��s�t y�iiment, and ack owledged ta me that helshe executed the same as the act and deed of�p .s,..oc�T[.�/r��' Go���'�T for tEte �urposes a�td consideration tlierei�z �xpressed and in tl�e capacity therei�� s#a#ed. ��� GIVEN UNDER MY HAND AND SEAL OF OFFICL; this.� �Q,•l� r.G �L /� '� , 2�12 Notary P�blic in and for the State ofT'ex�s �� Y � e� ����/i �ty: �p�` <��;., 4�z ��; � N� ``'�� � , , qT� �F o�y�'�� \ ���f,','��kp T Q B �a �o\ ``,��� �����r�rr� � i t itti����`� day af END OT SECTION C[TY OP �OR'f WOR"l�N NORTHS�DG. IV £:LEVA"fED Si'ORAUE TANK 5'1'ANDARD CONS'fC2L�CTION SP�CIFICA"I'lON DOCUMCN'1'S 30" WA'I'ER TRANSMISSEON MAIN E7CTENSION Revised ]uly [, 20! I CPN I OG202 00 45 41 - 1 SMALL BUSINESS ENTERPRISE GOAL Page 1 of 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 00 45 41 SMALL BUSINESS GOAL APPLICATION OF POLICY If the total dollar value of the contract is $100,000 or more, the Small Business goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to foster competition, eXpand the supplier base, and promote and encourage the participation of small business firms in the City's contracting opportunities. SMALL BUSINESS GOAL The City's Small Business goal is 30% of the amount bid (if bid alternates are requested, the goal shall be applied to the total bid amount inclusive of any selected alternates). COMPLIANCE Bidders shall comply with the Small Business Goal by meeting or exceeding the small business goal through self-performance and/or Small Business subcontracting participation. Small businesses are based on SBA definitions and must be located within the five Fort Worth counties: Tarrant, Denton, Wise, Parker and Johnson. Small businesses shall be certified via one of the following certifying agencies: • North Central Texas Regional Certifying Agency (NCTRCA) • Dallas/Fort Worth Minority Supplier Development Council (DFW MSDC) • Women's Business Council — Southwest (WBCS) • Texas Department of Transportation (TxDOT) SUBMITTAL OF REQUIRED DOCUMENTATION The following documents must be submitted with the bid documents at the time of bidding: • Completed Small Business Utilization form • Certificates identifying themselves or subcontractors as Small Businesses FAILURE TO COMPLY WITH THE CITY'S SMALL BUSINESS ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE. END OF SECTION CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 1, 2025 CPN 106202 00 52 43 - 1 Agreemeut Page 1 of 7 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on January 27, 2026, is inade by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authot�ized City Manager, ("City"), and Western Municipal Construction of Texas, LLC , authoi•ized to do business in Texas, acting by and through its duly authorized i•ept•esentative, ("Contractor"). City and Contr•actor may jointly be i•eferred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set fot•th, agree as follows: Article 1. WORK Contractoi• shall complete all Worlc as specified or indicated in the Contract Docuinents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Conti•act Documents rnay be the whole oi• only a part is generally described as follows: Noi•thside IV Elevated Stoi•a�e Tanlc 30" Watei• Ti•ansinission Main Extension CPN 106202 Ai•ticle 3. CONTRACT PRICE City agi•ees to pay Contractot• foi• perfot•mance of the Worlc in accordance with the Conh�act Documents an atnount� 111 Cul�l�ent lunUS� 01 ande�eOMi101i�n,Three Hundred seventy EightThousand Two Hundred and Sixty Do11aI,s ($ $3,378,260.00 ). Contract price may be adjusted by change orders duly authoi•ized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Worlc shall be achieve substantial completion within 180 days and shall achieve final completion within 240 days after the date when the Contract Time commences to r•un, as provided in Paragi•aph 2.02 of the Genei•al Conditions, plus any extension thei•eof allowed in accordance with Ar�ticle 12 of the General Conditions. Substantial completion is defined as installation, testing, and putting all watei• mains in operation, wliile allowing 240 days foi• final completion. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OP FOR'I' \�ORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATGR TRANSMISSION MAIN EXT�NSION Revised September 19, 2025 (effective September 1, 2025) CPN 106202 00 52 43 - 2 Agreement Page 2 of 7 4.2 Liquidated Damages Conti•actor recognizes that time is of the esse��ce for coinpletion of Milestones, if any, and to achieve Final Acceptance of the Worlc 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 Conti•actor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Wor�k is not completed on time. Accoi•dingly, instead of i•equii•ing any such proof, Contcactor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City One Thousand Dollars ($1,000.00) for each day that expires after the time specified in Pat•agi•apli 4.1 foi• Substantial Completion until tlie City issues the Letter of Substantial Completion. Aftet• Substantial Completion, if Conti•actor shall neglect, i•efuse oi• fail to complete r�emaining Work for Final Acceptance within 60 days fi•om the date of Substantial Completion, or any proper extension thereof granted by the City, Contcactor shall pay City One Thousand Dollars ($1,000.00) for each day that expires after the tiine specified in Paragcaph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning tlie Work consist of the following: 1. This Agreernent. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Biddet• 3) Prequalification Statement 4) State and Federal documents (project specific) b. Curi•ent Pi•evailing Wage Rate Table c. Insurance Certification Forn1 (ACORD or equivalent) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attoi•ney foi• the Bonds li. Woi•lcer's Compensation Affidavit i. Small Business Utilization Form 3. General Conditions. 4. Suppleiiientacy Conditions. 5. Specifications specifcally made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in Yhe Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Docunientation subnlitted by Contractor pi•ior to Notice of Awai•d. 9. The following wliicli may be delivei•ed oi• issued after the Effective Date of the Agceement and, if issued, become an incorpoi•ated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. CITY OF PORT WORTH NORTHSIDG N ELEVATED S'I'ORAGE TANK STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS 30" WATER TRANSMISSION MAIN E�TENSION Revised September 19, 2025 (efiective September 1, 2025) CPN 106202 00 52 43 - 3 Agreement Page 3 of 7 c. Change Ordeis. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 1.2 Conti•actoi• coveuants and agi•ees to indemnify, hold hai•mless aud defend, at its ow�i expeiise, the city, its offcei•s, seivants aiid employees, fi•om and against any and all claims arising out of, or alleged to arise out of, the worlc aud services to be performed by the couti•actoi•, its officers, age�its, employees, subcontractoi•s, licenses o►• i�ivitees undei• this couti•act. TI1is indemiiification provision is speciiicallV intended to operate and be effective even if it is alleged or pi•oven that all or some of the dama�es bein� sou�ht were caused, in whole or in part, bv anv act, omission or ne�li�ence of the citv. This indemnity provisioii is iiitended to include, without limitation, indemnity foi• costs, expe�ises and legal fees iiicurred by the city in defending against such claims and causes of actions. 6.2 Contractor coveuants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from aud agai�ist any a►id all loss, damage or destructio�i of propei•ty of the city, ai•ising out of, or alleged to ai•ise out of, the woi•lc and sei•vices to be pei•formed by the conti•actoi•, its of�cers, ageirts, employees, subcontractors, licensees or iuvitees under this contract. This indemnification Ui'ovision is snecificallv intended to operate and be effective even if it is alle�ed or proven that all or some of the dama�es bein� sou�ht were caused, i�i whole or in pai•t, bv any act, omission or ne�li�euce of the citv. Article 7. MISCELLANEOUS 7.1 Tet•ms. Terms used in tliis Agreeiiient which ai•e defined in Article 1 of the Genei•al Conditions will have the meanings indicated in the General Conditions. 7.2 Assignuient of Contract. This Agreement, including all of tlle Contract Docunients may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successof�s and Assigns. City and Contractor each binds itself, its pactners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in tlie Contcact Documents. 7.4 Severability/Non-Waiver of Claiins. Any pcovision or part of tlie Conh�act Documents held to be unconstihrtional, void or unenforceable by a court of coinpetent jurisdiction shall be deemed stricicen, and all yemaining provisions shall continue to be valid aud binding upon City and Contractor. The failure of City oi• Coiztractor to insist upon the pecformance of airy term or provision of this Agreement or to exercise any riglit gcanted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate perfortnance or to assert any suc11 right on any firture occasion. CITY OF FORT WORTH NORTI-ISID� IV ELEVAI'�D STORAGE TANK STANDAI2D CONSTRUCTION SPECIFICATION DOCUMEN'I'S 30" WATGR TRANSMISSION MAIN EY.TENSION Revised September 19, 2025 (effective September 1, 2025) CPN ]06202 005243-4 Agreement Page 4 of 7 7.5 Govei•ning Law and Venue. This Agr•eement, including all of the Contract Documents is per•formable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Nortliet�n District of Texas, Fot•t Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly autliorized signatory of the Contt�actor. 7.7 Non-appropr�iation of Funds. In the event no funds or insufficient funds are appt•opi•iated by City in any fiscal pet�iod foi• any payments due hel•eundei•, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal pei•iod for which appi•opriations were received without penalty oi• expense to City of any kind whatsoever, except as to the poi•tions of the payments herein agreed upon for which funds have been appropriated. 7.8 Pr•ohibition On Contcacts With Companies Boycotting Israel. Conti•actor, unless a sole propi•ietot•, acknowledges that in accoi•dance with Chaptei• 2271 of the Texas Govei•mnenY Code, if Contcactor has 10 oi• more full time-einployees and tl�e contract value is $100,000 oi• more, the City is prohibited from entering into a conti•act witli a company for goods or seivices unless the contract contains a written ver•ification fi•om tlie company that it: (1) does not boycott Israel; and (2) will not boycott Israel dui•ing the ter•in of the conti•act. The tei•ms "boycott Isi•ael" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Co�iti•actor certifies that Co�iti•actoi•'s signature pi•ovides written vei•ificatiou to the City that if Chapter 2271, Texas Govei•iiment Code applies, Co�itractor: (1) does iiot boycott Israel; aiid (2) will not boycott Isi•ael dui•iug the tei•m of the contract. I�!� Prohibition on Boycotting Enet•gy Conipanies. Contractoi• aclalowledges tliat in accoi�dance with Chaptei• 2276 of the Texas Government Code, tl�e City is proliibited from eutering into a contract for goods or services tllat has a value of $100,000 or more, which will be paid wholly or pactly fi•om public funds of the City, with a company (with 10 or more full-time employees) unless tl�e contcact contaius a written vei•ification from the company that it: (1) does not boycott enei•gy companies; and (2) will t�ot boycott energy companies dui•ing the term of the contcact. The tet•ms "boycott enei•gy company" and "coinpany" have the meaniilg asci•ibed to those terms by Chapter 2276 of tlie Texas Govei•nment Code. To the extent that Chaptel• 2276 of the Governmeiit Code is applicable to this Agi•eemeiit, by sigiii�ig this Agreement, Conti•actor certifes tliat Contractor's signature provides written verification to the City tliat Contractor: (1) does not boycott eneigy compauies; and (2) will not boycott enet•g,y companies during the term of this Agi•eement. C[TY OP PORT \�JORTH NORTHS[DE IV EL�VATED S"I'ORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WAT�R TRANSMISSION MAIN �XTGNSION Revised September l9, 2025 (effective September 1, 2025) CPN I06202 00 52 43 - 5 Agreement Page 5 of 7 7.10 Prohibition on Disct•itnination Against Fii•eartn and Ammunition Industries. Contractor acicnowledges 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 pai•tly fi•om public funds of Yhe City, with a company (with 10 or moi•e full-tiine einployees) unless the contract contains a wi•itten vei•ification fi•om the company tliat it: (1) does not have a pt•actice, policy, guidance, or dieective that discriminates against a fireat•in entity or firearm tcade association; and (2) will not discriminate during the term of tlie contract against a firearm entity ot• firearm trade association. The terms "discriminate," "fireat•m entity" and "firearm trade association" have the meaning ascribed to those tenns by Chapter 2274 of the Texas Governn7ent Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agi•eement, by signiug this Agreemeiit, Coirti•actoi• cei•tifies that Contt•actor's sigiiatui•e pi•ovides written vei•i�cation to the City that Contracto� :(1) does �iot have a practice, policy, guidance, or directive that disci•iminates against a�rearm entity or �i•eai•m trade association; aud (2) will not discriminate against a iirearm entity or firearm trade association during the tei•m of tliis Agreemeut. 7.11 Imniigi•ation Nationality Act. Cont►•actor sllall vei•ify the identiry and eulployilleizt eligibility of its employees wl�o perfoi•m woj•lc undei• this Agreement, including completing tlie Employment Eligibility Vei•ification Form (I-9). Upon request by City, Contractot• sl�all provide City witli copies of all I-9 forms and supporting eligibility documentation for each employee who performs worlc under this Agi•eement. Contractot• shall adhei•e to all Fedei•al and State laws as well as establish appropriate pi•ocedures and cont►•ols so that no services will be performed by any Conti•actoy employee who is not legally eligible to perfoi•m such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITI�S, OR LOSSES DU� 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 iinmediately terii�inate this Agreement for violations of this provision by Contt•actoi•. 7.12 No Third-Party Beneficiacies. This Agreement gives no rights or benefits to anyone othet� flian tl�e City and the Conh•actor and there are no third-party beneficiaries. CITY OF FORT \�✓ORTI I NORTI-ISIDE N�LEVATED STORAGE TANIC S7'ANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS 30" WATrR TRANSMISSION MAIN EXTENSION Rcvised September 19, 2025 (cffective September l, 2025) CPN 106202 00 52 43 - 6 Agreement Page 6 of 7 7.13 No Cause of Action Against Engineer. Contractor, its subcontr•acto�s and equipment and matei•ials suppliers on the PROJECT or• their sureties, shall maintain no direct action against the Engineer, its officer�s, employees, and subcontcactot•s, fot• any claiin arising out of, in connection with, or i•esulting fi�om the engineering services performed. Only flie City will be the beneficiaiy of any undertal<ing by the Engineer. The presence ot• duties of the Engineei•'s petsonnel at a construction site, whethei• as on-site representatives or othei•wise, do not make the Engineer oi• its personnel in any way responsible foi• those duties that belong to the City and/or the City's construction conh�actoi•s or othei• entities, and do not relieve the constcuction conti•actors ot• any other entity of their obligations, duties, and i�espoi7sibilities, including, but not liitlited to, all constcuction tnethods, means, techniques, sequences, and pi•ocedui•es necessa►y for coordinating and completing all pot•tions of the construction wot�k in accoi•dance with the Contract Documents and airy health or safety pi•ecautions i•equired by such constr•uction woi•k. The Engineei• and its peisonnel have no authoi•ity to exei•cise any conh•ol over atry consti•uction contractot• or othei• entity oc their employees in connection with their woi•lc ot• any health or safety precautions. 7.14 Small Business Utilization. Contractoi• shall not make any unjustified changes io its s►nall business utilization as presented on the Stnall Business Utilization For►n. Contractor's failur•e to abide by the commihnents presented on the form or intentional and/or lcnowing misrepresentation of inatei•ial facts i•egai•ding small business utilization shall be disallowed fi�otn bidding on future City of Foi•t Woi•th public wor�lcs contracts for a period of time of not less than one year. CI'I'Y OF FORT WORTH NORTIISID� IV ELEVA'I'ED STOI2AGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WAT�R TRANSMISSION MAIN EXT'ENSION Revised September l9, 2025 (effective September 1, 2025) CPN ]06202 00 52 43 - 7 Agreement Page 7 of 7 IN WITNESS WIIEREOF, City and Contractor have each executed this Agt•eement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Conti•actor: � By: L��� � ' Signat�ie Jock Clause (Pi•inted Name) Managing Member Title 402 Gulf Ave Address Justin, TX 76247 City/State/Zip 1I30/2026 Date OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CI'1'Y OF FOR`I' WORTH STANDARD CONS"I'RUCTION SP�CIFICATION DOCUMEN'I'S Revised September 19, 2025 (effective September 1, 2025) City of Fort Worth By: �—\��—� t Jesica McEachern Assistant City Manager 02/08/2026 an ate 4pORT�Il� p�Qaooe0000 �LpA a'��° °9°0 �o Attest: �p ,� p°� �=p ��. 1� .�-tt..� °°o * °oo o ° *d aa�Il nE�A56b Jannette Goodall, City Secretaiy (Seal) M&C: 26-0079 Date: January 27, 2026 Contract Compliance Manager: By signing, I acknowledge that I am the person i•esponsible for the monitoi•ing and adininisti•ation of this contract, including ensuring all pei•formance and i•eporting i•equirenients. 8 ya,c� G�e-tv R'i'invn reh�e>J �OJC19'OS_Sl CSTI Bijay Upj•eti Pi•oject Managei• Approved as to Form and Legality: �t�4o�l� Douglas Black (Feb 3, 202617:5628 CST) Douglas W. Blacic Sr. Assistant City Attorney APPROVAL RECOMMENDED: chris�topher }+arder Chrlstopher Harder �Feb 2, 202619:10:10 CST) Chris Harder, Director, Water Department NORTHSIDE IV EL�VATED STORAG� TANK 30" WATER "CRANSMISSION MAIN EXTENSION CPN 106202 Bond # 9486852 1 2 3 4 5 G 7 8 � SECTION 00 61 13 PERFORMANCE BOND 006! 13-1 PERrORMANCE BOND Page l of2 THE STATE OF TEXAS § § K1VOW ALL BY THESE PRES�NTS: COUNTY OI�' TARRANT § That we, Western Municipal Construction of Texas, LLC , lcnown as Colonial American Casualty and Surety Company "Principal" hePetn and & Fidelity and Deposit Company of Maryland , a co1'po�'ate surety(suceties, if moi•e than one) duly authorized to do business in tlie State of Texas, lcnown as 10 "Sucety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal coi•poration created pui•suant to the laws of Texas, known as "Ciry" herein, in the penal 12 sum of, Three Million, Thi•ee Hundi•ed Seventy-Ei�ht Thousand, Two 13 Hundi•ed Sixty and 00/100 Dollars ($3,378,260,00), lawful money of the United 14 States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and 15 tculy to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, IG jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a cectain written contract with the City 1g awacded the 27 day of January , 2026 , which Contract is hereby referred to and 19 made a pai�t hereof for all purposes as if fully set forth l�erein, to furnish all materials, equipment 2p labor and othei• accessoi•ies defined by law, in the prosecution of the Work, including any 2� Change Orders, as provided foc in said Contract designated as Northside IV Elevated 22 Stoi�age Tanlc 30" Watei• Ti•ansmission Mai►1 Extension, CPN 106202. 23 NOW, THEREFOR�, the condition of this obligation is such that if the said 24 Principal shall faithfully pecform it obligations under the Contract and shall in all respects duly 25 and faithfully perform the Worlc, including Change Orders, under the Contcact, according 2G to the plans, specifications, and contcact documents therein referred to, and as well during 27 any period of extension of the Contcact that may be gcanted on the part of the City, then this 2g obligation shall be and become null and void, othei•�vise to remain in full force and effect. 29 30 PROVIDEll FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tari•ant County, Texas oi• tlie United States District Couct for the Northern District of Texas, Fort 31 Worth Division, C1TY OP FORT WOR7'II NORTHSIDE N ELEVATED STORAGE TANK STANDAItD CONS'PRUC'I'ION SPECfPICAT[ON DOCUMENTS 30" WAT�R'I'RANS�4ISSION MAIN E;{'I'ENSION Revised December 8, 2023 CPN 106202 00 61 13 - 2 PERFORMANCE BOND Page 2 of2 2 3 This bond is made and executed in compliance with the provisions of Cliaptei• 2253 of tlie Texas Gove�•iunent Code, as amended, and all liabilities on tliis bond shall be detei•mined in accordance with the provisions of said statue. 4 IN WITN�SS WHEREOI+, the Principal and the Surety have SIGNED and SEALED this 5 instcument by duly authoi�ized agents and officers on tl�is tlie 30 day of January 6 , 20 26 . 7 8 9 10 11 12 13 14 �s 16 17 18 19 2� 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A:r�l,v r�l�� , � -e_' / �` (Pi•incipal) �ee�eia�:y.�C!' r��� �' i � -;�� � Witness as to Principal � i' ,., ' Witness as to Surety Sami Benson PRINCIPAL: Western Municipal Construction of Texas, LLC BY: L,a� Signatu � � cl�, Cleu� � nu tN� Name and Title Address: 402 Gulf Avenue Justin. TX 76247 SLJRETY; ('olonial American Ga��alty and Sureiv C�J7l�[ly & Fidelity and Deposit Company of M�ryland BY: � �/:�/`' j�' 4 / . �`-- Signatui�e Naomi Gerber Attorney in Fact Name and Title Address: �299 Zurich Way, 10th Floor Schaumburg, IL 60196 Telep(ione Number: 847-605-600U Email Addi'ess; Naomi.Gerber;��narshmrr�a.com *Note: If signed by an officer of the Sucety Company, there mttst be on file a certifiE� extract fi•om the by-laws showing that this person l�as authority to sign such o�li�ation. �f Stu•ety's physical address is diffecent fi•oni its mailing address, li0tI1 1]lUSC b81��ovided. Tl�e date of the bond shall not be pi•ior to the date the Conti•act is awarded, CI'1'Y OF FORT WORTH NOR7'HSIDE N F.LEVATED S'1'ORAGG TANK STANDARD CONSTRUCTION SPECIPICATION llOCUMEN'I'S 30" WATER TRANSMISSION nQA1N EXTBNSION Revised December 8, 2023 CPN 10G202 1 2 3 4 5 6 UI 8 9 10 11 12 13 ]4 IS 1G Bond # 9486852 SECTION 00 61 14 PAYMENT BOND 00 61 14 - I PAYMENTBOND Page I of 2 THE STATE Or T�XAS § § K1VOW ALL BY THLSE PI2�S�NTS: COUNTY OI�' TARRANT § That we, Western Municipal Construction of Texas, LLC , Icnown as ,� „ Colonial American Casualty and Surety Company P1'inClpal hel'ein, attd & Fidelitv and Deoosit Comoanv of Marvland � a corporate surety (sureties), duly authorized to do business in the State of Texas, Icnown as "Surety" herein (whether one or more), are held and iirmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, lcnown as "City" herein, in the penal sum of Thi•ee Million, Thi•ee Hundred Seventv-Ei�ht Thousand, Two Hundred Sixty and 00/100 Dollars ($3,378,260,00), lawfi�l money of the United States, to be paid in Fort Wortli, Taci•ant County, Texas, for tlie payment of which sum well and truly be made, we bind oucselves, ouc heics, executors, administrators, successors and assigns, jointly and severally, firmly by these pcesents; 17 WHEREAS, Pi•incipal has eiltei•ed into a certain written Contcact with City, awarded tlie lg 27 day of January , 2026 , which Contract is hereby referred to and 19 made a part hei•eof for all pii►•poses as if fully set foi•th hei•ein, to fui•nish all matei•ials, equipment, 20 laboi• and other accessories as deiined by law, in the pi•osecution of the Woi•k as provided for 21 in said Contract and designated as Northside IV Elevated Storage Tanlc 30" Water 22 Transmission Main �xtension, CPN 106202. 23 NOW, THEREFOR�, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Worlc under 2G the Contract, then this obligation shall be and become null and void; otllecwise to i•emain in fiill 2� force and effect. 2g 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 pcovisions of said statute, 31 CIT1' O� PORT WORTH NORTHSIDE 1V ELEVATED STORAGE TANK STANDARD CONS"CRUCTION SPGCIPICAT(ON DOCUMENTS 30" WATER TRANSMISSION MAIN E;CTENS[ON Revised Deccmber 8, 2023 CPN 10G202 00 61 l4 - 2 PAYMENTBOND Paga 2 of 2 1 IN WITNESS WHER�Or, the Principal and Surety have each SIGNED and SEALED 2 this instiument by duly authorized agents and officers on this the 30 day of 3 January 20 26 , 4 5 6 7 8 9 10 � l2 �,-� :1�►�� i ,/ l C/ , / �].G'CL-/ �1�'. ,�V1 (Principal) �eeretary �+E � Witness as to Principal ATTEST: N/A (Surety) Secretary �'�� /�, . , Witness as to Sucety Sami Benson PRINCIPAL: Westem Municipal Construction of Texas, LLC - BY: Signatui� .�tse,� C lG�' y�� ir� �'1� I�2 Name and Title Add1'ess: 402 Gulf Avenue Justin, TX 76247 SUR�TY: C'nlnnial Amariran C'aciialtv and 4iirPty Cn ,mngny & Fidelity and Deposit Company of Maryla�d �ii� -, '� � ' ` ' -/ BY; ,� � � ' �- � �` . � � � �.1, '��� / Signatuce ' ' ; �, I'� ,' Naomi Gerber Attomey in Fact �� � Name and Title ; ',�,; Address; 1299 Zurich Way, 10th Floor Schaumburg, IL 60196 Telephone Number; 847-605-600� _ ^ Email Addt'ess: Naomi.Gerber@marshmma.com Note; If signed by an officei• of t(ie Sucety, there must be on file a cei•tified extract fl�on; ihe byl�tws showing that this person has authority to sign such obligation. If Sucety's physical add�ess is different fi�om its mailing address, both must be provided. Thc date of the bond shal l not be prior to the date the Contcact is awarded. �ND Or S�CTION CITY Or POR'I' WORTH NORTHSIDE IV ELEVATED STORAGE 7'ANK S'CANDARD CONSTRUCTfON SPECIFICATION DOCUMENTS 30" WATER TRANSIvi1SS10N ivlAlN EXTENSION 12evised December 8, 2023 CPN 106202 Bond # 9486852 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 S�CTION 00 61 19 MAINTENANCE BOND 00 61 19 - 1 MAINTENANCE BOND Page l of 3 THE STAT� OI� T�XAS § § KNOW ALL BY THESE PR�S�NTS: COUNTY OF TARRANT § That We Western Municipal Construction of Texas, LLC , knoWn as Colonial American Casualty and Surety Company "Principal" herein and & Fideliiy and Deposit Company of Maryland , a corporate sucety (sureties, if more than one) duly authorized to do business in the State of Texas, lcnown as "Su►•ety" hei•ein (wliether one or moi•e), are held and firmly bound unto the City of Foi•t Worth, a municipal corporation created pursuant to the laws of the State of Texas, ]cnown as "City" herein, in the sum of Ttu�ee Million, Thi•ee Hund►•ed Seventy-Ei�ht Thousand, Two Hundi•ed Sixty and 00/100 Dollars ($3,378,260.00), lawful money of the United States, to be paid in Fort Woi•tl�, Tarrant County, Texas, foc payment of which sum well and tculy be made unto the City and its successors, we bind oui•selves, our heii•s, executors, administratoi•s, successors and assigns, jointly and severally, firmly by these presents. 1 g WHEREAS, the Principal has entered into a certain written contract with the City awacded 19 the 27 day of Janual�/ . 2026 , which Conti•act is hereby 20 refei•red to and a made part hei•eof foi• all puiposes as if fiilly set forth hecein, to furnisli all 21 materials, equipment labor and otlier accessoi•ies as defned by law, in the prosecution of the 22 Worlc, including any Work resulting fi•om a duly authorized Change Order (collectively 23 herein, the "Worlc") as provided for in said contract and designated as Northside IV Elevated 24 Storage Tanlc 30" Watei• Transmission Main Extension, CPN 106202,; and 25 26 WH�R�AS, Principal binds itself to use such materials and to so construct the Work in 27 accoi•dance with the plans, specifications and Conti•act Documents that the Work is and will 2S remain f��ee fi�om defects in ►naterials oi• woi•lcmanship for and dui•ing the pei•iod of two (2) years 29 aftec the date of Final Acceptance of the Worlc by the City ("Maintenance Period"); and 30 31 32 WHER�AS, Principal binds itself to repair or reconstruct the Worl< in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY OP PORT WORTf 3 NORTIISIDG IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIPICATION DOCUA4ENTS 30" \�JA'i'ER TRANSMISSION MAIN EXTENSION Revised Seplember 19, 2025 CPN 106202 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 0061 19-2 MAINTENANCE BOND Page 2 of 3 NOW THEREI'ORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect, PROVIDED, HOW�VER, if Principal shall fail so to repair oi� reconstcuct any timely noticed defective Wor]<, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstcucted with all associated costs theceof being borne by the Principal and the Sui•ety under this Maintenance bond; and PROVTDED FURTHER, that if any legal action be filed on tl�is Bond, venue shall lie in Tarrant County, Texas oc the United States District Couct for the Northern District of Texas, Fort Wot�th Divisioil; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recovecies may be had hereon for successive breaches. CITY OI� FORT WOR7'H NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTfON SPECI�ICATION DOCUMENTS 30" \VATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 10G202 0061 19-3 MAINTENANCE BOND Page 3 of 3 � � �l 4 5 G 7 8 9 10 1� 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3G 37 38 39 40 41 42 IN WITN�SS WHEREOI+, the Pi•incipal and the Sw�ety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 30 day of January . 20 26 � T,� W �s� ! ���_ � _ �,���� � (Principa()-Seeretary���'f� /j'}��`�' ' _ ("� Witness as to Principal ATTEST: N/A (Surety) Secretaiy Witness as to Surety Sami Benson PRINCIPAL: Western Municipal Construction of Texas, LLC BY: � L.-�� Sign ure �1.Z Cl� (1�ar� �� n�� Name and Title Address: 402 Gulf Avenue Justin, TX 76247 SURETY; Coionial American Casualt�i »nd Sulry#y ' r r y & Fidelity and Deposit Company of i'daryland � ,� � . t ��/ � BY; �` 1 f ^ , � r-c: . • -- Signattrre , Naomi Gerber Attorney in Fact Name and Title Addl�ess; 1299 Zurich Way, 10th Floor Schaumburq, IL 60196 Telephone Number: $47-605-600G Eutail Address: Naomi.Gerber@rnarshmma.com *Note; If signed by an officei• of the Surety Company, tllere must be on file a c�i•tified extra.ct fi�om the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different fi•om its mailing address, Uoth mus% be p.•ovided. The date of the bond shall not be prior to the date the Contcact is awarded, C1TY OP FORT WORTH NORTHSIDE IV ELEVA'i'ED S1'ORAGE'I'ANK STANDARD CONSTRUC7'ION SPECIPICA'CION DOCUiviGNTS 30" \VATER TRANSMISSION MAIN EXTENSION Revised Seplember 19, 2025 CPN 106202 13ond Ninnbci : 9486852 obligcc: City of Fort Worth 7.URICH MIERICAN INSURANCE CO�iPANI' COLONIAL AiV1l:RICAN CA5UA1�1'1` .AND SURE'1'1' CO�IPA\1' �IUGW'TY AND llEl'OSI'T COA�IPANY UF �9AR1'LAND POWGR OI� ATTORN(;Y KNO1V ALL MGN BY "fHLSI', YRGSBN"fS: 7'hat the "LURICI i M�tGRICAN INSURANCL' COMPANY, at carporalion of the State of New York, thc COLONIi�L AMGRICAN CnSUAL1'Y AND SItRG'1'Y COMPnNY, n corporation of thc St�itc oi� lllinois, and thc FIDCLI'I'Y AND DGPOSIl' COMPANY OP MARYLnND a corporution of the Stale of Illinois (herein collectivcly culled the "Companies"), by Roberl U, Mun•��y, Vice Nresidenl, in pursuance of t�uthorily granted by Articie V, Section 8, of Ihc 13y-Laws ol'said Compijnics, which are set forth on thc reverse side hercof iind arc hercby ecrtiticd to be in full Ibrec ttnd cffect on the datc hereof, da hereby nominate, constitule, and z�ppoint Naomi Gerber , ils true and Ia�vfLl ti�,ent and Altorncy-in-r��ct, to makc, exccutc, scal and deliver, for, and on its bchalf as surcty, and as its act and dccd: any and nll bonds nnd undcrtalcings, and thc cxccution of such bonds or undcrtakinss in pursuancc of thcsc prescnts, shall bc ns binding upon snid Companics, �s (iilly and amply, to all intcnts and purposcs, as if thcy had bccn duly cxccutcd und ackno�vlcdgcd by thc rcgul�irly cicctcd afliccrs of thc 7.UlZICI l AMGRfCAN INSURANCI; COMPANY at its oflicc in Nc��� York, Ncw York., thc rcgularl}� cicctcd otliccrs oPthc COLONIAL AMGRICAN CASUAL`fY AND SURI;T'Y COMPANY at its officc iii O���ings Mills, Maryland., and thc rcgularly cicctcd ot7iccrs ofthc l'IDLLI"CY A1�D DEI'OSl'I' C01�4PnNY 01� Iv1ARYL�IND at its ofticc in Owings Mills, Marylund., in thcir o���n proper persons, 'fhe sEiid Vicc President does hereby certi�y th�t the extract set forth on the re��ersc side horeof is n lrue cop�- oFArticle V, Section 8, of the By-Ln�vs of said Companics, and is no�ti� in forcc. 1N `VI'I'NGSS WI I[:ItEOI', the said Vice-Nresident has hcreunto subscribed his/her names cind aftixed the Corporalc Scals oC the said ZURICH A�IERICAN INSUItANCE C0�1PAN1', COLONIAL A�tEIL1CA� CASUAL"Tl' AND SURE'CY CO\1PANY, and F�IDGLITI' AND DF.POSIT CO�IPANY O� �1AR1'I.AND, lhis IOIh du� of Octuber, i\.I). 2023. �,,,,,,,,�„�,,,,, ,,,,�,�������,,,,, ,,,,�����,,,,, � SU �I � �N'�1 �� ��`�� G�� ..: Jr�J'/���. .`��`�C..��.. .�Ff�I�'�.�. .�`.�����c�iG�i��� ��i�r ;�iU�p,PO��},'�li,s�:.�,•l/�nc�'�k���n�^ `o�oHPUi+���%';i _",j� SEAL �ny`: �;vSCALm�o _; YJ�u `" � . SEAL ' ,""J' .�.�.. '.e,Y .4, :.1: •' "'�� ..: � .+`a ��Y,IV'iOHf� J ' Q ���lllllll\\�\�\``` ���llllllll\11��\`," 1������i��1"�",` �� B��: Roberl D. �11trn•nv Yice Pre.si�lent � ��, l>Goa1��f. � �;1��16'Cl >�_ __. Bt�: Dm���� E. Broir�i Secrefn�l� Stntc of A1arylnnd Coimty of Baltimore AT'TEST: zuizicit nniH:rtic�:�� iusuiinnci; c���i�:��ti, coi.o�i,�i.:��u�:iiu-;�� c,�su��t.ry nni� su�irr�� co,��r,���� rinr:i,rr��,��o ui:i>osrr c•o�i��,��v or ni,�rivi,n�i� On this IUth Juy of Octobcr, A.U. 2023, bcli�rc the subscribcr, ,� Nalury Public of thc Stutc uf h9aryland, dulycommissioncJ and qualilicd, Kobcrt D. \lurrs�y, Vicc Presidcnl �uid Da���n 1�:. f3ro��n, ticcrchu•v ofthc Curnpanics, to mc person��lly known to bc Ihc individuals anJ o0iccrs dcscrihcd in and ���ho cxccutcd thc prcccding insUumcnt, �mJ uckno���Ialgcd lhc c�ccution ol'samc, und bcing by mc duly sworn, dcposcth nnd sailh, thal he/shc is the suid olTiccr uf the Comp�my ulbrcsuicl, and thut thc sculs ul7ixeJ lu thc preceding inslrumenl iirc lhe Corporule Seals ol'suid Cumpanies, and thiU thc saiJ Corporutc Scals and Ilic signttlurc us such ofliccr �e�rc duly nlli�cd �uid subscribcd t�� lhc sAid inslnnncnt by lhc authoriry iind dircction of lhu snid Corporatiuns. IN'I'IiS'fIMONI' �VI If:RkiUF. I ha��c hcrcunto scl my himd smd allixcd my Ot7ici�d Scal thc day and yc�v lirsl abovc ���ritten. (�enevie►�e NI. Maison ,��,,, .'���EV E A! ;j/'��,, :�4:'UT� ''•:Yi' ; ll�` $ . �'� \ p' GENEVIEVE M. MAISON =��.m °����� h;�, NOTARI'PUBUC "�''� �q�'�: :,�r;; oucj:: i • UALIINICKI.I'UUNIY NU '�..rOqfCCN�i����� Ik/C�nvni�tion6�iceJA'Il1AFY2?.7015 '„�,,,,,n�• Authcnticity of this bond ca�n hc confirmcd s�t bonciv�lidiitor,zurichnu.com or d10-559-8790 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attornevs-in-Fact. The Chicf Exccutive Officer, dic President, or any Exccutive Vice President or Vice President may, by writtcn instrument undcr thc auested corporate seal, appoint atlorneys-in-fact �vith authority to execute bonds, policies, recogni•rances, siipulations, underlakings, or other like instruments on behalP of the Company, and may authorize any of'ficer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice Pr�sident of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURGTY COMPANY, and the �1D�LITY ANU DCPOSIT COMPANY Uf MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full Force and cffect on the date of this certificate; and I do further ceriify that Article V, Secdon 8, of the By-Laws of the Companies is still in force. This Po�ver oCAttamey and Certific�ite may bc signed by fncsimile under and by nulhority of tlie following resnlution of the Board of Directors of the ZURICf l AMEK[CAN INSURANCE COMPANY al a mceting duly called ¢nd held on the I Sth duy of December 1998. RESOLVED: "7'hat the signature of the Presideni or a Vice Presidem and the attesting signature of a Secretary or an Assista�it Secretary and the Seal of the Company may be affixed by Facsimile on any 1'o�ver of Attomey.,,Any such Yo4ver or any certilicate thereof bearing such facsimile signature and seal shnll be vulid and bindin� on the Company." '('his Po�vcr of Adomc�� and Certificate may be signed by facsimile undcr and by authority of the 1'ollowing resolution oF thc Board of Directors ot' the COLONIAL AMERICAN CASUAL'�Y AND SURE'fY COMPANY at a meeting duly called and held on the Sth day of Mny, 1994, and the follo�ving resolution of the Board of Directors of Ihe FIDELITY AND DEPOSIT COMPANY OF MARYLAND ut a meeting duly called and held on the lOth day of May, 1990. RF,SOLVED: "1'hat the f'ucsimile or mechanically reproduced seal of th� company and fnesimile or mechanically reproduced signuture of any Vice-President, Secrettvy, or Assistant Secretary of tl�e Company, whether made heretofore or hereaAer, wherever appearing upon � certified copy of nny power of nnorney issued by the Company, shall be valid and binding upon the Compnny with the same force and effect as lhough manually atlixed. 1N TrSTIMONY WHIiREOP', 1 have hercunto subscribed my name and aflixed the corporate sea�s of the said Companies, this 3� day of Jariaury . 2026 , ,,,,�,�,�. ,,,,,�����,,,,,,, ,,,,,,����,,,,,,,,, ,•\��S::a��Y�'i.�� ````�..����v�suqi "., ,.a� f��Cor�o-'�.,. `�``, ��Q,pOq9� a�, .��7 ��POr{S,�ti�^'' � o�iOP4ORy.�t o� - r/ � ' n �SEii�`�! '�. �SEAL����_'- '�(�SEAL���; = i Ie'= ,� J C; -.i\ s.� ae; .,�,i�� ... �`!�',� I a��1��,;,r;r.f�� .,:r�.: ' o • r. �� � nqnnua����`��` �qi���roo��a° �i.�na . �� �.���c.�-�� R��: M�ry ,iean Pelhick Vicc Presidcnt TO REPORT A CLAIM WITH R�GARD TO A SURGTY I30Nll, YLGASG SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUD(NG TH� PRINCIPAL ON THE f30ND, THG 130ND NUMf3GR, AND YOUR CONTACT 1NFORIYIATION TO: %urich Surety Claims 1299 Zurich Way Schaumburg, IL 6019G-10�6 renortsfclaims,c, zurichna.com 800-G26-4577 , '�,, �' . , , � i , � �f � Authenticity of this bond can bc con�rnieci at bondvalidi►t�r.zurichn��.com ��• �i 10-s79-8790 �� 006125-1 C[iRTIFICAT[i OF INSURANCE Page 1 of 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 SECTION 00 61 25 CERTIFICATE OF INSURANCE END OF SECTION CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 20ll CPN 106202 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article 1- Definitions and Terminology ........................... 1.01 Defined Terms ................................................ 1.02 Terminology ................................................... Article 2 - Preliminary Matters ........................................................ 2.01 Copies of Documents ................................................... 2.02 Commencement of Contract Time; Notice to Proceed 2.03 Starting the Work ......................................................... 2.04 Before Starting Construction ....................................... 2.05 Preconstruction Conference ......................................... 2.06 Public Meeting ............................................................. 2.07 Initial Acceptance of Schedules ..................................., Article 3- Contract Documents: Intent, Amending, Reuse ......... 3 .O 1 Intent ...... ............ ............. ............ ............ ............. ....... 3.02 Reference Standards ................................................... 3.03 Reporting and Resolving Discrepancies .................... 3.04 Amending and Supplementing Contract Documents 3.05 Reuse of Documents .................................................. 3.06 Electronic Data ........................................................... Page ......................................1 ......................................1 ...................................... 6 ............ 7 ............ 7 ............ 7 ............ 8 ............ 8 ............ 8 ............ 8 ............ 8 .... 8 .... 8 .... 9 .... 9 ..10 ..10 ..11 Article 4- Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points .............................................................................................. 4.01 Availability of Lands ...................................................................................................... 4.02 Subsurface and Physical Conditions .............................................................................. 4.03 Differing Subsurface or Physical Conditions ................................................................. 4.04 Underground Facilities ................................................................................................... 4.05 Reference Points ............................................................................................................. 4.06 Hazardous Environmental Condition at Site .................................................................. Article 5- Bonds and Insurance .......................................................... 5.01 Licensed Sureties and Insurers ........................................ 5.02 Performance, Payment, and Maintenance Bonds............ 5.03 Certificates of Insurance .................................................. 5.04 Contractor's Insurance ..................................................... 5.05 Acceptance of Bonds and Insurance; Option to Replace Article 6 - Contractor's Responsibilities ......... 6.01 Supervision and Superintendence CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 .....11 ,....11 ....12 ....12 ....13 .....14 ....14 .16 .16 .16 .16 .18 .19 ....................19 ....................19 NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 6.02 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 6.21 6.22 6.23 6.24 Labor; Working Hours ............................................. Services, Materials, and Equipment ........................ Project Schedule ....................................................... Substitutes and "Or-Equals" .................................... Concerning Subcontractors, Suppliers, and Others. WageRates ............................................................... Patent Fees and Royalties ........................................ Permits and Utilities ................................................. Laws and Regulations .............................................. Taxes........................................................................ Use of Site and Other Areas .................................... Record Documents ................................................... Safety and Protection ............................................... Safety Representative ............................................... Hazard Communication Programs .......................... Emergencies and/or Rectification ............................ Submittal s ... ............ ............. ............ ............ ............. Continuing the Work ................................................ Contractor's General Warranty and Guarantee....... Indemnification ......................................................., Delegation of Professional Design Services ........... Rightto Audit ........................................................... Nondiscrimination .................................................... Article 7- Other Work at the Site...... 7.01 Related Work at Site ...... 7.02 Coordination ................... Article 8 - City's Responsibilities .............................................. 8.01 Communications to Contractor .............................., 8.02 Furnish Data ........................................................... 8.03 Pay When Due ....................................................... 8.04 Lands and Easements; Reports and Tests ............... 8.05 Change Orders ........................................................ 8.06 Inspections, Tests, and Approvals ........................., 8.07 Limitations on City's Responsibilities ................... 8.08 Undisclosed Hazardous Environmental Condition 8.09 Compliance with Safety Program .........................., ......................... ......................... ......................... ......................... ......................... ......................... ......................... Article 9- City's Observation Status During Construction ...................................................... 9.01 City's Project Manager ....................................................................................... 9.02 Visits to Site .......................................................................................................... 9.03 Authorized Variations in Work ............................................................................, 9.04 Rejecting Defective Work .................................................................................... 9.05 Determinations for Work Performed ...................................................................., 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work .......... 20 .......... 20 .......... 21 .......... 21 .......... 24 .......... 25 .......... 26 .......... 27 .......... 27 .......... 28 .......... 28 .......... 29 .......... 29 .......... 30 .......... 30 .......... 30 .......... 31 .......... 32 .......... 32 ........ 33 .......... 34 .......... 34 .......... 35 35 35 36 .......... 36 .......... 3 6 .......... 3 6 .......... 36 .......... 3 6 .......... 3 6 .......... 3 6 .......... 37 .......... 37 .......... 37 .......... 37 .......... 37 .......... 37 .......... 3 8 .......... 3 8 .......... 3 8 .......... 3 8 CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 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 ............................ Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement.., 11.01 Costofthe Work ..................................................................................................... 11.02 Allowances .............................................................................................................. 11.03 Unit Price Work ...................................................................................................... 11.04 Plans Quantity Measurement .................................................................................. Article 12 - Change of Contract Price; Change of Contract Time 12.01 Change of Contract Price ........................................... 12.02 Change of Contract Time ........................................... 12.03 Delays ........................................................................ Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work 13.01 Notice of Defects ................................................................................................. 13.02 Access to Work .................................................................................................... 13.03 Tests and Inspections ........................................................................................... 13.04 Uncovering Work ................................................................................................. 13.05 City May Stop the Work ...................................................................................... 13.06 Correction or Removal of Defective Work ......................................................... 13.07 Correction Period ................................................................................................. 13.08 Acceptance of Defective Work ............................................................................ 13.09 City May Correct Defective Work ...................................................................... Article 14 - Payments to Contractor and Completion ........................... 14.01 Schedule of Values ............................................................. 14.02 Progress Payments ............................................................. 14.03 Contractor's Warranty of Title .......................................... 14.04 Partial Utilization ............................................................... 14.05 Final Inspection .................................................................. 14.06 Final Acceptance ................................................................ 14.07 Final Payment ..................................................................... 14.08 Final Completion Delayed and Partial Retainage Release 14.09 Waiver of Claims ............................................................... Article 15 - Suspension of Work and Termination . 15.01 City May Suspend Work ...................... 15.02 City May Terminate for Cause ............ 15.03 City May Terminate For Convenience Article 16 - Dispute Resolution ......... 16.01 Methods and Procedures ........ 3 8 ........ 3 8 ........ 39 ........ 3 9 ........ 3 9 ........ 39 ........ 40 ... 41 ....41 .... 43 .... 44 ...45 .... 46 .... 46 .... 47 .... 47 48 .48 .48 .48 .49 .49 .50 .50 .51 .51 ... 52 ... 52 ... 52 ... 54 ... 55 ... 55 ... 55 ... 56 ... 56 ... 57 .......... 57 .......... 57 .......... 5 8 .......... 60 .61 .61 CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 Article 17 — Miscellaneous 17.01 Giving Notice 17.02 Computation of Times . 17.03 Cumulative Remedies .. 17.04 Survival of Obligations 17.05 Headings ...................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: September 1, 2025 ... 62 ... 62 ... 62 ... 62 ... 63 ... 63 NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a conteXt consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 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 Attarney of the City of Fort Worth, TeXas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Ti^ansportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 4 of 63 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements—Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to ar greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 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 Contractar'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 autharized 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 ar with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 6 of 63 62. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion — The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69 Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 7 of 63 L 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 labar, 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 2.02 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. Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 8 of 63 2.03 2.04 2.05 2.06 2.07 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. Before Starting Const�^uction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. Preconst�^uction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to the Public Meeting if scheduled by the City. 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 thereo� to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 9 of 63 3.02 3.03 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. Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. Reporting and Resolving Discrepancies A. Reporting Discrepancies: 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, ar(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 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. 3.04 3.05 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. 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. 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 thereo� prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 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 party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability ofLands 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. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 12 of 63 4.02 4.03 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 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. Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 13 of 63 . �. then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time i£ 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 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. 4.05 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. Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 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 indemn� and hold harmless City, fi^om 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 fi^om and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5— BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers 5.02 5.03 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. 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. Certificates oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in eXcess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without eXpense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or eXclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 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 autd', 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 ofBonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 20 of 63 6.02 6.03 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. Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 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 O1 32 16. 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.OS.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named i£ a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.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 O1 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the eXtent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Const�^uction 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.OS.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.OS.A and 6.OS.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's eXpense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them fi^om 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.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 24 of 63 6.06 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. 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. Small Business Goal Compliance: It is City policy to foster competition, eXpand the supplier base, and promote and encourage the participation of small business firms in the City's contracting opportunities. If the Contract Documents provide for a small business goal, Contractor shall comply with the City's Small Business Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a contracted small business and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted small businesses without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment. 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 the small business(es). Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for the disqualification of the Contractor to bid on future contracts with the City for a period of not less than one year. 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: 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 CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 25 of 63 6.07 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. Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause eXists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 26 of 63 1: 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 l 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. 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 indemn� and hold harmless City, fi^om 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 infi^ingement of patent rights or copyrights incident to the use in the performance of the Work or resulting fi^om CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 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.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an eXemption certificate in lieu of the taX, said eXemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the taX shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: https://comptroller.texas. �ov/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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemn� and hold harmless City, fi^om 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 St�^uctures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 30 of 63 6.15 6.16 6.17 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. Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 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. Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 32 of 63 6.19 6.20 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 accardance 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 O1 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. 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. Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PR(lVi�i(lN i� �PFCIFICALLY INTENLIFTI T(1 OPERATE AND BE EFFF�f'Ti�IF� F,VEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEINr �(liJ(iHT WERF CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENf,F, (lF 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 INDEMNIFICATION PR(lVi�i(ll�� CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 34 of 63 6.22 6.23 SPECIFICALT,Y iNTFNnF,n TC) CIPERATE AND BE EFFECTiVF, F,VFN TF iT iS ALLEGED OR PRCIVF,N THAT ALL OR SOMF, C1F THE DAMAGES BEING Cf1U(�H't WF.RF. CAi1SF,n. iN WHOLE OR iN P�$T. RY ANY Af,T. C1MiSSiC1N C)1; �fiF,Nf,F, C1F THE CITy 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. Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the eXpiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data :1 ; 1•� :1 :1 City shall timely furnish the data required under the Contract Documents. Pay When Due City shall make payments to Contractor in accordance with Article 14. 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. Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work . �. 9.05 9.06 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. Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, ar 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. Determinations for WorkPerformed 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). Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, eXtended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 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 accardance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 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.O1.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.O1.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 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.O1.A.1 or specifically covered by Paragraph 11.O1.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.O1.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.B, Contractar will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 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: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order EXtra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, eXcept as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fiX the final quantity as a plans quantity. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.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.O1.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.O1.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fiXed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various partions of the Cost of the Work: a. for costs incurred under Paragraphs 11.O1.A.1, 11.O1.A.2. and 11.O1.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.O1.A.4 and 11.O1.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.OLC.2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and 11.O1.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.O1.A.6, and 11.O1.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereo� to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the eXtent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 49 of 63 Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 53 of 63 B. Review ofApplications: 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 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: L 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.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 S u b s t a n t i a 11 y 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. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments for employees, subcontractors, and suppliers; and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work . B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, eXcept that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: L 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; ar 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 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 incorparated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the eXtent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 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 priar to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an eXtension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 �2 00 -1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revision: September 1, 2025 CPN 106202 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 5 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modiiied 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 deiined in the General Condirions 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 Specificarions. SC-4.OlA 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.O1A.1., "Availability of Lands" Special Conditions Availability of Lands: 1. City has not obtained all easements and pipeline crossing agreements for this project. 2. Contractor shall go to work where feasible on the project and maintain production where feasible on the project. 3. Contractor shall not seek reimbursement for any delays due to any easements or permits the City has not yet obtained. The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of November 18th, 2025: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 3 Lindsey Ann Draudt 2/1/2026 CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 8, 2024 CPN 106202 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 5 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 Wark, notify City in writing associated with the differing easement line locations. SC-4.O1A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of November 18`h, 2025 EXPECTED UTILITY AND LOCATION OWNER NONE TARGET DATE OF ADJUSTMENT 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: 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 enriries listed below are "addirional insureds as their interest may appear" including their respective ofiicers, directors, agents and employees. (1) City (2) Consultant: Westwood Professional Services, Inc. (3) Other. None. SG5.04A., "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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 8, 2024 CPN 106202 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 5 $500,000 Disease - policy limit SG5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GG5.04B. Contractor's Liability Insurance under Paragraph GG5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to cach job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activiries will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks NONE 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: Heavy and Highway Prevailing Wage Rates A copy of the table is also available by accessing the City's website at: https:Uapps.fortworthtexas.�ov/ProiectResources/ You can access the iile by following the directory path: 02-Construction Documents/Specificarions/Div00 — General Conditions CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 8, 2024 CPN 106202 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 5 SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: NONE SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: NONE SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of November 18th, 2025: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION NONE SC-7.02., "Coordination" TARGET DATE OF POSSESSION The individuals or entities listed below have contracts with the City for the performance of other work at the Site: NONE SC-8.01, "Communications to Contractor" NONE SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Bijay Upreti, or his/her successor pursuant to written notification from the Director of the Water Department. SC-13.03C., "Tests and Inspections" NONE SC-16.O1C.1, "Methods and Procedures" NONE END OF SECTION CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 8, 2024 CPN 106202 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 5 Revision Log DATE NAME 1/22/2016 F. Griffin 3/9/2020 10/06/23 3/08/24 SUMMARY OF CHANGE SC-9.01., "City's Project Representative" wording changed to City's Project Manager. D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. 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 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 8, 2024 CPN 106202 oiiioo-i SUMMARY OF WORK Page 1 of 3 SECTION O1 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication 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 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. Wark Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Wark 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised December 20, 2012 CPN 106202 oiiioo-z SUMMARY OF WORK Page 2 of 3 � c. 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. 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. Wark 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 proj ect 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 ar 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. � c. 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. 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised December 20, 2012 CPN 106202 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 DATE NAME Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSM[SS[ON MAIN EXTENSION Revised December 20, 2012 CPN 106202 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 SECTION O1 25 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 20ll CPN ]06202 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 ofproposed 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) Speciiication Section or Drawing reference of originally speciiied 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) Productexperience 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 Ciry 2. City reseroes 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 20ll CPN 106202 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 Speciiication Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll SUMMARY OF CHANGE NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and speciiied 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 qualiry are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll Recommended Not recommended By Date Remarks Date Rej ected Recommended Received late NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSM[SS[ON MAIN EXTENSION CPN ] 06202 oia9�s-i MAT[iR1ALS ON HAND Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 �. 10 1.2 SECTION O1 29 75 MATERIALS ON HAND A.This section should be used if payment is requested based on materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing (Materials On Hand). B. Payment for Materials On Hand (MOH) may be made for non-perishable materials that are considered long lead-time items and have been approved for MOH payment. SECTION INCLUDES: 11 A.Materials approved for MOH payment are as follows: 12 1. Water & Sewer Pipe greater than or equal to 24" diameter 13 2. Water Valves greater than or equal to 36" diameter 14 3. Reinforced Concrete Pipe greater than or equal to 84" diameter 15 4. Reinforced Concrete Box greater than or equal to 8' x 6' 16 5. Traffic Signal Poles, Masts, and Cabinets 17 6. Street Light Poles 18 B. Requirements for MOH 19 L Materials must be stored on-site for a minimum of two (2) progress payment cycles 20 to qualify for MOH reimbursement. If materials are expected to be stored for a 21 shorter duration, MOH will not be paid. 22 2. For materials on Hand to be paid for, required submittal must been submitted and 23 approved. No MOH will be paid when MOH submittal have not been approved. 24 3. MOH must be stored in accordance with approved submittal requirements. 25 4. The contractor must maintain the proper insurance and retain the duty to protect the 26 materials per the included material specification or equipment per the 27 manufacturer's specifications. 28 C. The City may permit material storage at a third-party facility, provided the facility is 29 bonded and insured. Any off-site storage location must receive prior written approval 30 from the City Project Manager. A copy of the written approval must be included with the 31 corresponding pay application. 32 D.Deviations from this City of Fort Worth Standard Specification 33 1. None. 34 E. Related Specification Sections include, but are not necessarily limited to: 35 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 36 Contract 37 2. Division 1— General Requirements CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 oia9�s-a MAT[iR1ALS ON HAND Page 2 of 3 1 1.3 PRICE AND PAYMENT PROCEDURES 2 3 4 5 6 7 A.Measurement and Payment 1. Measurement and Payment a. The material furnished in accordance with the specific item for which MOH is allowed shall be measured and paid by the Lump Sum. 2. The price shall include: a. Invoiced Cost of material ONLY 8 1.4 REFERENCES [NOT USED] 9 1.5 ADMINISTRATIVE REQUIREMENTS 10 A.A Change Order will be necessary. It will deduct the Bill of Sale quantiry from the 11 original Furnish and Install quantity and add two separate line items—one for Furnish 12 and one for Install—each with its corresponding pricing. 13 1.6 SUBMITTALS 14 15 16 17 18 19 20 1.7 A.Contractor shall submit a Bill of Sale for the materials on hand properly identifying the Project which shall be attached to the pay application and applicable materials to be circled or highlighted, properly added up and totaled in documentation. B. Submittals shall be in accordance with Section O1 33 00. C.AII submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 21 A.Written agreement for offsite storage location 22 1.8 CLOSEOUT SUBMITTALS [NOT USED] 23 A.Maintenance Contracts 24 B.Operation and Maintenance Data 25 C. Warranty Documentation 26 D.Record Documentation 27 1.9 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.10 QUALITY ASSURANCE 29 A.The City shall confirm that the material or equipment conforms to specifications and is 30 properly marked and secured. 31 B. City's decision on what quantity of received material is to be paid is final. 32 1.11 DELIVERY, STORAGE, AND HANDLING 33 A.Title to the materials on hand passes automatically to the City of Fort Worth upon 34 delivery. 35 B. The risk of loss for the material or equipment does not pass to the City until the 36 associated Work is accepted. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 012975-3 MAT[iR1ALS ON HAND Page 3 of 3 1 1.12 DELIVERY AND ACCEPTANCE REQUIREMENTS 2 A.Storage and Handling Requirements 3 B.Packaging Waste Management 4 1.13 FIELD [SITE] CONDITIONS [NOT USED] 5 A.Ambient Conditions 6 B. Existing Conditions 7 1.14 WARRANTY [NOT USED] 8 PART 2- PRODUCTS [NOT USED] 9 PART 3- EXECUTION [NOT USED] 10 11 DATE NAME 12 END OF SECTION Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 19, 2025 CPN 106202 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1 2 3 PART1- GENERAL SECTION 0131 19 PRECONSTRUCTION MEETING 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 27 28 29 30 31 32 33 34 35 36 37 38 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 1, 2025 CPN 106202 O1 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 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 e. Other City representatives £ Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section O1 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 £ 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 Certiiication n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. Final Acceptance hh. Final Payment ii. Questions or Comments CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised September 1, 2025 CPN 106202 O1 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 l.l l FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 DATE 9/ 1 /2025 13 END OF SECTION Revision Log NAME SUMMARY OF CHANGE M Owen Deleted Section 1.4 B.S..hh, due to new Small Business Ordinance CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSiON Revised September 1, 2025 CPN 106202 013120-1 PROJECT MEETINGS Page 1 of 3 SECTION O1 31 20 PROJECT MEETINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Speciiication 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. Wark 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 ineeting to be determined by the City. 3. Attendees CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 2011 CPN ]06202 013120-2 PROJECT MEETINGS Page 2 of 3 a. Contractor 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 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 £ Others, as requested by the Proj ect 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 CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 2011 CPN 106202 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1 2 3 PART1- GENERAL SECTION O1 32 16 CONSTRUCTION SCHEDULE 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 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 1.2 D. Purpose The City of Fort Worth (City) is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler) responsible for developing and updating the schedule and preparing status reporting as required by the City. PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Wark 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 Contractar achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised October 6, 2023 CPN ]06202 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 Wark, the Contractar 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 22 23 24 25 26 27 28 29 30 31 32 33 34 35 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of wark. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". 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 43 44 45 46 47 48 49 2. Tier 2: Sma11 Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "finish" milestone dates on key elements of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City, updates to the "start" and "finish" dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised October 6, 2023 CPN 106202 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 wark on the project at a level of detail (generally Leve13) and in 4 alignment with the WBS structure in Section 1.4.H as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 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 wark 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 autharized change order issued by the City. In the event progress is 22 significantly behind schedule, the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification O1 32 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 wark. 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 Specifcation O1 32 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised October 6, 2023 CPN ] 06202 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 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 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 specifcation 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 wi11 align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number Project Name_Baseline Example: 101376 North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number Project Name YYYY-MM Example: 101376 North Montgomery Street HMAC_2018_O1 • Project Schedule Progress Narrative File Name Format: City Project Number Project Name PN YYYY-MM Example: 101376 North Montgomery Street HMAC_PN_2018_O1 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 identiiied by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water 48 G. Schedule Calendar CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSM[SS[ON MAIN EXTENSION Revised October 6, 2023 CPN 106202 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, and Christmas). The Contractor will establish a schedule calendar as 5 part of the schedule development process and provide to the Project Control Specialist 6 as part 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. 0 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 17 18 The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template far "Construction" as shown in Section 1.4.H below. 21 Additional activities may be added to Levels 1- 4 to accommodate the needs 22 of the organization executing the work. Specifically, the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution" that 24 25 delineates the activities associated with the various components of the work. 26 2. Contractor is required to adhere to the City's Standard Milestones as shown 27 in 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 32 33 34 35 36 37 L Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project finish" milestones. 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 wark 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 Contractar submits this updatedbaseline schedule to the City far CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised October 6, 2023 CPN 106202 013216-6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 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 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised October 6, 2023 CPN 106202 O1 32 16 - 7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 Activitv ID Activitv Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed - Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 7 Water & Sewer 8 3150 Peer Review Meeting/Design Review meeting (technical) 9 3160 Conduct Design Public Meeting #1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 12 Parks, Storm Water, Water & Sewer 13 3250 Conduct Design Public Meeting #2 (required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 16 Water & Sewer 17 3330 Conduct Design Public Meeting #3 (if required) 18 3360 Fina1 Design Complete 19 ROW & Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting #4 Pre-Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed � 39 1.4 SUBMITTALS 40 41 42 43 44 45 46 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 far ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSM[SS[ON MAIN EXTENSION I Revised October 6, 2023 CPN 106202 013216-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 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 Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .xls or .xlsx format in compliance with the sample layout (See Specification O1 32 16.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the fle formats noted above), in the City's document management system in the location dedicated for this purpose at least 5 working days prior to Pre Construction Meeting. The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic farm as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and infarmation that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re-submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised October 6, 2023 CPN 106202 013216-9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the monthly progress meeting (if monthly meetings are held) or at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification O1 32 16.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to include only changes, delays, and anticipated problems. C. Submittal Process • Schedules and Monthly Construction Status Reports are submitted in in the City's document management system in the location dedicated for this purpose. • Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or construction status reports are required from the Contractor. 1. 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 21 22 23 24 25 A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 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 Ol 32 16.1 Construction Project Schedule Baseline Example 31 Spec O1 32 16.2 Construction Project Schedule Progress Example 32 Spec O1 32 16.3 Construction Project Schedule Progress Narrative 33 CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised October 6, 2023 CPN ] 06202 01 32 16- 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 1 2 PART 2- PRODUCTS [NOT USED] 3 PART 3- EXECUTION [NOT USED] 4 5 DATE 8/13/2021 10/06/2023 6 END OF SECTION Revision Log NAME SUMMARY OF CHANGE Michael Owen Revised to update specification requirements and eliminate duplicate schedule specificarions. Michael Owen Added "Juneteenth" to list of City Holidays under 1.3 G. "Schedule Calendar" CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised October 6, 2023 CPN ] 06202 O1 32 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 1 of 5 2 SECTION 0132 16.1 CONSTRUCTION SCHEDULE — BASELINE EXAMPLE 3 PART1- GENERAL 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 The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a"baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification O1 32 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH STANDt1RD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 in y � �o � �� �o ;� � i� II � �x O 'z � iy � � m x� � � Ym �C � � m `� a � � z �, �� Y� zo z�� -z,� ��a ooz Nz� CFW - Integrated Program yttNiry w I Httiviry ivame No FTW - Project Manager Pre-Canstructian 8200 AwartlConstmctionContrad 8210 SPollution Prsvention Plan (ContractorPrepareand SubmitJ 8220 S�te WalkThrough 82 Pr�ConSmc[ion 8230 NoficeToPmceed�PreConstmd�onMee4ng 8240 PreCon�ruclion-PublicMeehng 8250 Mobilizffiion _ Construction Contract Execution 83 Cons[rudion Street 1 Waier & Storm 3010 Temp Water 3000 Construc�on StaR 3020 Lay 8" water and services 3030 Temp Pa�ing Repair Paving 3W0 Exnvation 3050 Stabl¢ation 3060 Pamng 3070 Rat Work 3080 CYean up 3090 SYreet 1 Complete Street2 Waier & Slorm 3100 Temp Water 3110 Lay 8" water end seivicas 3120 Temp Pawng Repair 3130 Lay8"SewerandSernces 3140 Temp Pawng Repair 3150 SYorm �rain & Structures Paving 3160 Exnvation 3170 Stablization w I Hu 434 434 38 0 10 1 38 1 1 20 230 230 90 40 10 0 25 5 45 5 5 30 20 10 0 113 63 10 15 5 8 s 20 45 5 5 Project Schedule 38 0 10 1 38 1 1 20 230 230 90 40 10 0 25 5 45 5 5 30 20 10 0 113 63 10 15 5 8 5 20 45 5 5 Starc I rinim I rredecesscl �ucessors 02-Apr-18 17-Deo-19 02-Apr-18 02-Apr-18 02-Apr-18 02-Apr-18 02-Apr-18 17-Apr-18 25-Apr-18 26-Apr-18 03May18 03May18 03May18 03Mey18 03Mey18 0&May18 17-May-18 22�1urr18 0& L F18 0.4,llF18 1&LF18 23 L F18 06Aug18 27-Aug18 29�1urr18 29�1urF18 29�1urr18 1&LF18 06Aug18 1&Aug18 23Aug18 36Auc}18 05-0d-18 05-0ch18 12-0d-18 � Actual Work • • Milestone o Remainin... � Remaining Work • • Critical Milestone � Actual L�... � Critical Remaining Work • • Complet�cl Milestone Project Ba... 23May-18 8210,8220 13Apr-18 8200 02-Apr-18 8200 8230 23May-18 17-Apr-18 8220 8240 2�rApr-18 8230 3000,8250 23May-18 8240 3310 01-Apr19 01-Apr-19 1aSep18 2&,L rF18 16May-18 3000 3020 8240 3010,8500 21-,Ln-18 3010 3030 2&,Lrr18 3020 3040,3100 1aSe�18 13Ju�18 3030 3050 2aJu�18 3W0 3060 31-Aug18 3050 3070,3180 31-Aug18 3060 3080 10.Seµ18 3070 30.90 14Sep18 3080 8510 14Deo-18 27-Se�18 13Ju1-18 3030 3110 03Aug18 3100 3120 1QAug18 3110 3130 22-Aug18 3120 3140 23Aug18 3130 3150,3220 27Sep18 3140 3160 1Q�eo-18 11-0d-18 3150 3170,3250 1&Oc[-18 3160 3180 Data Date: 30-Mar-18 lotai tute zu�a tutu Ro a[ M A � M � J �Ju I � A � S � O � N � � J � F � M � A � M � J � Ju I � A � S � O � N � D I J � F � I I I � 396 � � � -- --- - ---- ----------- - - - ----------'----------'---------------- Q------ '� ------'� - ----- - '�� ; ; 424 � � � 0 �'� �'� �'� __ -___ _ __-_ ____-_____- _ _ __--_____-'_____-____'________________ ____ _ - ______ 396 ' -----' ' 0 I I I p�'� �'� �'� _— ___ """� ____-_____- _ _ __--_____-'_____-____'________________ _--__'__-_ _ 81 `"� ; ; 0 I I I a __ - _- . ��__--_____-'_____-____'________________ 140 0 I I I 0 �'� �'� �'� , � � _ _"_''_'__'"'_''______'____'_''_"___''___'__''' O'___"___" p I I p , 140 __ _ _______ ____ � _ ____-_____ -_ _ __--_____-'_____-____'_______--_-_____ 110 110 � � __ - _ _ •_ ' _ __________ __ _ __--_____-'_____-____'_______--_-_____ 110 ___ _ - � - _____ I I I 140 140 __ _ _ _ ______ ___ _________ __ _ __--_____-'_____-____'_______--_-_____ ____ - _____ _ 140 '� ; ."'""""""""" �'� i i 77 67 , � � __ - ____- _'__-___•__•__________________•_i__--_ _ --_____--_-_____ ____-'_____-___ ' 0 � I � . � � _' ' ___'_"_ __'"'_"______'____""_"___"___'__"' O . '___"___" p 67 �� __ - ____--__'____ _ _ _ __________________ _ � _ _______._________ -______-____ 77 67 »_ I _ , , CIP-01B - Neighborhood Street FORT WORTH� � Construction Baseline Schedule Example � �, lo � N i� in y � �o � �� �o ;� � �o �i '� r�" w 0 'z --1 � m z� � � a �' � C �m C" m `� a � � zm C7 a� zo zm�' ��a ooz Nz,� CFW - Integrated Program 3180 Pamng 3190 Rat Work 3100 CYean up 3210 Street 2 Com plete Sh'eet 3 Waier & Slorm 3220 I em p VVater 3230 Lay 8" water end seivicas 3240 Temp Pawng Repair P3�/1119 3250 Exravation 3260 Stablization 3270 Paaing 3280 Rat Work 3290 Clean up 3300 Street 3 Complete Sh'eet 4 Water 8 Storm 3310 Temp Water 3�'�a Lay g" wafer and services 3330 Temp Pa�ing Repair 3340 Lay 8" Sewer Lines L-3203 & L-8346 and Services 3350 Lay 8" Sewer Lines L-3212 & L-8355 end Services 3360 Temp Pawng Repair Paving 3370 Exnvffiion 3380 Stablization 3390 Pa�ing �aa Fim wor� 3410 Clean up 3420 Street4CompletelSubstentialComplete Inspections 85 Inspechon 8500 Inspechon 8510 Rnallnspection 8520 CompletePunchListTasks � Actual Work • � Remaining Work • � Critical Remaining Work • � � 20 20 10 0 80 13 4 8 1 50 5 s 20 20 10 0 134 69 6 20 3 20 15 5 60 10 10 20 20 10 0 276 2,6 225 10 30 Project Schedule 19-0ch18 15Nov-18 3170, 30E 3190 0&Nov-18 03Deo-18 3180 3200 27-No+r18 10.Deo-18 3190 3210 10-Deo-18 '3200 8510 30.Aug18 24-Deo-18 36Aug18 1&Sep18 3l}Hug1E3 l]a5e�18 3140 3230 06Se�18 17Se�18 3220 3240 1&Se�18 1&Se�18 3230 3250,3310 12-0c618 24Deo-18 1&Oct-18 1&Och18 3240, 31t 3260 �9-o�-�a 2�o�-�s �25a az�o 26-Od-18 26Ncv-18 �J260 3280 16Nov-18 17-Deo-18 3270 3290 11-0eo-18 24�eo-18 3280 3300 24-Dec-18 3290 8510 1&Se�18 01-Apr-19 13Se�18 27-Deo-18 1&Se�18 26Se�18 3240, 82` 3320 ��-�a�{a za-b�k�s 3a�o a33b 25-0d-18 2&Oct-18 3320 3340 30-0d-18 2&Nw-18 3330 3350 2&Nou18 1&�ec-18 3340 3360 2o-Dee18 27-Dec-18 3350 3370 07-Jan-19 01-Apr-19 07-Jan-19 1&�n-19 3360 3380 22-Jan-19 04-Feb19 3370 3390 05Fetr19 04-Mar-19 3380 3400 26Fetr19 25Mar-19 3390 3410 1&Mer-19 01-Apr-19 3400 3420 01-Apr-19 3410 8510 0&May-18 0`r,Lrr19 0&May-18 OFr,Ln-19 o3avl�y�a ���far-�s s000 a5�o 02-Apr-19 1�Apr-19 �J420, 33� 8520 16-Apr-19 2&May-19 8510 8530 20 20 10 0 80 13 4 8 1 50 S 5 20 20 10 0 134 69 6 20 3 20 15 5 60 10 10 20 20 10 0 276 276 �5 10 30 Data Date: 30-Mar-18 ��A M ��w A s o N o���F��A�M��I��qA�slo�N�ol� 77 77 I I 77 ------ - -- - -;- - r.-------` --- ----- =----- ----= ----- - --- --- ----- - » - ; - 67 � I I Q � __ � I I � I I __ _______________ � '______. � � _ �_____' ', , 67 I 67 �� �� 67 � �� ___ ______ _____ '_____ _______f_j________________;-______ ___ 67 I 67 �I I 67 � � � " ____--__�__-_ ' � � __ -_-�_______ __ ______•_; , 67 � � _ _ _ """" ', 0 I I I 0 I I I __ _ ____._ _____________ ___.._____.._____.____;.._____.._ ___. C ___.._ ,, __ ._._,, _____ -,,� : b I 0 _��_ _t_,_______'________;-______ ___ _______�________-� ________ ______ ' 0 I 0 I I I �, _ , _ ______.�________ ________ _, , G I I I 0 �'� �'� �'� 0 , , — , � � - � I I � �� �� , 0 , - � , 0 0 -.�--.�_._.____________. . . s ___ _ �,-_ ___'________________________.___. i ° 0 I I , , • Milestone o Remainin... FORT WORTHo � • Cntical Milestone �,4ctual ��... CIP-01B - Neighborhood Street � • Complet�cl Milestone Pro�ect Ba... Construction Baseline Schedule Example � �, lo � N �� '� c � � � a C �E �� .- c w ; N F O � : � 3y � .� 70 .� � �, �o� �y ;� 30 7� ; `�. w 0 'z �� �� �° a `� z< � �r m r�'n C O� zm C7 a� zo,� -(�o � �D� ztnm ��a ooz Nz� CFW - Integrated Program 8530 FinelWelkThroughforCompletedPunchListTai6 8540 Construd�onFinalComplehon Closeart 90 C7o�out Co�sstructim Co�act Close-0ut As-Butt Survey 8100 AsBwtt Survey (Submitted by Contrador] CorYract Cbseaut 9110 ContrectKeconcihation 9120 Submittals(Pro�ectCYoseout�ocumentation) 9130 9140 Rnal Constmchon Contract Imroice Paid 9150 Construdion Contrad ao�d 9160 Lessons Leamed � Actual Work • � Remaining Work • � Critical Remaining Work • • Milestone • Critical Milestone • Complet�cl Milestone Project Schedule 1 1 05�1urF19 0 0 135 135 06-Jun-19 135 135 06�1urr19 135 135 06-Jun-19 5 5 06-Jun-19 5 5 06�1uo-19 135 135 O6�1uo-19 3U :iU UEi�lurF1S 38 38 1&,LN9 I 0 0 1 1 14-No+r19 0 0 1 1 17-Dec-19 o Remainin... � Actual L�... Project Ba... Data Date: 30-Mar-18 Finish 'I'F'redecesscl�uaessors I Floatl_ �u1d 1�1y ILu1u M A M J Jul A S O N � J F M A M J Jul A S O N DI J F Or,LrF19 8520 8540 0 I, ' ' 0`r,Lrr19 8530 9100,9110 0 I I I 17-Deo-19 0 �� �� �� __ _________ ____ ____._____..______._ __.._ _ � ___.. 17-Deo-19 0 I I I i 17-Deo-19 0 �, �, �, 1&,Ln-19 25 �' �' �I -- -- - ---- --- � ' ----- 12-,LrF19 8540 9110 25 I ' �------ ' �',"'� 17-�eo-19 0 I I I �tsdu��s y�uu, a� s�2u u � � � "'_ ""_"'_' ' '; 11Se�19 9110 9130 0 I I I 230ch19 9120 9140 0 � � � 14-Nw-19 9130 9150 0 ��, ��, ��, ___ _______;_________;__ _____-____ 14-Ncv-19 9140 9160 0 I I I 17-Deo-19 9150 0 �I I I CIP-01B - Neighborhood Street FORT WORTH�� � Construction Baseline Schedule Example o �n : o • N 7� O1 32 16.1 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDt1RD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised August 13, 2021 CPN 106202 O1 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 1 of 5 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 SECTION 0132 16.2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a"progress" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification O1 32 16 Construction Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH STANDt1RD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN ]06202 '� c � c. � o- C �E �� .- c w ; N F 0 � : � 3y � .� 70 .� � �, � ,o� �y ;� i � � y : x 0 'z '--] � m z� � � a �' � C �m C' `� a � � zm C7 a� zo zm�' � � � ooz Nz,� CFW - Integrated Program yttNiry w � Httiviry ivame No FTW - Project Manager Pre-Canstructian 8200 AwartlConstmctionContrad 8220 S2e WalkThrough 8210 SW Pollution Prevenhon Plan (Contrac[orPrepare and SubmitJ 8230 NohceToProceed�PreCons[mdionMee4ng 8240 Pr�ConSruction-PublicMeeting 82 PreCon�ruction 8250 Mobilizffiion Construction Contract Execution 83 Cons[rudion Street 1 Waier & Storm 3000 Cons[ruction StaR 3010 Temp Water 3020 Lay 8" water and services 3030 Temp Pa�ing Repair Paving 3W0 Exnvation 3050 Stabl¢ation 3060 Pamng 3070 Rat Work 3080 CYean up 3090 SYreet 1 Complete Street2 Waier & Slorm 3100 Temp Water 3110 Lay 8" water end seivicas 3120 Temp Pawng Repair 3130 Lay8"SewerandSernces 3140 Temp Pawng Repair 3150 SYorm �rain & Structures a�.r�q 3160 Exnvation 3170 Stablization � Actual Work • • Milestone � Remaining Work • • Critical Milestone � Critical Remaining Work • • Complet�cl Milestone Project Schedule �u rtu � rnys�cai io e� rro�ett otarc e� rro�ett Hnim otarc Hni� CAmplete 432 411 02-Apr-18 17-�o-19 02-Apr-18A 13�ec-19 38 11 0 0 1 0 10 0 1 0 1 0 38 11 20 11 230 230 230 230 90 90 40 40 0 0 10 10 25 25 5 5 45 45 5 5 5 5 30 30 20 20 10 10 0 0 113 113 2&Jun-18 63 63 2&Jun-18 10 10 OR6 2&Jun-18 15 15 046 1&Ju�18 5 5 046 OFrAug18 8 8 046 13Aug18 5 5 046 23Aug-18 20 20 096 3QAu�18 45 45 0`Och18 5 5 046 050ct-18 5 5 OR6 12-Oct-18 o Remainin... � Actual L�... Project Ba... 02-Apr-18 100°h 02-Apr-18 100°5 02-Apr-18 100°h 0&Apr-18 100°h 17-Apr-18 100°h 2`Apr-18 046 02-Apr-18 5096 26Apr-18 03May-18 OR6 03May-18 03May-18 03May18 046 03May-18 090 03May-18 040 17-May-18 096 22-Jun-18 0&Ju�18 OR6 0.4Ju�18 OR6 16Ju�18 046 23Ju�18 046 06Aug18 046 27-Aug-18 046 23May-18 02 Apr-18 13Apr-18 17-Apr-18 2`Apr-18 23May-18 23May-18 01-Apr19 01-Apr-19 1aSep18 2&,L rF18 1FMay 18 21-,L n-18 2&,Lrr18 1aSe�18 13,LF18 2Q,L �18 31-Aug18 31-Aug18 10.Seµ18 14Sep18 14�c-18 27-Se�18 13,LF18 0&Aug18 1QAug18 22-Aug18 23Aug18 27-Sep18 1Q�o-18 11-0ch18 1&Oc[-18 0&Apr-18A 02-Apr-18A 02-Apr-18A 02-Apr-18A 17-Apr-18A 1 &Apr-18A 02-Apr-18A 1 &Apr-18A 01aVlay-18 01aVlay-18 01aVlay-18 01aVlay-18 01avlay-18 01�vYay-18 15Ma�-18 20Jurr18 0`Ju F18 0`JUF18 12�1uF18 1 &Ju F18 02-Aug18 23Aug18 27.Jurr18 27.JurF18 27.Jurr18 12�1uF18 02Aug18 0&Aug18 21-Aug18 2&Aug18 03-0c[-18 03-0c[-18 10-0c[-18 15May-18 02-Apr-18 A 13-Apr-18 A 17-Apr-18 A 19-Apr-18 A 15May-18 15May-18 2&Mar-19 2&Mar-19 06Sep18 26�L rF18 14�ay-18 19-,ll n-18 26�llrr18 06Se�18 11-Ju1-18 1&Ju�18 2&Aug18 2&Aug18 OFSeµ18 06Sep18 06�ec-18 25Se�18 11-Ju1-18 01-Aug18 0&Aug18 24Aug18 27-Aug18 25Sep18 06�ec-18 09-0c[-18 16-0c[-18 Data Date: 30-Apr-18 iotai vanance-e� zute tutn �« Fioac F�n�snoace �,NWI�IAI�y'y �Iry !W I�'�IAI� I'Y��l 0 2 ��,, I I I I �� 400 6 '� '� '� '� '� 0 - '- - `- `- --------- 0 0 � 85 85 0 0 140 0 0 0 0 0 140 110 110 110 140 140 140 77 67 0 0 0 0 0 67 77 67 77 0 4 6 6 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 CIP-01P - Neighborhood Street Construction Progress Schedule Example ___-___ `_ `_ _________ � � ' � F' � � ' '' - FORT WORTH� f"l � z y `� �." n y � z 'l7 `� � � � � � n x d r'" Cr1 `0 � � � � '� � o � � �W N N b .- ° r o� Vi �1 N '� c � c. � o- C �E �� .- c W; N F O � : � 3y � .� 70 .� � �, � ,o� �y ;� i� 7� : `�". w O 'z � � mx � � � � m z< � � r m �< � � zm C7 D� zo n k � -� -� n zmm a�.`"Y Noz �zx CFW - Integrated Program 3180 Pamng 3190 Rat Work 3200 CYean up 3210 Street 2 Com plete Sh'eet 3 Waier & Slorm 3220 I em p VVater 3230 Lay 8" water end seivicas 3240 Temp Pawng Repair Paving 3250 Exnvation 3260 Stablization 3270 Paaing 3280 Rat Work 3290 Clean up 3300 Street 3 Complete Sh'eet 4 Water 8 Storm 3310 Temp Water 3�'�a Lay g" wafer and services 3330 Temp Pa�ing Repair 3340 Lay 8" Sewer Lines L-3203 & L-8346 and Services 3350 Lay 8" Sewer Lines L-3212 & L-8355 end Services 3360 Temp Pawng Repair Paving 3370 Exnvffiion 3380 Stablization 3390 Pa�ing �oa F�� Wo� 3410 Clean up 3420 Street4CompletelSubstentialComplete Inspections 8500 Inspechon 8510 Rnallnspection 8520 CompletePunchListTasks 8540 ConstrudionRnalComplehon � � 20 20 20 20 10 10 0 0 80 80 13 13 4 4 8 8 1 1 50 50 5 5 5 5 20 20 20 20 10 10 0 0 ,� ,� 69 69 6 6 20 20 3 3 20 �o 15 15 5 5 60 60 10 10 10 10 20 20 20 �o 10 10 0 0 276 276 225 225 -Ib -16 30 30 0 0 Project Schedule 046 046 046 046 �� 046 046 096 046 046 OR6 OR6 046 046 d9� 096 OR6 046 046 046 046 046 a� 046 046 046 64� 046 OR6 � Actual Work • • Milestone o Remainin... � Remaining Work • • Critical Milestone � Actual L�... � Critical Remaining Work • • Complet�cl Milestone Project Ba... BL F'roJecY Jtan hL F'roJett FiniSh 1&Oct-18 1rNov-18 02-Ncv-18 O��o-18 27-Nw-18 10.�o-18 10-�o-18 30.Aug-18 24-�o-18 36Aug-18 1&Sep18 3(}Hug18 0`Se�18 0&Se�18 17-Se�18 1&Se�18 1&Se�18 12-Oct-18 24�o-18 1&Och18 1&Och18 1&Oct-18 2�OcF18 260ct-18 2FrNov-18 16Nc,v-18 17-�o-18 11-0eo-18 24�o-18 24�o-18 1&Seo-18 01-Apr-19 19Sep-18 27-�o-18 1&Se�18 2FSe�18 �7-�ep-�$ 2Qo�f-i$ 2`Oct-18 2&Oct-18 3QOct-18 2&Nov-18 2&Nw-18 1&�o-18 2o-�ec-18 27-�o-18 07-Jan-19 01-Apr-19 07-Jan-19 1&�n-19 22-Jan-19 W-Feb-19 05Feb19 04-Mar-19 26Feb19 2`Mar-19 1&Mar-19 01-Apr-19 01-Apr-19 03May-18 Q�,Lrr19 03May-18 2�Mar-19 iY'-Apr-19 �rApr-�J 16Apr-19 2&May-19 0`,Ln-19 sta rc 17-0c[-18 31-0c618 21-No�=18 2&Aug18 2&Aug18 2&Aug18 04Se�18 14Se�18 10-0c618 10-0c[-18 17-0cF18 24-Oct-18 14-Nov 18 07-�ec-18 17Se�18 17-Seµ18 17Se�18 5�saa{a 23-0ct-18 26-0c[-18 27-Nov 18 1gDee18 03-Jan-19 03-Jan-19 17-Jan-19 01-Feb19 22Feb19 15Mer-19 01�vYay-18 01-May-18 �'&Mar-19 1&Apr-19 FiniSi 13Nw-18 2&Ncv-18 06�ec-18 Of �ec-18 20.�ec-18 14-Sep18 31-Aug18 13Se�18 14Se�18 2o-�ec-18 16-0c[-18 23-0cF18 24Ncv-18 13�ec-18 2Q�ec-18 2Q�ec-18 2&Mar-19 24-0ec-18 24Sep18 z2-6�k-T� 25-0ct-18 26Nw-18 17-�ea18 24-0ec-18 2&Mar-19 16-Jan-19 31-Jan-19 2&Feb19 21-Mar-19 2&Mar-19 2&Mar-19 03�A1 rr19 21-Mar-19 �1-ApF�s 23May-19 03-,Ln-19 Data Date: 30-Apr-18 IUYaI variancz-6L 101kf L�In � Float Fnish �ate Z� �� A J J J A J 77 2 I I I I 77 2 I I 77 2 � ' . . _ .� _ ��____ ___ _ _________ 77 2 . � , � � - _ 67 2 ��, ��, ��, ��, ��, 0 2 �I �I �I �' �I ' � � � � � - ---T -' -�------ i --- 0 2 � � �------ 0 2 � I I I 0 2 � � � � . . *_. ____._ __ . �_ �_ _____.._. 67 2 _, ',, ', __, __',, 67 2 �'� �'� �'� �'� 67 2 ��, ', ', ', - ,_- - •__-_ __ - �_ �_ _________ 67 2 —', ' ', __', — — j 67 2 �I �I �I �I 67 2 �' ' �' �' �' - *__ _ _'_ �_ �_ _________ 67 2 - ____-V" -�, ___-�, _ 0 2 �I I I I I 2 2 �� I I I I . _ ____.__ _ _ _____.._. .._* . ._, _ .., ____.,_____, 0 2 I d2 �� �� �� �� 6 z �� �� �� �� - __,___ _______ _ _- 0 2 I I I I 0 2 �I I � �I �I �I 0 2 �' '' '' '' '' . .._*___._,___ .___ _�____. 0 2 I I I I I 0 2 '�, '', '', '', '', 0 2 '�, '�, '�, '�, '�, 0 2 � � � 0 2 '�, �I �I �I 0 2 I I I � ___� _,-- _ __-� -_- 0 2 *___-_,____-__ �_____,_____- 0 2 �I �I �I �I �I e 2 � 0 � . _ ____._ __ ..'_ _ _____.._. 0 2 �I � �I o z CIP-01P - Neighborhood Street FORT WORTH�� Construction Progress Schedule Example n � z � H `� �." C� y O z � � � � � � � n x d r'" Cr1 `0 O � � � '� � o w � 9 w W � N b .- ° r o� Vi �1 N '� c � c. � o- C �E �� .- c W; N� 0 � : � 3y � .� 70 .� � �, � ,o� �y ;� 30 � y : `�. W 0 'z a° mx �� �d Dm z< � � r�- m `� a o ,� zm O D� zo n k � � -� ci zmm a�.`"Y Noz �zx CFW - Integrated Program �I ����� ame 8530 Final WalkThrough for Completed Punch ListTasks 85 Inspection Closeart 90 Clo�out Coratruction Contract Closeaut As-Bult Survey 9100 A�BwRSurvey(SubmittedbVContrador] CorRract Clvsewl 9110 Contrect Heconcilie[ion 9120 6ubmittale�Pro�ectClaeout�ooumentation) 9130 Notice of ComplehonlGreen Sheet 9140 Final Cons[ruction Conhact Imroice Paid 9150 Construdion Contrad Qo�tl 9160 LessonsLeamed Project Schedule asl������,e��rn e���o,ea���,��, � cbmpiete I 1 1 096 OSJun-19 Or,Ln-19 276 276 090 03May-18 0`,llrr19 135 135 06JurF19 17-�o-19 135 135 090 06JurF19 17-�o-19 135 135 0&JurF19 17-�o-19 5 5 OFJun-19 12-,Ln-19 5 5 090 06Jun-19 1&,Ln-19 135 135 06JurF19 17-�o-19 3(1 :iU (lY'u (1tiJurF1y 1Ei,llF1y 38 38 090 1&Jul-19 11-Se�19 0 0 096 230ct-19 1 1 090 14-Nrn-19 14-Nov-19 0 0 090 14-Nov-19 1 1 090 17-0eo-19 17-�o-19 �idrt _ 03-Jun-19 01-May 18 04-Jun-19 04-Jun-19 04-Jun-19 04-Jun-19 04-Jun-19 04-Jun-19 W�lurF1y 17�1uF19 1&Nov-19 1&�eo-19 Fini�� 03-,Ln-19 03-,Ln-19 13�ec-19 13�ec-19 13Deo-19 10-,L n-19 10-,Ln-19 13�ec-19 1E�JUF1y 0&Se�19 21-Oct-19 12-Ncv-19 12 Na� 19 13�ec-19 Data Date: 30-Apr-18 io�i ua�rdncz-e� �a1e 2oia � Fioae F����, o-aee � � a d � d a � 0 2 I I ; 0 2 ■ ' ! i 0 2 a 2 - ',- ',------- '�, --�---- 0 2 �� 25 2 �I �I �I - - --�-----�--------- 25 2 '� '� ��� �'---� 0 2 I I I a 2 � �� �� "';_""; � �"' ' ,"'_""' 0 2 I I I 0 2 �'� �'� �'� 0 2 ��, �', �', ___,___-_, _____-_- 0 2 I I I 0 2 I I I � Actual Work ♦ ♦ Mil�tone o Remainin... FORT WORTHc� � Remaining Work ♦ ♦ Cntical Milestone � a�t�a� ��... CIP-01P - Neighborhood Street � Critical Remaining Work ♦ ♦ Completed Mil�stone Pro��t sa... Construction Progress Schedule Example n � z � y z � � y 0 z b z 0 � � � � � � x d � r tn ro z O � � � � '� � o w °� a W � � N b .- ° r o� Vi �1 N O1 32 16.2 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDt1RD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised August 13, 2021 CPN 106202 0132 16.3 —PROGRESS NARRATIVE Page 1 of 1 SECTION O1 32 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Project Name: City Project No: City Project Manager: Date Issued: Contractor Company Name: Contractor Schedu le Contact: A. List of activities changed in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas NORTHSIDE N ELEVATED STORAGE TANK Construction Project Schedule Narrative Report for CFW Projects 30" WATER TRANSMISSION MAIN EXTENSION Revised August 13, 2021 CPN 106202 Page 1 of 1 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION O1 32 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENS[ON Revised July 1, 20ll CPN ]06202 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll SUMMARY OF CHANGE NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSM[SS[ON MAIN EXTENSION CPN 106202 013300-1 SUBMITTALS Page 1 of 8 SECTION O1 33 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: L 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 � 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised December 20, 2012 CPN 106202 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: 1 1 11 1: : 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 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 �eld 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 Certiiication 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 CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised December 20, 2012 CPN 106202 013300-3 SUBMITTALS Page 3 of 8 F 2. The Project title and number 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 Shop Drawings 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 £ Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curoes 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 CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised December 20, 2012 CPN 106202 013300-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curoes and operational-range diagrams 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 c. � 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. 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 Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENS[ON Revised December 20, 2012 CPN ] 06202 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with a11 other associated wark and trades, far 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 wi11 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 CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised December 20, 2012 CPN ] 06202 013300-6 SUBMITTALS Page 6 of 8 c. � 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. 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 iirst submittals 1) Corrections other than requested by the City 2) Marked with revision triangle ar 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 wi11 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 Contractar to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised December 20, 2012 CPN ]06202 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 L 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. Quali�cations 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 "RFP' followed by series number, "-xxx", beginning with "O1" 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 NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised December 20, 2012 CPN 106202 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 12/20/2012 D. Johnson SUMMARY OF CHANGE 1.4.K8. Working Days modified to Calendar Days CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised December 20, 2012 CPN L06202 013513-1 SP[iCIAL PROJGCT PROCEDURES Page 1 of 8 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 35 13 SPECIAL PROJECT PROCEDURES 5 A. Section Includes: 6 L 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) AdditionalInsurance 36 5) Insurance Certificates 37 6) Other requirements associated with general coordination with Railroad, 38 including additional employees required to protect the right-of-way and 39 property of the Railroad from damage arising out of and/or from the 40 construction of the Project. 41 2. Railroad Flagmen 42 a. Measurement CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 11, 2022 CPN 106202 013513-2 SP[iCIAL PROJGCT 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 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 2 3 � 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 11, 2022 CPN 106202 013513-3 SP[iCIAL PROJGCT PROCEDURES Page 3 of 8 1 2 3 4 5 6 7 8 L c. a) Maintain an accurate log of all such calls to power company and record action taken in each case. 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 No personnel may work within 6 feet of a high voltage line before the above requirements have been met. 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 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. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. E. 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 Ol 31 13 F. 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. 43 G. Public Notification Prior to Beginning Construction CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 11, 2022 CPN 106202 013513-4 SP[iCIAL PROJGCT PROCEDURES Page 4 of 8 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 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. 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 � 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. H. 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. 48 I. Coordination with United States Army Corps of Engineers (USACE) CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 11, 2022 CPN 106202 013513-5 SP[iCIAL PROJGCT PROCEDURES Page 5 of 8 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 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. J. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates £ Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. K. Dust Control L Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. L. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 11, 2022 CPN 106202 013513-6 SP[iCIAL PROJGCT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 DATE NAME 8/31/2012 D.Johnson 3/11/2022 M Owen 13 END OF SECTION Revision Log SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safery, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractar responsibility for obtaining a TCEQ Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for poor Hangers under in addition to contractar norification of public. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 11, 2022 CPN 106202 013513-7 SP[iCIAL PROJGCT PROCEDURES Page 7 of 8 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: I THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR°S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 11, 2022 CPN 106202 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 fra EXHIBIT B 1 ��� �����3m u.�e: DOE NO. XXXX Project Ilatne: rIOTICE OF TEMPORARY WATER SLRVICE II�ITERRLiPTIOrI DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN TFIE 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 3 4 CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 11. 2022 CPN 106202 O1 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION O1 45 23 TESTING AND 1NSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: L Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication 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 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 NORTHSIDE IV ELEVATED STORAGE TANK I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION I Revised March 9, 2020 CPN 106202 O1 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection ar lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the Cit}�'s document management system. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSM[SS[ON MAIN EXTENSION Revised March 9, 2020 CPN 106202 ois000-i TF.MPORARY FACILITIFS AND CONTROLS Page 1 of 4 1 2 SECTION Ol 50 00 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Wark, including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1— General Requirements 18 3. Specification 33 04 30 — Temporary Water Facilities 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various Items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised 9/19/2025 CPN 106202 oi s000-z TF.MPORARY FACILITIFS AND CONTROLS Page 2 of 4 1 2 3 4 5 6 7 8 c. � e. If required, provide temporary water service needed to maintain customer service to the public during project, in accordance with Section 33 04 30 — Temporary Water Services. Coordination 1) Contact City 1 week before water for construction is desired Contractor Payment for Construction Water 1) Obtain construction water meter(s) from City for payment of water usage associated with construction water as billed by City's established rates. 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 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Wark, 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 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 identifcation, 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. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised 9/19/2025 CPN 106202 015000-3 TF.MPORARY FACILITIFS AND CONTROLS Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 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] 16 l.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2- PRODUCTS [NOT USED] 21 PART 3- EXECUTION [NOT USED] 22 31 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. Temporary Facilities 27 L Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised 9/19/2025 CPN 106202 015000-4 TF.MPORARY FACILITIFS AND CONTROLS Page 4 of 4 1 3S [REPAIR] / [RESTORATION] 2 3.6 RE-INSTALLATION 3 3.7 FIELD [ox] 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 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Wark, to a 10 condition equal to or better than prior to start of Work. 11 312 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 15 DATE 9/ 19/25 16 NAME M Owen END OF SECTION Revision Log SUMMARY OF CHANGE 1.1. C. — Referenced 33 04 30 Temporary Water Facilities 1.4. A. 2. — Provided clarification re: temporary water service for the public CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised 9/19/2025 CPN 106202 Ol 55 26 -1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 2 SECTION O1 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMIVIARY 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 Specific ation 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 PAYMEIVVT PROCIDLTRE� 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 RF.F'ERENC ES 21 A.Reference Standards 22 1. Reference standards cited in this specification refer to the currentreference 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 ADMI1vISTRATTVE REQLTIRIIVIENTS 27 28 29 30 31 32 33 34 35 36 A. Traffic Control 1. General a. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffic. b. When traffic controlplans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. c. When traffic controlplans are not included in the Drawings, prepare traffic controlplans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 22, 2021 CPN 106202 Ol 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2) A traffic control "Typical" published by City of Fort Worth, the Texas Manual Unified Traffic Control Devices (TMUTCD) or Texas Department of Transportation (TxDOT) canbe used as an alternative to preparing project/site specific traffic controlplan if the typical is applicable to the specific project/site. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 1) Allow a minimum of 5 working days for permit review. 2) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Controlplans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control 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 consiruction, then contact 23 City Transportation and Public Works Department, Signs and Markings Division to 24 remove the sign. 25 E. Temporary Signage 26 L 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 (MCJTCD). 29 30 31 32 33 34 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Warks Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS [NOT USED] 36 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 22, 2021 CPN ]06202 Ol 55 26 -3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 2 3 4 5 6 7 : 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBNIITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DEI,IVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 9 PART 3- EXECUTION [NOT USED] 10 11 I I DATE 3/22/2021 12 END OF SECTION Revision L,og NAME SUMMARY OF CHANGE 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if M Owen applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of per�nit CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 22, 2021 CPN 106202 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION O1 57 13 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures far Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Wark associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 2011 CPN ]06202 Ol 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: L Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the Ciry as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the Ciry Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 2011 CPN 106202 Ol 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section Ol 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION DATE NAME Revision Log SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENS[ON Revised July 1, 2011 CPN 106202 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION O1 58 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: L Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Speciiication 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 NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 20ll CPN 106202 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/a-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 31 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 20ll CPN 106202 Ol 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log 1�7:r��►/:�ul�l CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll [.Y�1 u I u I � :�•��] �� 0 I � ► [�'f �! NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 o i 60 00 PRODUCT REQUIREMENTS Page 1 of 2 SECTION O1 60 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https:Uapps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on Ciry'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 proj ects 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 O1 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 9, 2020 CPN 106202 o i 60 00 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 10/12/12 D. Johnson 3/9/2020 D.V. Magana SUMMARY OF CHANGE Modified Location of City's Standard Product List Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 9, 2020 CPN 106202 oi 66 00 - i PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION O1 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 20ll CPN ] 06202 oi6600-z 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 Wark or existing facilities and to maintain free access at all times to all parts of Wark and to utility service company installations in vicinity of Wark. 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MA[N EXTENSION Revised July 1, 20ll CPN 106202 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 31 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 priar 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 NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 20ll CPN 106202 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 20ll CPN 106202 017000-1 MOBILIZATION AND RGMOBIL[ZATION Page 1 of 4 2 3 PART1- GENERAL SECTION O1 70 00 MOBILIZATION AND REMOBILIZATION 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised November 22, 2016 CPN 106202 017000-2 MOBILIZATION AND RGMOBILIZATION Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 l. 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 23 Contract 24 2. Division 1— General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 A. Measurement and Payment [Consult City Department/Division for direction on if Mobilization pay item to be included or the item should be subsidiary. Include the appropriate Section 1.2 A. 1.] 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. 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 per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 11.A.2.a1) CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised November 22, 2016 CPN 106202 017000-3 MOBILIZATION AND RGMOBILIZATION Page 3 of 4 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 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents 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 per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents 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 per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 11.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 40 1.3 REFERENCES [NOT USED] 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS [NOT USED] 43 1.6 INFORMATIONAL SUBMITTALS [NOT USED� 44 1.7 CLOSEOUT SUBMITTALS [NOT USED] 45 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised November 22, 2016 CPN 106202 017000-4 MOBILIZATION AND RGMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2- PRODUCTS [NOT USED] 6 PART 3- EXECUTION [NOT USED] 7 8 0 END OF SECTION DATE NAME Revision Log SUMMARY OF CHANGE ll/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specificarion, including blue text, to make specification flexible for either subsidiary ar paid bid item far Mobilization. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised November 22, 2016 CPN 106202 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION O1 71 23 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 Construction Staking a. Measurement 0 c. 1) Measurement for this Item shall be by lump sum. 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 far "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As-Built Survey". CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised February 14, 2018 CPN 106202 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction 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 Stakin� — 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) — O1 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 O1 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised February 14, 2018 CPN 106202 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut-Sheets" conforming to the standard template provided by the City (refer to O1 71 2316.01 — 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 wark (refer to O1 71 2316.01 — Attachment A — Survey Staking Standards) . 2. Contractor sha11 submit the proposed as-built and completed redline drawing submittal one (1) week prior to scheduling the project iinal 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. Coardination 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 responsibiliry 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. 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised February 14, 2018 CPN ]06202 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 OS 23 and/or 33 OS 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. 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 2501inear 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-graviry facilities) at the following locations: (1) Minimum every 2501inear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised February 14, 2018 CPN 106202 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) 2) W a) b) c) d) e) � g) h) i) Rim and flowline elevations and coordinates for each manhole ter Lines Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire hydrants Valves (gate, buttexfly, etc.) Air Release valves (Manhole rim and vent pipe) B1ow off valves (Manhole rim and valve lid) Pressure plane valves 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MA[N EXTENSION Revised February 14, 2018 CPN 106202 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 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 31 INSTALLERS A. Tolerances: b. c. � e. 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. Horizontal alignment on a structure shall be within .O.lft tolerance. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than O.OSft. tolerance from their specified locations. 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. 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. Verticallocations 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised February 14, 2018 CPN 106202 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments sha11 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. Contractar 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 accardance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised February 14, 2018 CPN ]06202 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME 8/31/2012 D. Johnson SUMMARY OF CHANGE 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 Stariup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as-built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised February 14, 2018 CPN 106202 � Section 01 71 23.01- Attachment A Survey Staking Standards February 2017 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.�ov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 � Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 � Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility PROPOSED EXCAVATION ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL TELEPHONE/FIBER OPTIC SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER Color WHITE . � YELLOW ORANGE PINK III. Standard Stakin� Supplies Item I Lath/Stake IWooden Hub (2"x2" min. square preferred) I Pin Flags (2.5" x 3.5" preferred) IGuard Stakes IPK or Mag nails IIron Rods (1/2" or greater diameter) ISurvey Marking Paint I Flagging IMarking Whiskers (feathers) I Tacks (for marking hubs) Minimum size 36" tall 6" tall 21" long Not required 1" long 18" long Water-based 1" wide 6" long 3/4" long O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.�ov/itsolutions/GIS/ Look for 'Zoning Maps'. Under `Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced-main water lines, and rough-grade only. No GPS stakin� for concrete, sanitary sewer, storm drain, final �rade, or anvthin� that needs vertical �radin� with a tolerance of 0.25' or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOIDI2A O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic Fa Ise_Easti ng: 1968500.00000000 Fa I se_N o rth i ng: 6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude_Of Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naminq Convention below F. Preferred Deliverable Format txt .csv .dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a proiect that has surface coordinates which must be translated: File 1: C1234 As-built of Water on Main Street Grid NAD83 TXSP 4202.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv Example Control Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 � � � � � � � � L� � w m � � � � � � � 1�1� � w m � � � � � O � J � � � � O U �� � � d � _ U7 � J i17 W J m � Q � � � � � _ r_r7 � � [ri W J � � � � �� � Q � � � W J W EL. = 10D. ��' U7 w � � � d � � D C_] N=5000.�0 E=5000.0� o w z ~ � w o� � � � � � _ � � � � - = O � w � _ � � L� ~ W � � � m w � � � V. Water Stakin� Standards O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 A. Centerline Staking — Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ro ' z� �� N � O N . 0 � � n � � � � 0 < ro � N � W � c� N � rn � o � � o I r' D � �� v � n fp �� � � � O rt v a�a ID -� � � � m < n O � T N rt N� N � n �• v W � � � r-r � � � Q r� v • � m in � Q i O f7 X� � � m <� m � 0 < 0 N i 0 N V F-� < N � 3 � � � � N �D � � N r+ � 3 .� �R�NT F� � � I T {51QE FACIN� �] N4 FLAGGING REQUIRED � �� � IN LIEU OF BLUE PAINTEa LATH ��IDE FACING �� � a � � � � �R �N T ���� � � tSI�E FACiNG R_6_W.} � � — � — � (SIDE FACING �� � � �, P � � � COMTIMUE STAKING OFFSET DISTANCE � I�ENTIFY ANY + EbERY 200' BACK o � TEES� hAE7ER5 � (SIDE FACING R.O.W.) � �, � GA7E VALVES. � U] — CRQSSES, ETC. — � � T RoiNr � � �ENTERLJNE OF u � � 'I�AZER LJNE + t? r � �., � � Hue E�vnnari - m � o � p i — � � TfP � STAl1ffNING �— � �, �— � 1 + I � 4 W � � � � � � l �y� L1P . T P � IdENT1FIE5 T4P OF PIPE �a �fltS���y ��� n � 9T P���� �� �__� _ ,!� I�ENTIFlES CUT - � � � QR FILL t � �4 � � � � �- � � � �HU6 PAIN7ED 6LUE, FLUSH 'MTH � GR4UMd, Vll�li TACK 4R 6LACK �OT � �4 � � � HUB PA4 TED�BLUE 4VITH � � 9LUE 14HISKERS OR 60� NAIL VATH BLUE '{�HISKER A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 I ��I�T (SI�E FACIN� �) 0 �z �x �� � d Cd � C � r � � � � z� � a� zo z�� � � °oz �zx 0 � � fD � � � c� 0 < ro � N v w 3 i� � rn � o � � O � ry D � �, � � n �p S � N� O -O rt n�i fl' D .� � I� � � � f�D ~' < n � � T N r'�+ t�/� fl1 / � n � v 00 �. (� � .-r � 7 � Q (D � <� Q fD N � O n � � x -o � � <' N � � < O % O N J N FR�f1T (SIaE FACIN� �) 4nd OFF�£T STAIiE FUR ALGNMENT � FdR SSFAH'5 � 0 \ �2nd GFFSET STAKE N FOR kLIGNAiENT � F4R SSFAH�S N FF�C�NT � 4� �SIDE FA�ING �) IJO FL4GGING REQUIRE� MH � 9ak oFFSET STPKE `- GREEN PAIN'fEQ LATF = � F�F2 qLIGNMENT � �RC��1T rE7 � (SIDE FA,CIhIG ��) INH {� 1et CfFSET STAKE — �`, � FiDR PIJGNFAENT ON `� S54AH�5 � �}.1E STAZIOFJIMG AS � FIRST 4FFSET STAhE � 0 F/L N � I � FJL 5 � RI Ai n 0 � —�_— --�- — - 7�� ������SS,,, HU@ PAINTEQ GREEN, FLI15H 111TH �`�J• GRpl1ND, N1TH TAGFi OR 6LAC1C a6T � SANITARY SEWf74 LJNE IOE7JTIFlES MWJH6LE STATIOFJI M G IaE7JT1FIE5 FLDNLJNE OF NOR�1-I PIPE C-RPDE IaENT1FlE5 CUT - OR FILL + FOR NORlH PIPE IQENTIFIES FLOVfIJNE OF 50UTH PIPE GRlDE io�n�Es cu1 - �R FlLL + FCk SOl1TH PIPE IdENTIFIES Rlkl GR�DE IpE7JTIFIES CUT - � Ok FlLL + Tt� T4F OF MANHCIE RFk� � Q' {OPl10NPLj `�` � ;--,,�,�� HU9 PAINTER GREEN W1TH �� � 9LUE IHiISFCERS OR 80D NPJL H1TH BLUE 41HISKER5 ---- � � F9R SSkIH'S + -� � � � � NO 2N6 4FF'SET STAKE F�l� — FOR �NTERLJNE $ �{H FR�NT � ; {51pE FA�IN� �) NE �s --r `i F�l. � � S — n c! RI A1 � r� }? {� Q — � � E �-�� �-, � _ � h � II � � � f ��' RIFA � 9EC4115E STATIONING �.j n BETY+EEN S�AH'S VIAS '��",� � LESS lHAN 4D�'. SPLJT � 6 F� THE �IFFE72QJCE P,N� SET � � i sr.aKe w nie w+ioo� � � typ 9T���' � � � �� ?� l�T � � � � � � 1� � �� �� ���'s�fS 0�� � �� � TTI X � � fD � � rF a1 .� N � m � � � � � N VII. Storm Sewer & Inlet Stakin� A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 Example Storm Inlet Stakes FF��NT ��IDE FACING �� 8��� {�oe Fxanc a.aw.j PS71NT # � �� i Hi.e �vnnrn � � � � �, n n m 0 � � r 1 � � � � � � � + � TfC � + 0 G � c7 I � �" IDEMTIFlES ti1HIC�l E7JD OF THE 411NG BEIMG STWCEd iW�er s-r�,nar� pF Wo�o ❑W P�aWs] 16QJT1FlES GRA6E Ta �aa aF c�ae IpENT1FlES CRApE TO FL04NNE � ��i�i {5oE F+wnc a.a.w_} �aWr � � HU9 E1.EYJ,l14M o � 0 � � � n � � � r � � � rn 16E7JlIFlE51lHICH � ENd OF THE 'MNG eor�c s-r�,�€ea � � � + � TJC � + a � � c� I � � �_� � pISTANCES FOR INLETS �_� - STAMdARD 10' - 16' - REC£SSEd 10" - 2{]" SfANdPRO ddJBLE 10' - 25.67 HUB 1NTH TP�CIC ------ RECESSE6 d06JBLE 10= =36=67 — — — — — — — — — — � � � I I 9kCYC OF INLET � FI _. .'1�� .y..'_. _. ..I ii_ .r .3 � i� �3i �. � fFll �� F ��' r� �. : � ❑ b � ��R �°� , 4 � al ..� I � .'A+� ' , � BACK OF Ct1RB ,�• BiuCK OF CURB --------- '1NNG"�':� ,�'{ _ . _ .`k.� . • . _ {� G�. .. . .. _ .. �' . . . , �'141MG, --------- . .. . . __,. y. �. FL�hLINE FACE OF INLET FACE OF INLET FL.Ol4LNE EDGE OF PAVEMENT EDGE 4F PA4fME7JT I I ]�I EaC£ OF PA4Ek1ENT EOGE flF PA4EMENT O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 �R�NT ��IDE FA�IN� �� NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 VIII. Curb and Gutter Stakin� A. Centerline Staking — Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 Example Curb & Gutter Stakes �R�NT �SIaE FACING �) FR�NT (SI�E FACING �] 0 O ���� � ia�nFles orFser is ro (SIDE FACING R.4.Y1.) �I 9ACl4 6F Cl1pB oFt F/c r-oR F�,ce oF cur� P�INT �! `�J l n HUB ELEVAl1qN o I BAC FACE OF CURB L ---�� �_—������ FLOWLI NE EdGE OF PAVEMENT 0 � 9JC IOENllFlES S7kRT P� PONT OF fl.1RVATIJRE _ n i, + � iJC � FRONT 16E7J11FlE5 E}16 (SDE FACINC �} T�IN�T�Or FR0�1T d ��pE FACING �} � 0 6C m A PT � o *J� `� 0 � � � iii i � � g�� � � � � � N — � � � � — � � � � Tlc �mPEOF�uraa �� ------ Q I I I I T IJ� GRPi]E ON _� I� I aaaws raNTs ---� k � � � 1 1 NO FLAGGING REOUIRE❑ �—~� � � ti � f� I ti ir� i i�i i n� Rir�� Rair�r�n i aTu ��_� �� + � I �� ����� ��}� �! { t �_ �.� � � r � � $�.r } r f {� r�� ��� � r f r � . �• r r � ` ��'� � . i � { �;���� . • � ! x�r'{f� �� r J �_ --�� TOP DF ClJRB {rr � �� f �� {� �� —` }����{� f�• r � �� ��� I ��� �� � �� �r ��r K QF �URB ��Y� �{—� {r � �{� ��� ��� � � r �� � � Example Curb & Gutter Stakes at Intersection O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 'b r Z � � � N � O N . 0 � � � � � � rt Q � 0 < (D 7 N � W � i--� m rn � o � �, O I r' D � � / N � f'1 � S � � � � O 7 � � rt v fl' D .� � � I� N h-+ C � O �D � y� � T N rNt t�n � n �' N ao � � � r-r � N 7 � Q fD � < Q (D � � Q j O f7 n v X -p � � C � � � 0 G O F-� / O N V F-� 10' ❑%S 5TAI{E 10' ❑f5 STAKE VYfGRPDE AT W/GRROE RT EUfN STAlION ELEN 5TA119N 4 4 f 4 4 f f � 54' YAA�. �ISTANCE � 5d' AiA][. 61STPNC£ � 50' f�AH. pISTANCE � 54' YAA�. ❑ISTANCE � 5�' IAAH. 61STPNCE � 50' h�A]C. DISTANCE �� �I I I I I I I� I I I I I I I � eaai aF cuRe 9ACK OF dJRB I T—� d I 5D' hIR}€, pISTANCE I� r I I r16� 4fS � � STAIiE / WfGRA6E 10' 4fS AT PC � STPFCE 4�EN� 5�TAi1 DN a`�� / IF ARC LENGhi IS BAC#C OF CURB � GREATEFi 1HAN 100', I I R P6C OFFSET STAKE SHOl1L� BE �T Q I S9' hAA�. pISTANCE I Q � 10'0/Srl I r STW(E b d �`�`/ / ��f 15T � E l W/GRAdE f RT PT � Qe do----� 3fl' RA�IUS W P41NT �' W/NO 6RADE a � � � d c3 x � ¢ � � u d Q 1�� �� � m STAI{E a WfGRAOE AT E4EN STRTI4N � � � W�GRA�E � AT PT 10� �%5 STAIiE ��d' 41�GRADE RT � /T} EbEN STATI4N 10' o/s \����5 STAKE � 41�GRA�E � � 1 �� nT Pc ♦ ' - — — 'b S 30' RA�IL15 W PflINT � W/Np GRApE � F � � 0 � o y2 Y d V � m O '� 16' Of5 � STAIiE � q' W/GftADE AT EVEN STAiION TYP o FR�N T �SIaE FACING �) 0 4 � eje ioENnFies OFFSET IS i� � cu e OF P + a TfC + � IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard Citv Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: City Project Number: Project Name: ❑ OTHER CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL -LT/+RT GRADE ELEV. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 X. As-built Survev A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As-built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves (Manhole rim and vent pipe) elow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each endJ Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 ! 9Z6lZ-X '�1'�Jopass/ g W�/ Of6l0 °N 1.73fONd .CL� '.i-IYSM !!OZ l.?/8"J' �'9 l"7ry9.Tlld3tl N3M35 /ypyWS O7T 1'31VM it §$p tC l� I ��C e�`3 03�� �� � � � Cg � � G �. 91 � 5 ���A� V"��� �¢ � !i8 �°. ' A� � '3 � - �a' �SF g ��� � d�� ��4� �x� � Q�sn �� __ P � s °9�a��;�' � � �� � ����a k6 � 5 ax �� k� �� i I I � �`6 �� s �G�tl � :S �� � �� 4 s@fi za � I a � ; �� � .�a���� q � � �� �� a w��� P � � � }� Sp- � ��� �� �� �a� �H� �� � �� �a"� 5 �� � ��3 ��� �b �6� �� ..�I� � y� �-�����g c � �s �a��°"i �S��g �a ��'"�� � � a�� �� �'° �h cd ���a'__«ra V'qa�'s�3 � s$ w — 3R � a a�:�� ��4e g i� o '" �S �e �@� �� ��� � t� :s`s�a� �� ��— �¢ ��� e ��� �'F���§� : R¢3 �� „�ek° �'e B ��7; i &� � � `3� a" ff� k � � �2 $ m a3 ��6 � L�I� � ��y 3 � � ' � A,� i ����� ���a € ���.� ��� ���;��a��� ������ � � °������ � �' � � a � �s� 3 �� � gl � � 7 � 7� II III I I I II II-�'� f OS•b b1S 3Nl7 H,71'dW � z �`i - I �� II �I �.�. y� .yN r131,°!it' � j� � I I�I �� z:����m�"F i�'l� Tfj /_"—'_�'—'_'{ � �, ��J1 ��, al�� l. s�l a �� � � � �I I I i r i ��� �� � � � � 30 � i i € s. o r- i ii i��:'. I� �i� �� � � ' J I .� W 3 I � � � (` J `, I � s@ aj�f � � � ��`� ����� �`' � 9 • �I �'IT ��. iii I'�� � � qm i � �a � � s r� � � � � ��' ������ �r i �� �� �� � � �'� � , � � � �� $ \� g� �I I III � II�� II I�I' �'� I, � i �'j e,�� �i ��lil illiui� '�,��� � 1 I� �I �� � -. �, � � � � �'� , � i � � � i� ��,� }� � �:, �,`=� il� Filli'��I� lil�ll, �IIII u �iy�-�, � � j iVi��� iI iII �I� il�Ii u � �I _ �° \�� � � !� � i i�� � � ��� il � , � i � i� I ��j�; � � � �I :� �,,: �IIII��I �i �I II����� ��'i�'� ����' �I'���I � � ���� �'''I I � k# i ii I I I i� �\"I I I �I I I �I I II u p t3 �� u `.,� ' r i i � I ii' � r� I� �� �_I' i �, � � i � _ �'. II� � "' �I � �� �� � w' �rl� �� �'� / ��ii � � � �� �,��i�'�I !I ujla��r �a�� �� ��: �����h����. �-�.�r.��n�� m�; � � � �: ,.� 1 � ~` ��� � � I—.�; � , g� ,I �,� .� � L � �� ��� � �;� :� 4 F A ...AJ � � 'i yI— C�m � r s I--- �:�� , I�'I' I I m�Q C � i; ��� a; � f � / .p :I k�a9 ��� �g�t� f �p I � 5 F �p § ��� � � . Y.. � 7 n\��,�'� . � � �u;° � Ffv,� ,l/�°a F ' �-Y—�'�l �� �:� � . w �. ��� � �, i �i a ' ��� � 4 i� !! �� ���s s� �� �� °.�., I; � $ N��g��� \� .;j I f �I � ��� � e;,� � ��\ � jm ��, ia k�5��4°'.�� —§jF9A � � k�;'�� �.,. � F � q �i o g l ro'4 \ ��� �j .. ��; �'� � o��. 6��,H� ,�\. .kgg,y �ff '� k�#p�s "�Oj� A '4��� / � �l� g � �� ��'��� '�j 9.�F �L ¢�� � y d � `5. �e°' �� i Sn w�d � ,�_, � ����� � i lii � I � a > � q Ili � S I_,.: I�� ii�l' !I�';.I I RI � �I �� � �I i i � , � �� �i� ;� �`_ �_ ', r . O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 �A p.�pp -!2 WC tW.CIATLNf RQl S7A O�STA7 - 12'WL fFlGYD dfl .5lA�m '" f2W1-lFLDI'D LW7 - RELCVE 4 SALVM.E £XlST. �yN PRVP.r2�w�PER W7E v�lYE s �vcER �� LriYNECF TO EX15T.8WATFJi � F12X lZr� � INSTALt, F12'SLV.I� SLE:EVE `prY�'"�ZBEND r� r72x �REDGCFR �. S rhl2CY.EN7VKi f1G I �i1Cr� , I-f2'GIPEVA[YE /'�. '_�, � p.69l1l1�663! �J Nd94ID95B44O l Y l 1 •�' . �.�379J792 [ 2251�z73717'34 �� �ar � `� � �� ���. � �� r� w�rn a � wnme,�r a - ��' � ��'� �-• ��, /" ,. .,:a '�. � BLK 6 � L4r 2 Jta wr�++laxFmwwn /1lNinw'1�+s�d� LO1 M#.' L7A'6E9i RENN£ EX15T � I2W,ff4R CP. •If A` � ('�� �c�971PA5�7330 �Er.tu�-� �� �� � �y4 f, l�f' rs�v •+ / � !N. STILU�2B0,'-f2'ML rf-L, JIJr�.J 7NSTA[L t1245YFJ�Y.9EMD . SIAD+96T5 - $'WL � ~J Nf317(1H75125 • 1MSTILL� r E•22�5srTsno • • r 12 x s Ahr1R1R rEE tt:� r, ' h864� VALVE* r ' r Fr� rmr�r.wr ; ri rf sxrnwtivr IFIl1 � I , � N I ��AIEO��E % �' � EsJ2%269239B � � Lor � � r, T8M •2 � ✓4 %///// u�, `�� IZWAT£� . n"�. %� �_.. , . - - � �� �� ��+�`� '-':-, �—�� , µ � � 1 � 59'i � � v i8 • � � � ' � �E � snu�� - EXIS7. G4� YA[yE ' SiA0�3260 - IPW !OT A � rxsr�u: /F 127SYERr BENa ffi''s � ewm aw rm xam � Ni947W7.48.9�7 cmvwxz uc +w. • n8�n»axa� STA O�GlD3 - I�WL fF101'D LiRI INSTALl� !-1� (Id SYJO SI FEVE � 57 1F Ar !P'WA%�R PIPE awxecr m �xrsr, ir w�r� N�694/14.i999 E`._�22,�i3p9$T36 � � �� S1N:�9p�Po N'.FF'fNM.1 :Y'CUT M]T•'.lfn R flur fibn ■ H'�@'�iai "b1'� �� E�p Frry �zs.� ' � ��4 !6'ARIM-ry �i �"1qF��y iP 32GV .� L, 7J1 Y � � - "� � 4 �vu f��r��,�. t� �. _ -� � „ � �1i/;�i�rrr�iii�� � $� �� {T` ._8._ , .__ "" L-.i7/! t7.S55—..�.__"'_' ^'.� � —_ _ — _ 5� . a�J h _. �,_ i b PfnIP05ED S,+wlr,4Rr Sl 5EE SIiEE'r ` yTA o-5756 -!�' I� 5}'A a�58 � IPWI fNSfAt6 lNSIAlL, F12'�6'YEKT 6ENO !-l2�f5'VERr BbllU Ny59f7�55594i N6997OSP.%.53 F'225G �32873 E•225G30�B3�a P. . . ` . . : ` _-� O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 'b r Z � � � N � O N . f � i -_ j *�a'�ea.w+. �_I �F,.;.:,k, � S �.' m`�� � �` �. � 6/� ��. "'-9 ��j/ A f �� g� s N S �e: � W � W � � � �.« ,. � �� � ' � Q� _.e... � � O �. y 17WA7fR� - � I � y0�_ iP�F D i � �' '� �� ^ � � ��/R,. �"�����1 r-. � i � ' � f r - f�D �� { � � / - N � Z .�� N G i � � ' • � _�T N � i � � Tp _ � S _ ao ? � � `r fll S �j � , _�� , � � � ��r^� Q � � �r— v : —��; Q ( ' ����� � .�. � . �u � � Q � � ( 1 2 n S � � � �,�, : x Z .. � -�--��-:' : � `_ �� °i; + � �- * � : � y � . , � - I , �� � � '9 a � - 7 � _ ' �. " � ms - � " F — y � 5Ti0 y 4 f �cnnsrRucr a�� � oF L ` ���������� R FVC SPNl7AR1' SEIYER M,aN r1 / �� r,,�� r,w - 4 �� ' ' y/ �nE+� � I _ �N°�° � / �.. �.,,;,. � � � ; � � � x � PrmrosEo �r .. �.�,.a...,, , ¢ �+ w.vEA uax Y � , , �� �. see sneer e *�. a:��� ..,,,.,..,� : t ��� ���,���,�.Ea, �^"' � � � � ` �, �� ' p � e — ••••� j I R �'i� I' rmmcs.zcceEuuu�mrss�er. � U . J t � � CLAYTON�O W. , � � � �n �`�\��� --_�.-."- . � ..� 4 CJ �'.M��oz°i % �.. l � � �'.. , � � � M1 ,� � �C .- -� � � �� v`°wa°x`io cw m'",�rmr. a.r„aev e� e.m��w urun�cs � � 1 �.,, eP- � . . e //' . . . . .' . „r.� 4 BEMGHYARNS. 'a II rzwmEn_ . =R...."jr'_ 'il��p �a \ i .�I� S" r mi -n �.,., ux a E.%5a I� � A.W-e.�z �� .� , �.ow��r..r�., .�w.. .. , , . , _ -.e..�- . _ " . . - . _ _ � � _ n �wuuerc va7r � — ..:_ �� — _ — -- ` �� .. ' `\-o.. - �'� - � � r p L��� m �cn �:� ..3. � ��P� r; �� � ��-�-� � e ��' �i e�_nax �„��.�m��.�.�,�,�n " � a�,�.E� _ � � �, a , : � � � � P�. `m'-� � � �,,. �� �q � .�.a � : � +a.. m« S �� ��.,� -�I;� � �I� JV � , ' �i� - _,�El. � �� i -I n n,µ� \\ � �' �, � �ci,�'���n�, i� ` L-3777 & L-3654 E� �� ..6 ME. �� � 0 PROPDSEO 8' SAN. SEWER UNE A �T5` Mnr No. zaie-�no, �ois�, �F c n.� �N�n+�E� $ MAPSCA PAGE NC>. �4[t, S�' W. k' . . . - __ _ - c�`i �$'� A,l -,_ -- _ -- --- _-- -- -�- ��"'`° ER�{`:�"`��,� S�� w _ _ — � — � �- �'.. ;- ' — _ -,-- \_ _. T� ]2i wn�m+ �� reu q .: � r� �~ � �- - J� _ �e � d`%� _".�-�.� I " . ,— -- - _- _ � � _ _ � �� � � � �. �� y�_ � . � � ���� \�:.j_ .. '29 3 I r f�. � i��� I 1 �� _ }e�'�� l �T7 � �Q �i..� � � � �11'Ll� . . ��M►�} '-'. , , � ! ,. . .— j. .. . � _��� . _� �1: T_�_--,-,_ - �.��� ' ���?��` IS 5^�' me r�r�, z� d . ' � I R€Y 61'S I� b �_- ..�-� Y �� — � .Y� ��-���F� �"� �I�� 5V'� Cfts' oF OpI WORT41,9PX�.F � T, .',�3_ - _ -'�� `-� - �� ti— 7- �� � �WAiExFPEPA1tT � � � " ' . -�f � I--� L � �� � ' I_ c»vra Wc� g�-� ''' � �� �� Y ��.��y' �'°� :!q u'n" n fF'°''° ��tl,w' w � �� � i � � � i r� �w � _' 4' �,�- - � 4� r � �� ��� w � � �:_� ��` �� r I - M1 � 1 - ��- �m ��, � -,,,a„o� o��� � '' � �:�� �� � � -�' ��� �-' � _ CLAY'IVN Rll W (�i-],D xdt4A� DA.) '. . � 1 I � - � !W I � a >s � � ��- ����` T �-I ' } �� i . . '-R�� � �-��-. ays Ur � ,,.� . _o._ !F . �� �L - - �;___��,, _..-- 7 � � .-� i�L �'-`-� � na�Man ry stes in _ _e�.,, _ � �� z __ �-�_���f,-,-� --� � a� � �- � - ..�F � � � e.� .w _ R �� � _J� �� � .� _ �� '�`_ -�';`�f`1 �R� a. I k W ._ - - . . - - � .� �f�c..� I a��. 1 � W'� .Yw zoo �'C0 ..,�o�a K, � � ti 3 BLK 29 cor z a/as c�qrao ke n.Fonx�onn {SAN1rAAY S£NFJt s�,v,r.� wi ccEwaur �Mw��n uNmY Es�r � I � ' I � �• ��IQ i ll7I 3 i/ � . aw c.� �m nc w.Far x�w+n �. e,�.�,,,� , �� �� �W - �,�.�� � . Z e o��J W w; �LAYTON RD. W. 4� � �'"`" p�� --- � �E,m � � � - ----- [��(—�� - - _ _ _ �: X `� � � J �-k..5 � � -~- 5 La I -- /Jp mn� ��� �- i.i coq-- z wx � - �. Q r , �i _ ex.+rwmer _„ O p � �ER !2' WA1 ER � ' � LlNE A - L•3654 , � � � -g•-- �' � O ' Z t =� =t� � � � ];,�. � ,� ,__l� ;-'._:� - � �� ��-<V' �� _� � ' � " . � -Z=3a�;, � . a s_ . � � _ ` _ � . � �w � Wlro '� u� Co.rd _ — — �WN �� �.����1` � a� _ ��� i / r� � 55 i � �� , P � �6h � /� V / � . fy�'� F� / � , . / �'� � a.: �s�� � J� � � '� ,�� Qw. 1zGN liFMavE Er157. d SNL SE11EA �P� P,�,� �s� sr�r�sr.b - ass ux� n- tor z �rrsr. srao�aac-snf- "°• � �° K.F°��°^^ �rrsr. srar�ar�ss �d��, � RENNE EX15T.SSYN vd.r3crs ib.sos 1%dYSTRUC7 5 LF OF �SS UNE caysr.f�assux u�u�c� ca�arL.w a rx rxsErrr i J �j y�, }{ wi c�as,iav PavrFcnav "�,� - carxEcr P�.ass rnwi carkEcr Pr+ay.�ss ar�1 TO PAq� SSYN. Nti9468f5.5252 E•22961559231 �J f� �� 1� f crrY �.r rra. zois 3so, 2o�s-s' Ivft1PSC0 PA,GE NO. 74N, S, T, W � � T� ��. __ _ . -���i-i----- ,-�-� ,� T: �I► - -i - � �' ' �" "" - •��i - = Y� -�^ __ �l. -��t ------ - �, . � -- - - � �- - T, _. o_. �_ i.- _- - -- -- ��-� � � _�� _ _ ��=M,'- _ ���-._ �_i _ 7 ��• — , _ —_- - _� � �-�-� i--�� �+•'r�r-� Ir-�/ =� Y-- i=i r _ � ... , . , - � . . .- I . i { -.r- _,�,r.�� �- . �-� - - -- _ ... . -__ ��- .-.T ......� _i. � - � - � �� _� �-�`�! �-�t ----- - 7 � � � s ,--� �-- / ,�__- -•= ,� - "�":�i---- - - - -�,. - _ •- -._�,---��-�i_�,,,- --�--- _ - � R _ _��'_''"=���-��= " rY�- ����_� -- � .�_--�-����ba �� _- ---- - - �� �-�`�17� "-�-I- i-,—„-� O:\Spec� �� , —� ��� r � � :_-�'"� r=�-- � -- — - r�o 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 23 6 J1\01 71 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT N0. 1 2 3 4 S 6 7 g 9 10 11 12 13 14 15 16 ll is 19 20 21 2� Z3 24 zs 26 27 zs 29 30 31 32 33 34 35 36 37 3S 39 40 41 42 43 44 45 46 NORTHING 5946257.189 6946260.893 6946307399 6946220.582 6946195.23 6946190528 6946136912 6946002.267 6946D03.056 6945984.577 6945986,473 6945895.077 6945896.591 6945934.286 6945936.727 6945835.675 6945817.488 6945759.77fi 6945768.563 6945743318 69457Z3219 6945682.21 69A5621.902 6945643.407 6945571.059 6945539.498 fi945519.834 fi945417.879 6945456.557 6945387356 5945370.688 6945383.53 6945321128 6945319.365 6945242.289 6945233.624 6945Z06.483 6945142.015 6945113.445 694500.9.02 69450A1.024 6945p38.S78 6945006397 6944944.782 5944943.432 5944860.416 EASTING ELEU 2296079.165 22960fi2.141 2296038.306 2296011.025 2296015.116 2296022.721 2295992.115 2295919.133 2295933.418 2295580.52 2295869.892 2295860.962 2295862188 2295841.925 2245830.443 2295799]07 2295827.011 2295758.643 2295778.424 2295788.392 2295754.394 2295744.22 2295669.471 2295736.03 2295655.195 2295667.803 2295619.49 2295580.27 2295643.145 2295597.101 2295606.793 229561�.559 2295551.105 2295539J28 2295570.715 2295544.62fi �295529.305 2295557.665 2295520.335 �295527.345 2295552.fi75 2295552.147 2295518.135 �295520.635 2295556.479 2295534.397 �ESCRIPTION 726.09 SSMH RIM 725.668 GV RIM 726.85 GV RIM 723.358 SSMH RIM 722.123 GV RIM 722.325 FH 719.448 WM RIM 713331 WM RIM 713.b52 CO RIM 711.562 SSMH R1M 710.046 WM RIM 707.72 WM RfM 708.2�5 WM RIM 709.467 W M RI M 710.084 CO RIM 707J74 SSMH RIM 708.392 SSMHitIM 711.218 SSMiFiRIM 710.D$6 GV RIM 710.631 GV RIM 712849 GV RIM 716.686 WM RIM 723.76 WM RIM 719.737 C4 RIM 727.514 SSMH RIM 729.123 WM RIM 732.689 WM RIM 740.521 WM R1M 736.451 CO RIM 740J56 GV RIM 74D.976 GV RIM 740.408 FH 74634 WM RIM 746.777 CO R€M 748.454 WM RIM 749.59 SSMH RIM 751.058 WM RIM 750.853 WM RIM 751.871 WM RIM 752.257 SSMH RIM 751.79 WM RIM 751.88 WM RIM 752.615 WM RIM 752.801 WM RIM 752.156 WM RIM 752.986 SSMH RIM -j ��. i: �'; . . �_. . �� (. � C�(.��ilh-�T� �S l� t.� �_� I�c�:3 I X �J , C�-�j- L - �a � � ��`-i'�� f} ti i C� G(� I f�-� � 5 1 /�../ tii .�},JD, 8� � r `" �j Ll F�I���� � � Ct��G-0 i- t7o� �S L t S�if� I (-) n#� � C H�N s 1`2�- j�{��I�C � �'�, L � = i�P� , �� °�7 � i'kr-' i S��Y �#�� ,,� c �A� �'N' � Sv'���Ya('� rz/3�lir O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 Z � �� o� N. 0 � � � � � � rt Q � � O G fD 7 N � W � I--i (D � � O � �, O I D v�+ � � N � C� �p S � (D � � O � rt v fl' D .� � N �� (/� N � � � G t� � � T N N �p � N / � n �' N � �. � � r-F � N 7 � Q (D � < Q (D N � Q % 0 n X� � � (D G (D � 0 C O I--� / O N V F-� � Home Insert Page Layout Formulas Da�a Fe:ne�s Vix�n �.�ro6at ���� Cut �alibri - 11 - A n - _ = '�T' �°,"+rapTe� General - � -_� �/ Normal Bad Good Nz��ira' `�' �oov • �� Paste � o B I 0 • _ (h• .� � _ _ _ ,_,_ �F.lxrge&Cenixr• $ • °/o + .00..o �ontlin nal aFTr�lt � -'F::�•::ac:crq... FoilovdedH4��� Hyperlink F rmatPainter orma a e ing• s Clip6oard Font - _ - . Iluml�zi �T;I�; .-_._..... -.__. -. N31 ;G A 6 � � Valve 8ox Water Main Sta. p GPS�Gritll �aari0nates,Tekas Nut Elevation I 7fP-250' iii[ervales . NC4262 NI-+'�=Ei�??i.E51:' � 6«20.G5 'iP.1�3 5 Ej1(j=232C95_.1=E_' 6 NjYj=6935973.=E�_' 11+53.84 '7E.E36 7 Ej%j=232C9G2.=ax_� A NjYji93595�E� �' 11+92.87 ?7? �39 9 EjHj=232C"EEE2cC' 10 NjYj=643595?.151�' gg+92.93 775.;k 17 EjHj=232CE3, E2E�' 12 NIY1=69359?=.� ::' 12+15.17 ?]5.:.1 13 EIx1=232C442.:1::' 74 NIY1=693E°77.2. :' 26t51.64 ?:=.155 15 EI%1'2320n�s.'s:':' 16 NIY1'69374o_ci.�� sr.ss oo Es,.�� i 17 EI%1'2320"3:.5=?:' E F � Bends �GPS�Gritll �poritlnates,Tekas Sta.p NC4202 Elevation�Zj 0 a ndation 0 � Input _ Insert �elete � ceie 1 N L 1:9 N Project Name and Numher- �Street Name) Meter 8oxes Fire Hydrants Sta � GP51Gritll ��ritlnates,TeKas; Sta � GPS(Gridj Cooritlnaces,Texas HytlrantValve GPSIGritll ��ridnates,Tekas j NUE Elevasivn NC4202 NCA2-02 NC4202 N1Y1-69347Rr`.39?:' NIY1'6934?9;;.?95.' N1Y1=693=7?1.:3::' 6t25.OG ^-37.22 fn3142 716.355 E(N�=232�925.575_' Ej%j=232C959.76E�' E(N�=232�951.96"-^' N(Yi=6934649 437�' NjYj=6935979.3=1_' N(YI=6935979.75?^' 6t9�.05 � 1N19.71 72+74.58 71c."37 E(N�=232�922.6?C_' Ej%j=232C9c9.E25.' E(N�=E935979.758=' N(Y�=6935649.825C' NjYj=6436E59.5�3^' N(Y�=69365�9."4»'^' . 6t9�.75 26t99.76 2�-9�.25 7W.241' E(K�=232�96�747�' Ej%j=732C56�_GES�' E(k�=232�96�425�' N(Y�=6935854.8?SC' NjYji437S32 2<3^' N(Yr6937491.8650' 6t95.2� 27+32.65 27-32.33 696.56 E(K�=232�953.3CS� Ej%j=732C53�?�7�' E(k�=232�931.5950' NY�=6935655453C' 6�96.07 E�K�=232�922.5?S� NY�=6935959.53CC' 1+99,86 E1N1-232�959.�2E�.'.' N1Y1=6934962.157`v' s.os ra elNl=zszo9ais�s:� , , 017423-1 CLEANING Page 1 of 4 SECTION O1 74 23 CLEANING PART1- GENERAL 1.1 SUMMARY 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. Wark 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 20ll CPN 106202 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 [ou] 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 20ll CPN ] 06202 Ol 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 Wark 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. Priar 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 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 obj ect that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 20ll CPN L06202 Ol 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll SUMMARY OF CHANGE NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 oi �� i9 - i CLOSEOUT REQUIREMENTS Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 SUMIVIARY SECTION O1 77 19 CLOSEOUT REQLTIREMENTS 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specific ation 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 ll 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 RFFF;RENCES [NOT USID] 17 1.4 ADMI1vISTRATIVE 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 27 28 29 30 31 32 A. Submit all required documentation to City's Project Representative. 1.6 INFORMATIONAL SUBMITTALS [NOT IISED] 1.7 CLOSEOLJT SUBMITTALS [NOT IISED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 22, 2021 CPN ]06202 oi �� i9 -a CLOSEOUT REQUIREMENTS Page 2 of 3 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USID] 5 3.4 CLOSEOUT PROCEDURE 6 A. Prior to requesting Final Inspection, submit 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 1. Project Record Documents in accordance with Section O1 78 39 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section O1 74 23. C. FinalInspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractorpresent. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. The Right-of-way shallbe cleared of all construction materials, barricades, and temporary signage. 4. Upon completion of Work associated with the items listed in the City's written notice, inform the City that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 5. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative finds the Work subsequent to Final Inspection 40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 41 E. Supporting Documentation CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised March 22, 2021 CPN 106202 Ol 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 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. L,etter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue I,etter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RFSTORATION [NOT USED] 3.6 R�INSTALLATION [NOT USED] 3.7 FIEI,D [ou] SITE QUALITY CON'I'ROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEA1vING [NOT USED] 3.11 CLOSEOUT ACTIVITIFS [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHIVIENTS [NOT USED] 24 25 I I DATE � 3/22/2021 I 26 NAME M Owen IND OF SECTION Revision L,og SUMMARY OF CHANGE 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW" CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MA[N EXTENSION Revised March 22, 2021 CPN 106202 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION O1 78 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. Trafiic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Speciiication 1. None. C. Related Speciiication 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 proj ect site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section O1 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by Ciry personnel. 2. Format a. Size: 8'/z 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised December 20, 2012 CPN 106202 017823-2 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 1NSTRUCTIONS". 2) List: a) Tit1e 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 Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised December 20, 2012 CPN ]06202 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 far 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. � e. g• h. 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 Servicing and lubrication schedule 1) List of lubricants required Manufacturer's printed operating and maintenance instructions Description of sequence of operation by control manufacturer 1) Predicted life of parts subj ect to wear 2) Items recommended to be stocked as spare parts As installed control diagrams by controls manufacturer Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH NORTHSIDE N ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised December 20, 2012 CPN 106202 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 Speciiications 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised December 20, 2012 CPN 106202 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME 8/31/2012 D. Johnson SUMMARY OF CHANGE 1.S.A.1 — title of section removed CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION O1 78 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION 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 pocuments 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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 20ll CPN ]06202 017839-2 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 Wark to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements L Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of a11 recorded data to the final Proj ect 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] 112 WARRANTY [NOT USED] PART 2 - PRODUCTS 21 OWNER-FURNISHED [oa] 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 j ob set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MAIN EXTENSION Revised July 1, 20ll CPN 106202 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 wi11 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 O1 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. 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 physicallayout. 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 verticallocation 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 Ciry'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 NORTHSIDE IV ELEVATED STORAGE TANK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 30" WATER TRANSMISSION MA[N EXTENSION Revised July 1, 20ll CPN 106202 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 pocuments a. If the Documents, other than Drawings, have been kept clean during progress of the Wark, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, wi11 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 [ou] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 20ll SUMMARY OF CHANGE NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 330410-1 JOINT BONDING AND ELECTRICAL ISOLATION Page 1 of 8 1 2 SECTION 33 04 10 JOINT BONDING AND ELECTRICAL ISOLATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Secrion Includes: 6 1. Joint bonding requirements for electrical continuity o£ 7 a. Concrete cylinder pipe 8 b. Mortar coated steel pipe 9 c. Dielectrically coated steel pipe 10 d. Ductile iron pipe, as required on Drawings 11 2. Electrical isolation devices for installation at: 12 a. Connections to existing piping 13 b. Laterals 14 a Cased crossings 15 d. Tunnels 16 e. Selected below grade to above ground piping transitions 17 B. Deviations from this Ciry of Fort Worth Standard Specificarion 18 1. �Updated for proiect specific requirements 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 21 Contract 22 2. Division 1— General Requirements 23 3. Secrion 33 OS 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment L 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 fumished 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-2 JOINT BONDING AND ELECTRICAL ISOLATION Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 1.3 13 14 15 16 17 18 19 20 21 1.4 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 REFERENCES A. Reference Standards 1. Reference standards cited in this Specificarion 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 Warks Association (AWWA): a. C207, Steel Pipe Flanges for Waterworks Service - Sizes 4 IN through 144 IN. 4. NACE International (NACE). ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section O1 33 00. 24 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 25 specials. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 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) Thcrmitc wcldin� malcrials 4) Bond Wire 5) Weld Caps � 2. Where more than 1 item or catalog number appears on a catalog cut sheet, clearly identify the item proposed. B. Test and Evaluation Reports 1. Record results for the Post-Installation Thermite Weld Inspection and submit to the City far approval prior to backfilling. 2. Record results for bonded joint testing and submit to City for approval prior to backfilling. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-3 JOINT BONDING AND ELECTRICAL ISOLATION Page 3 of 8 1 3. Record results for the continuity test for casing to carrier pipe and submit to the 2 City far approval prior to backfilling. 3 1.7 CLOSEOUT SUBMITTALS 4 A. Test results for electrical continuiry, flange isolation and casing to carrier pipe isolation 5 shall be submitted to the City. 6 B. Results of all testing are to be submitted to City for inclusion in the O&M manual. 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 14 15 16 17 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. 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. Bondin� across bell & spi�ot ioint assemblies d. Theimite Weld Materials e. Char�es and Molds- Thermite molds and char�es shall be used. Char�es and mold size shall be as specified bv Erico, Thermoweld or approved equal, for the specific surface confi�uration. f. Weld Cans/Coatin� Weld Coatin�- �. Coatine for welds shall be Kop-Coat as manufactured bv Carboline or Rovston Handv Caps (caps prefilled with mastic) or approved equal h. Weld Can- The coated weld shall be covered with a nlastic weld cap. i. Bond Wire 1) Bond wire shall be 7 stranded copper cable, #2 AWG with THHN insulation, minimum leneth 18" per bond. k� - C. Flange Isolation CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-4 JOINT BONDING AND ELECTRICAL ISOLATION Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1 2 3 4 Required applications of dielectric flange isolation assemblies include, but are not limited to, selected locations where new piping is mechanically connected to existing piping. 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 certi�ed g. A minimum of 800 volts/mil dielectric strength is required. h. Flange shall seal for the test pressure without leaking. Sleeves a. Provide full length mylar sleeves. Washers a. Provide double G-10 washer sets. 17 D. Casing Spacers 18 1. For piping installed in tunnels or cased crossings, install casing spacers between the 19 piping and the casing or tunnel liner to provide electrical isolation in accardance 20 with Section 33 OS 24. 21 E. Casing End Seals 22 1. See Section 33 OS 24 for casing end seals. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 31 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION 29 30 31 32 33 34 35 36 37 38 39 40 41 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 j oints. 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 ineasurement. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-5 JOINT BONDING AND ELECTRICAL ISOLATION Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 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 insta112 continuous straps 180 degrees apart longitudinally along the pipe. 1) These straps must maintain electrical continuity between metallic components. a 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 inechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity. 24 B. Preparation of Steel Pipe for Bonding 25 1. Bonding wires are not required for welded steel pipe. 26 2. Mechanical jointed steel pipe requires the installation of bond wires across the joint 27 as shown on the Drawings. 28 29 30 31 32 1. Electrical bond wires are to be a minimum No. 2AWG, 7 stranded, copper cable with THHN insulation. 33 2. Remove 1 inch of insulation from each end of the bond wire. 34 3. Thermite weld the bond wires to the pipeline. 35 4. Provide the minimum number of bond wires as shown on Drawings for steel or 36 ductile iron pipe. 37 38 39 40 41 42 43 3 C. Preparation of Ductile Iron Pipe for Bonding 1. Install insulated bond wires as shown on the Drawings. D. Electrical Bond Wires E. Electrical Bond Clip 1. Weld 3 ASTM 366 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 continuiry regardless of small deflections of finished j oints. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-6 JOINT BONDING AND ELECTRICAL ISOLATION Page 6 of 8 1 3.4 INSTALLATION 2 A. Installation of Electrical Continuity Bonds by Thermite Welding 3 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 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 e�osing clean, oxide-free copper for welding. 4) Select proper size thertnite 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 Stopaq CZ weld coating and protective cap. 4. Post-Installation Thermite Weld Inspection a. Contractor is responsible for all testing. b. All testing is to be performed by or under the supervision of certi�ed 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 connecrions 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330410-7 JOINT BONDING AND ELECTRICAL ISOLATION Page 7 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 � 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 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 OS 24. D. Installation of End Seals 17 1. End seals shall be installed in accordance with Section 33 OS 24. 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 22 23 24 25 26 27 28 29 30 31 32 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 tertninal 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 . 33 4. A joint is considered electrically conrinuous if the "on" and "off potentials are the 34 same on either side of the joint under test. 35 5. This same procedure shall be used to test individual isolation joints except that the 36 joint is considered effective if the pipe-to-soil potential is not the same when 37 measured on each side of the joint when the test current is "on". 38 6. Record results and submit in accordance with this Specification. 39 40 41 42 B. Casing to Carrier Pipe Isolation Tests 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 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] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] DATE NAME 12/20/2012 D. Johnson END OF SECTION Revision Log SUMMARY OF CHANGE 2.2.0 - Modified material specifications far gaskets, sleeves and washers �..���` i S�P�E' OF 7 f-,�.q���l j . r � ''•. + 1� %. � i ..................... :.'.. �/ j JAMES P CONGER � � ...:.......................... � �/ y�. 155568 ���i� ,�1�'^�rs�!CENSE�: V���� ,`���������� � � ��— Byjcongeraf3:19:10PM, 12/fI/2025 Changes made for 30" Northside Water Main CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 330411-1 CORROSION CONTROL TEST STATIONS Page 1 of 8 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 SECTION 33 04 11 CORROSION CONTROL TEST STATIONS A. Secrion Includes: 1. Test station materials and installation requirements, as shown on the Drawings, at: a. �,..-o;,.� � �o,;��iaooc�sgs a_Cased crossings b. Below-grade pipeline electrical isolation joints c. Ma�ncsium anodc bcd 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 a 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 Ciry of Fort Worth Standard Specification 1. �. Updated for proiect 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. Secrion 33 04 12 — Magnesium Anode Cathodic Protection System 28 1.2 PRICE AND PAYMENT PROCEDURES 29 30 31 32 33 34 35 A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Cathodic Protection construction. 2. Payment a. The wark 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. 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this Specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end of this 40 Specification, unless a date is specifically cited. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-2 CORROSION CONTROL TEST STATIONS Page 2 of 8 1 2. NACE International (NACE). 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section O1 33 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 8 9 10 11 12 13 14 15 16 1.7 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 CLOSEOUT SUBMITTALS 17 A. Structure-to-soil potential data shall be submitted to the City. 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE 20 A. Certifications 21 1. Provide manufacturer's certifications that all components of the corrosion control 22 system meet the requirements of the Contract Documents. 23 a. The certification shall reference the applicable Section of the Specifications and 24 the applicable standard details. 25 B. Inspection 26 1. The City may, at its own cost, inspect the Cathodic Protection materials prior to, or 27 during, installation. 28 29 30 31 32 33 34 35 36 37 38 39 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 Ciry at the Contractor's expense. 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-3 CORROSION CONTROL TEST STATIONS Page 3 of 8 1 1. Coordinate the delivery of test station materials. 2 B. Storage and Handling Requirements 3 1. Secure and maintain a location to store the material in accordance with Section O1 4 66 00. 5 C. Packaging Waste Management 6 1. Dispose of waste materials properly and remove from job site after installation is 7 complete. 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED [ou] OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Flush Mount Test Stations 14 L Test stations shall consist of test wires, a terminal head and a traffic box as shown 15 on the Drawings. 16 2. The terminal head shall be a 7 terminal `Big Fink" as manufactured by Cott 17 Manufacturing Company or approved equal. 18 3. The test station shall be installed in a 24-inch x 24-inch x 6-inch concrete pad. 19 4. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast 20 iron cover marked "CP Test" as manufactured by Brooks Products, Inc. or approved 21 equal. 22 5. Install a marker sign adjacent to all flush-mounted test stations. 23 �. n t�,,.,o r�..,,ao fro�* c.,,.;,,�� 24 i. A��o�� ..�.,�:,,,, 1„ ..�;,,.�,� ..,L.o,-o fl1.��'1 S�.1Pl�o,7 ��,-,,,.r,,,-o� ,. „r l.o ; ��,.11o,] 25 ���a^► �lw�w�i�gz��Y�.,� o..,,a� •��• �•,,•_oi�aa:�Jl tia u�3, ��1 �J�a� 26 , , �. ic�^ninicni�c� 2% i. T�cu✓l'./Yl L1�1,�� 11 ���Yi�l�l ���1� �llll�� '�7 li�'11�1F.,,.�,,.-0.7 1... (`..+� 28 �v��H�ii3� CI C�9't� �--�i� 29 �. ���g-����s� s��on �'�11 b, ,r �.oa „ ., c c „+ io.,,..�. ,.� � ;.,,.i, a;,,...o.o.- 30 rr�� ,- :�..,�. �i.,�+;,. ,. „a.,:.✓:n �c�al�� � 31 „� � ;�,.�, ,a:.,ri,o�o.. ,. ..o.o xiioa ,..,i. ., �o,a ��ooi ,. �a,,;� :,, i,.., .. „i.,.;,,� 32 �^ ^� 33 4. T'�� *�^* �•^•:crr: zl�all k� ir�t^"��' ^a;^^��••��.a�m��• ��if czrail����e� 34 . 35 , rF o.,r„�va .� ..-.,��:,. ,;ao ., � „�,.:�.io �.,.�o F .-.o�. �..,.;,,� ," 'rtio r.o,.:,,,. ,.�.i.o .o�. �..,.;,.,. ,. � i �.v �;iioa a,.o o�. ,. o.o 36 �. ~1k�t�^�� „�� I��tJn- 37 .,�.o.- ��.o :,,�..,ii„�;,,,, „�.�.o �o�� .,�a �.,..,a . 38 6. 'r�.o .o�. �«,,.;,.� ,. �a,,;. ..�.,,ii �.o ;�...,.iioa . ,;�.1^► a �'I ;t�a'� t'1 ft�,.i. ., � ; ,.�. ,. ,.o.o 39 � 40 EB. Permanent Reference Electrodes CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-4 CORROSION CONTROL TEST STATIONS Page 4 of 8 1 1. The permanent reference electrode shall be a copper sulfate Permacell Plus double 2 membrane ceramic cell in a geomembrane package as manufactured by Corrpro 3 Companies, Inc. or approved equal. 4 2. Equip with No. 14 AWG stranded copper wire with blue HMWPE insulation of 5 suitable length to attach to the terminal board of the test station. 6 �C. Test Station Lead Wires 7 1. Test station lead wires of all sizes shall have TW, THW, ar THHN insulation as 8 shown on the Drawings. 9 2. Insulation type shall be colar coded based upon connection to underground 10 structures. 11 a. Protected pipeline: white 12 b. Foreign structures: red 13 c. Steel casings: yellow 14 d. Permanent reference cells: blue 15 e. Anode header cable: black (HMWPE) 16 £ Unprotected or existing pipeline: black (HMWPE) 17 3. Test station lead wires shall be terminated on the test station terminal board 18 utilizing crimped on solderless ring terminals. 19 4. All terminal boards shall be wired by the installer as shown on the Drawings. 20 �D. Thermite Weld Equipment 21 1. Charges and Molds 22 a. Weld charges and mold size shall be specified by the manufacturer for the 23 specific surface configuration. 24 b. Use only the correct charges for the specific application. 25 c. Welding charges and molds shall be Erico, Cadweld or Continental Industries 26 Thermoweld. 27 2. Weld Caps/Coatin� Weld Coatin�- 28 3. Coatin� for welds shall be Kon-Coat as manufactured bv Carboline or Rovston 29 Handv Caps (caps prefilled with mastic) 30 4. Weld Cap- The coated weld shall be covered with a plastic weld cap. 31 + i,a . •.i, c+��� � � 32 . E�PP��� �� � CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-5 CORROSION CONTROL TEST STATIONS Page 5 of 8 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 APPLICATION / INSTALLATION 8 1. Install test stations at each of the locations scheduled on the Drawings. At a 9 minimum, test stations are required at each of the following locations: 10 a. At all majar underground metallic pipeline crossings 11 b. At all cased crossings and tunnels (both ends) 12 c. At all underground isolation flanges 13 d. At all magnesium anode ground bed locations 14 B. General 15 1. Install test stations at locations indicated on Drawings. 16 a. If a flush mounted test station is not feasible in a particular location, then an 17 above-grade test station may be used, subject to approval by the City or its ] 8 designated representative. 19 2. Use continuous test station lead wires without cuts ar tears in the insulation. 20 3. Locate test stations as indicated on Drawings, as close to the pipe as possible. 21 a. If the pipe is installed under a road, place the test station at the curb for easy 22 access. 23 4. Attach test lead wires to the pipe by thermite welding. 24 5. Attach test wires to the pipe prior to backfilling. 25 6. Use color coded test wires as indicated on the Contract Documents. 26 7. Wire test station terminal board configurations as shown on the Drawings. 27 8. At foreign pipeline crossing test stations: 28 a. Notify the owners of the pipeline and obtain permission before the test leads are 29 connected to their pipeline. 30 b. The foreign pipeline owner should have a representative present. 31 a Contractor shall not install lead wires or bond wires on foreign pipelines. 32 d. If foreign pipeline owner refuses test leads connected to their pipeline, then 33 document owner's refusal and install potential test station on water main. 34 e. Document the owner's contact name, phone number, email address and date of 35 contact. 36 £ Submit documentation to the Ciry or its designated representative. 37 C. Flush-Mount Test Stations 38 1. Install as shown on the Drawings. 39 2. Sufficient slack shall be coiled beneath the test station to allow for soil settlement 40 and to prevent damage to the leads during backfilling. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-6 CORROSION CONTROL TEST STATIONS Page 6 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 3 4 a. Additional slack shall be left to allow for withdrawal of the terminal board a minimum of 18 inches above the top of the precast concrete traffic box for test purposes. Install with permanent copper sulfate reference electrodes where indicated on the Drawings. a. Install permanent reference electrode approximately 6 inches from the pipe. b. Compact native soil by hand around the electrode. c. The balance of the backf'ill shall be select granular backfill material. d. Saturate the backfilled permanent reference electrode with 5 gallons of water. Set test stations installed outside areas of permanent paving materials in a Portland cement concrete pad. a. The concrete pad shall be a minimum of 24 inches square and no less than 6 inches thick. . . . is �. �'£7%ICJ� CI�,`I', ,...,,lo �o�� ��.,�:,,..� .�,1,Q"� Q� �UG�: i�,.,,,.���'.�`�1`�'S 00.P[�L�� 16 �6E3�€E� 17 �. Ja6 cv:,a i,,,.,,�;,.., „�.,i..,,, o ...,ao .o�. ��.,�;Ct:cirlr.rJ> >.., ., ,oa �... ��,o r;... ,. ;.� 18 ,�o „�oa .- �..,.;. o 19 �. ��ti�t�.t�utr�i� [a,a:.,,.o�� �„ „ ,,. ��..,,,..,,..o �e��„ji.7e�e�}i€ � , 20 cr�iL.J� � . 21 4. r,,:i �„�x,. �� �i.,�'„°�,�-�ath tis� �v�� �..,�:,,., �„ .,n,,.., F.. ,,:i �o.ao,.,o„� .,�a .,, 22 23 �goui a ?/I ir�a'� 1 ✓I ir��,� � ti : ,.�, ,. ..o�o ,,.,,a .,� ,....,,ao ., �a ��,o �o�� �..,�;,.� 24 � 25 . 26 U..,-rl�„`1 .. „r .. .-�r� �,.��,"� 1iY"r.,ll.,r;.,,, �,Frl,., r��r �+.,r;�,.,� . 27 �D. Test Lead Wire Attachment 28 1. Attach test leads to the pipe by thermite welding directly to the pipe on steel and 29 ductile iron pipelines as shown on Drawings. 30 a. See Drawings. 31 2. The pipe to which the wires are to be attached shall be clean and dry. 32 33 34 35 36 37 38 39 40 41 42 43 44 3. When connecting directly to the pipe, use a grinding wheel 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-7 CORROSION CONTROL TEST STATIONS Page 7 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 3.5 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 c*".,�,,, �'� *".��� bitumastic coatin� and protective cap. �E. 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. REPAIR / RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL 16 A. All test stations shall be visually inspected during the final walk through. 17 18 19 20 3.8 21 22 23 24 25 26 27 28 29 30 31 B. Materials or installation wark 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. SYSTEM STARTUP A. Commissioning 1. Native state structure-to-soil potentials shall be acquired along the water main and submitted to the City. : 32 C 33 D 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 isolatars and casing spacers. Contractor is responsible for all testing. All testing is to be done by or under the supervision of certified NACE personnel. 34 E. Recard results and submit in accordance with this Specification. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330411-8 CORROSION CONTROL TEST STATIONS Page 8 of 8 1 2 3 4 5 6 7 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE A. Refer to Section 33 04 12. 314 ATTACHMENTS [NOT USED] 8 9 DATE 12/20/2012 10 END OF SECTION Revision Log NAME SUMMARY OF CHANGE D. Johnson 2.2.D.2 — revised insulation color coding ....�� i S�P'�E' OF 7 f,f.�S�11 i *:' ''•,* Ij i.: ' / ...:.....................::.`.. j j JAMES P CONGER � � ... ......................: ... � �l y�. 155568 �4,�i (� �<'f; •! fCENSE�� V���� ,l``������� ��_ � �� By jconger af 3:19:55 PM, 12/12/2025 Changes made for 30" Northside Water Main CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-1 MAGNESIUM ANODE CATHODIC PROTECTION Page 1 of I1 1 2 SECTION 33 04 12 MAGNESIUM ANODE CATHODIC PROTECTION 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 1.2 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 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. �. Weight and size of anodes defined 2. Test Stations defined for Flush versus above �rade 3. Depth and location of anodes defined for proiect specifics 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 OS 26 — Utility Markers/Locators PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measure a. Measurement for this Item shall be by lump sum: 2. Payment: a. The work performed and materials furnished in accordance with this Item shall be paid for at the lump sum price bid far "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 £ Field welding g. Connections h. Adjustments i. Testing j. Clean-up k. Start-up/Commissioning CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-2 MAGNESIUM ANODE CATHODIC PROTECTION Page 2 of I 1 1 1.3 REFERENCES 2 A. Abbreviations and Acronyms 3 1. AWG: American Wire Gauge 4 2. CSE: Copper/Copper Sulfate Reference Electrode 5 3. HMWPE: High Molecular Weight Polyethylene 6 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 B. Defnitions 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 reducrion 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 mctal 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. 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 protecrion design 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 ineasurement and is used to measure the relative potentials of other electrodes 19. Stray Current: Current flow through paths other than the intended circuit. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-3 MAGNESIUM ANODE CATHODIC PROTECTION Page 3 of I 1 1 20. Voltage: Electromotive force or difference in electrode potential expressed in 2 volts. 3 C. Reference Standards 4 1. NACE International (NACE). 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section O1 33 00. 8 B. All submittals shall be approved by the City prior to delivery. 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 10 11 12 13 14 15 16 17 18 19 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 £ Weld Coatings 20 1.7 CLOSEOUT SUBMITTALS 21 22 23 24 25 26 27 28 A. The results of all testing procedures shall be submitted to the Engineer or the City far 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. 29 C. Provide written documentation from the Corrosion Control Engineer of any deficiencies 30 discovered during the post installation inspection. 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 34 35 36 37 38 39 A. Quali�cations 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, upon request 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. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-4 MAGNESIUM ANODE CATHODIC PROTECTION Page 4 of I 1 [1 2 3 4 5 110 DELIVERY, STORAGE, AND HANDLING A. Delivery of Cathodic Protection materials shall be coordinated by the Contractor. B. Storage and Handling Requirements 1. Secure and maintain a location to store the material in accordance with Section O 1 66 00. 6 C. Packaging Waste Management 7 1. Dispose of anode and thermite weld material packaging properly and remove 8 from the job site after installation is complete. 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER-FURNISHED �ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 13 14 15 16 17 18 19 2.2 MATERIALS A. Sacrificial Anodes - Magnesium 1. Magnesium Anodes a. Use high potential prepackaged Magnesium Anodes. b. The metallurgical composition of the Magnesium Anodes shall conform to the following: Element A1 Mn Cu Ni Fe Other Magnesium 20 21 22 23 24 25 26 27 28 29 30 31 Content (%) 0.01 0.50 to 1.30 0.02 Maximum 0.001 Maximum 0.03 Maximum 0.05 Each or 0.3 Maximum (Total) 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 backfill 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 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-5 MAGNESIUM ANODE CATHODIC PROTECTION Page 5 of I1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2) Powdered bentonite: 20 percent 3) Anhydrous sodium sulfate: 5 percent 4) Have a grain size backfill such that 100 percent is capable of passing through a 20-mesh screen and 50 percent is retained by a 100-mesh screen. d. Completely surround the anode with the backfill mixture within a cotton bag. e. For cast magnesium ingots, the required weight of backfill shall be as follows: Anode Weight (Pounds) 17 20 32 40 48 60 Backfill Weight (Pounds) 44 50 58 65 48 70 Total Weight (Ponnds) 61 70 90 105 96 130 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 of THW insulation. 5. Lead Wire Connection to Magnesium Anode a. Cast Magnesium Anodes with a 20-�;au�c galvanized steel core. b. Extend 1 end of the core beyond the anode for the lead wire connection. a Silver-solder the lead wire to the core and fully insulate the connection. B. Splicing Tape 1 2. 21 C. Crimping Lugs 22 1. Crimping lugs used to connect the anode lead wire to anode header cable shall be 23 copper compression crimpit Catalog No. YC10C10 as manufactured by Burndy, 24 or approved equal. 25 26 27 28 29 30 31 32 33 34 35 D. Anode Header Cable Tape used for covering anode lead wire to anode header cable connections shall be 2layers of Scotch 130C rubber splicing tape, then 2 layers of Scotch 88 vinyl electrical tape as manufactured by 3M Scotch, or approved equal. Taped splices shall be covered with a coating of 3M Scotchkote electrical coating, or approved equal. 1. Anode header cables routed between the anode groundbed and the test stations shall be #8-19 AWG stranded copper conductors with type HMWPE insulation (black). E. Anode Test Stations 1. Test stations shall bc flush mountcd offsct as idcntificd on thc Drawin�s and consist of test wires, a terminal head and a traffic box as shown on the Drawings. Test Station comnonents are defined in Specification Section 33 04 1 1. �2. The terminal �head shall be a 7 terminal NM-7 Bi� Fink test station �as manufactured by rD To�+ cor�,:�o� Cott Manufacturin� -or approved equal. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-6 MAGNESIUM ANODE CATHODIC PROTECTION Page 6 of ll 1 2 3 4 5 6 �3. The Precast Concrete traffic box shall be a 10.25-inch diameter 3-RT with a cast iron cover marked "CP Test" as manufactured by Brooks Products, Inc, or approved equal. �4. If the area is not paved, the test station shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. 4.5. Install a marker sign adjacent to all flush-mounted test stations. 7 F. Shunt 8 1. Monitoring shunt shall be a 0.01 ohm Type RS shunt as manufactured by 9 Holloway, or approved equal. 10 2. There shall be at least 1 shunt in each Magnesium Anode test station. 11 G. Test Lead Wire 12 L Test station lead wires shall be #12 AWG stranded copper cable with type TW, 13 THW or THHN insulation, white � in color. 14 H. Permanent Reference Electrode 15 L The permanent reference electrode shall be a copper sulfate Permacell Plus 16 double membrane ceramic cell in a geomembrane package, as manufactured by 17 Corrpro Companies, Inc., or approved equal. 18 2. The permanent reference electrode shall be equipped with No. 14 AWG stranded 19 copper wire with blue HMWPE insulation of suitable length to attach to the 20 terminal board of the test station. 21 22 I. Marker Sign � 23 1. Provide marker sign in accardance with Section 33 OS 26. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED� 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 31 32 33 34 35 36 37 38 39 3.4 INSTALLATION A. Installation of Sacrificial Anodes 1. Placement a. Each anode shall be installed vertically in a 12-inch diameter hole with the top of the anode at the same elevation as the midline of pipeline e�r�rmaintaining the�= 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 pipeline right-of-way- easement. 2. Augured Hole CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-7 MAGNESIUM ANODE CATHODIC PROTECTION Page 7 of I 1 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 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 � 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 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 backiill. 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 oCCorrosion Coupon l. Location a. Tnstall 1 Corrosion Counon at each anode �round bed. b. The Counon shall be within 6 inches of the nipe awav from the anode bed at ptpe Cl0pi11. c. Prepare and install the corrosion coupon in strict accordance with the manufacturer's recommendations. 2. Placement a. Place the corrosion coupon in the same ditch with the water line and carefullv covered with the same soil as the pineline backfill. 3. Lcad Wire a. Protect the corrosion coupon wire durin� backfill operations and route to the test station alon� with the water line test leads and anode �round bed cables. 4. Corrosion Counon Material a. Coupon Material selection to be made based on Pineline Material. 1) Ductile Iron - MC Miller COU200-F ar approved equal. 2) Carbon Steel — COUI 00-F or approved equal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 [Insert Project Name] [Insert Project Number] 330412-8 MAGNESIUM ANODE CATHODIC PROTECTION Page 8 of I1 2 3 4 5 6 7 8 9 10 11 12 l3 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 3) Bar Wrappcd Concrctc — COU 100-F or approvcd cqual ED. Installation of Wire and Cable 1. 2. 3. 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. Anode Header Cable a. Each anode lead wire shall be connected to a#810 AWG/HMWPE header cable which shall be routed into anode test station. a. b. 4. a. b. 5. Anode Lead Wire to Header Cable Connection Each anode lead wire to header cable connection shall be made using a copper compression connector. Each connection shall be taped using double layer rubber tape; followed by doublc lavcr vinyl tape and coated with Scotchkote electrical coating as shown on the Drawings. Anode-to-Pipeline Connection Connect each group of anodes to the pipeline through a test station as shown on the Drawings. A 0.01 ohm shunt shall be used to connect the anode header cable to the pipeline as shown on the Drawings. 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. �E. Test Lead Wire Attachment 1. 2. 3. a. 4. 5. a. b. c. 6. Test lead cables shall be attached to the pipe by thermite welding. The pipe to which the wires are to be attached shall be clean and dry. A grinding wheel or filc shall be used to remove all coating, mill scale, oxide, grease and dirt from the pipe over an area approximately 3 inches square. The surface shall be cleaned to bright metal. 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. Charges and Molds Weld charges and mold size shall be as specified by the manufacturer for the specific surface configuration. Care shall be taken during installation to be sure correct charges are used. Welding charges and molds shall be the product of a manufacturer regularly engaged in the production of such materials. 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. 43 7. The metal disk shall be placed in the bottom of the mold. 44 8. The cap from the weld charge container shall be removed and the contents 45 poured into the mold. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 330412-9 MAGNESIUM ANODE CATHODIC PROTECTION Page 9 of ll 1 2 3 4 5 6 7 8 9 10 11 12 l3 14 l5 16 17 18 19 20 21 22 23 24 25 26 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 bitumastic coatin� and pt-otective cap; Rovston Handi-Cap , or approved equal. �F. Flush-to-Grade Anode Test Stations 1. Flush-to-grade anode test stations shall be installed as shown on the Drawings.- and as defined in Specification Section 33 04 11. -�2. �3. Test stations shall be installed in a 24-inch x 24-inch x 6-inch square concrete pad. �4. 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 thc tcst station box to allow far withdrawal of the terminal board a minimum of 12 inches above the top of the concrete pad for test purposes. �G. Post Installation Backfilling of Cables l. General a. During the backf'illing operation, cables shall be protected to prevent damage to the wire insulation and conductor integrity. 27 3.5 REPAIR 28 A.Cut wires shall be spliced by using a copper compression connector. 29 1. The connection shall be completely sealed against moisture penetration by the 30 use of rubber tape, vinyl tape and Scotchkote electrical coating. 31 B. Damaged or missing test station components shall be replaced by equal components. 32 3.6 RE-INSTALLATION [NOT USED] 33 3.7 FIELD QUALITY CONTROL 34 A. Field Tests and Inspections 35 1. All components of the Cathodic Protection System shall be visually inspected by 36 the City prior to commissioning of the system. 37 3.8 SYSTEM STARTUP 38 A. General 39 1. The Cathodic Protection System shall be inspected, energized and adjusted 40 (commissioned) as soon as possible after the Cathodic Protection equipment has 41 been installed. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 04 12-10 MAGNESIUM ANODE CATHODIC PROTECTION Page 10 of 11 1 B. Equipment 2 1. All Cathodic Protection testing instruments shall be in proper working order and 3 calibrated according to factory specifications. 4 C. Commissioning 5 1. The commissioning of the Cathodic Protection System shall be performed by, or 6 under the direct supervision of, the Corrosion Engineering Firm qualified to 7 verify compliance with this Specification and with the referenced corrosion 8 control standards set forth by NACE International. 9 D. Method 10 1. Measure native state structure-to-soil potentials along the water line using the 11 permanent reference electrodes at each anode test station and a portable reference 12 electrode at all other test stations and at above grade pipeline appurtenances. l3 2. Measure close interval, native state structure-to-soil uotentials alone the water 14 lines at utilizin� portable reference electrodes at intervals not exceedin� 3' alon� 15 thc cntirc routc. 16 �3. Energize the Cathodic Protection System by connecting each Magnesium Anode 17 groundbed to the pipeline lead in the test station junction box by means of a 0.01 18 ohm shunt. 19 �4. Record each anode groundbed current using the shunt. 20 4.5. Allow sufficient time for the pipeline to polarize. 21 6. Adjust, if necessary, the Cathodic Protection current output in each anode test 22 station to satisfy calhodic protcction critcrion as cstablishcd bv NACF./AMPP 23 Intcrnational standards: 24 a. Ductile Lron and Carbon Steel Pipelines: 100-mV polarization shift criterion or 25 the -850 millivolts-CSE polarized potential corrosion protection ^����� 26 0,...,i.i:�t,o,a �., �,nr❑ i��o.....,�;rl[�1 [�'[�n�s 27 �b. Concrete Coated Pipeline: -100-mV polarization shift criterion or the -850 28 millivolts-CSE polarized notential. If the instant-off of reinforcin� steel is - 29 850millivolts-CSE but less ne�ative than a-1000 millivolts-CSE, the 30 reinforcin� steel is protected. 31 �7. Record all final current outputs measured at each test station. 32 �8. Verify that all electrical isolation devices are operating properly including flange 33 isolators and casing spacers. 34 �9. Verify that interference does not exist with foreign structures. 35 �10. Perform joint tests with owners of the foreign structures (if any) and 36 mitigate any interference detected. 37 �11. If necessary, install resistance bonds to mitigate interference. 38 �12. Interference testing coordination with the owners of foreign structures is 39 the responsibility of the Cathodic Protection tester. 40 E. Verification and Responsibilities 41 1. Contractor shall correct, at his expense, any deficiencies in materials or 42 installation procedures discovered during the post-installation inspection. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 33 04 12-11 MAGNESIUM ANODE CATHODIC PROTECTION Page I 1 of 11 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 313 MAINTENANCE [NOT USED] 6 314 ATTACHMENTS [NOT USED] 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8 ....�� �,�p�E OF TF�q��1 iS:• •.J` � �r.' � '.+1) %..*.:........ GV........::.*.. % j JAMES P CONGER � � ... :......................: ... � �/ ��. 155568 �4,�f �1 �•^�•.C/CENSE�•'��4'f 1��\SS�ONP,L EN�� �������� � � �� By jconger at 3:20:41 PM, 12/12/2025 Changes made for 30" Northside Water Main CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 APPENDIX GC-4A1 Availability of Lands GC-6.06.D Small Business Compliance GC-6.07 Wage Rates GR-Ol 60 00 Product Requirements GC-7A1 Corrosion Control Design Recommendations CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSIDE IV ELEVATED STORAGE TANK Revised September 1, 2025 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 1, 2025 NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 EXHIBIT "A" PARCEL 2 30-FOOT WATER LINE EASEMENT CTMGT Alpha Ranch III, LLC MEP&P RR Co. Survey, Abstract No. 632 Wise County, Texas DESCRIPTION of a 0.927 acre (40,369 square foot) parcel of land situated in the MEP&P RR Co. Survey, Abstract No. 632, Wise County, Texas, said tract being part of that tract of land conveyed to CTMGT Alpha Ranch III, LLC (Alpha Ranch) described in Special Warranty Deed, recorded in Instrument Number 202200055 of the Official Public Records of Wise County, Texas, said 0.927 acre parcel being more fully described as fol lows: COMMENCING at a 6-inch fence corner post found for the southwest corner of said Alpha Ranch tract, said point being in the north line of that tract of land conveyed to Ann Lindsey Remillard Draudt described in a Special Warranty Deed recorded in Instrument Number 2008-19730 of said Official Public Records; THENCE North 00 degrees, 39 minutes, 28 seconds East, along the west line of said Alpha Ranch tract, a distance of 65.83 feet to a point for the southwest corner of that tract of land conveyed to the City of Fort Worth described in a Special Warranty Deed recorded in Instrument Number 202504869 of said Official Public Records, from which a found 1/2-inch iron rod bears North 00 degrees, 39 minutes, 28 seconds East, a distance of 1920.22 feet; THENCE North 89 degrees, 46 minutes, 09 seconds East, along the south line of said City of Fort Worth tract, a distance of 23.67 feet to the POINT OF BEGINNING; THENCE North 89 degrees, 46 minutes, 09 seconds East, continuing along the south line of said City of Fort Worth tract, a distance of 30.00 feet to a point for corner; THENCE South 00 degrees, 13 minutes, 51 seconds East, departing the south line of said City of Fort Worth tract, a distance of 13.55 feet to a point for corner; THENCE South 45 degrees, 13 minutes, 51 seconds East, a distance of 17.36 feet to a point for corner; THENCE North 89 degrees, 46 minutes, 09 seconds East, a distance of 300.49 feet to a point for corner; THENCE North 00 degrees, 13 minutes, 51 seconds West, a distance of 10.00 feet to a point for corner; THENCE North 90 degrees, 00 minutes, 00 seconds East, a distance of 20.00 feet to a point for corner; THENCE South 00 degrees, 13 minutes, 51 seconds East, a distance of 9.92 feet to a point for corner; THENCE North 89 degrees, 46 minutes, 09 seconds East, a distance of 689.81 feet to a point for corner; THENCE North 06 degrees 51 minutes 11 seconds East, a distance of 10.08 feet to a point for corner; THENCE North 89 degrees 46 minutes 09 seconds East, a distance of 20.15 feet to a point for corner; THENCE South 06 degrees 51 minutes 11 seconds West, a distance of 10.08 feet to a point for corner; THENCE North 89 degrees, 46 minutes, 09 seconds East, a distance of 45.89 feet to a point for the beginning of a tangent curve to the right; Exhibit "A" Page 1 of 4 Yellow Rose Mapping LLC 4500 Mercantile Plaza, Ste. 101 Fort Worth, Texas 76137 817-703-6578 THENCE, southeasterly along said curve, having a radius of 837.00 feet, a central angle of 17 degrees, 47 minutes, 05 seconds, the chord of which bears South 81 degrees, 20 minutes, 18 seconds East for a distance of 258.77 feet, and an arc length of 259.81 feet to a point for corner in the south line of said Alpha Ranch tract and the north line of said Draudt tract, from which a 1/2-inch iron rod with orange cap stamped "LANDPOINT 10194220" found for the southeast corner of said Alpha Ranch tract bears North 89 degrees, 46 minutes, 09 seconds East, a distance of 1442.01 feet; THENCE South 89 degrees, 46 minutes, 09 seconds West, along the south line of said Alpha Ranch tract and the north line of said Draudt tract, a distance of 129.01 feet to a point for the beginning of a non-tangent curve to the left; THENCE, northwesterly along said curve, and departing the south line of said Alpha Ranch tract and the north line of said Draudt tract, having a radius of 807.00 feet, a central angle of 09 degrees, 01 minutes, 45 seconds, the chord of which bears North 85 degrees, 42 minutes, 58 seconds West for a distance of 127.04 feet, and an arc length of 127.17 feet to a point for the end of said curve; THENCE South 89 degrees, 46 minutes, 09 seconds West, a distance of 1088.76 feet to a point for corner; THENCE North 45 degrees, 13 minutes, 51 seconds West, a distance of 42.21 feet to a point for corner; THENCE North 00 degrees, 13 minutes, 51 seconds West, a distance of 25.97 feet to the POINT OF BEGINNING, CONTAINING: 40,369 square feet or 0.927 acres of land, more or less. Notes: 1. Bearings are based on the Texas Coordinate System of 1983 (NAD83) (NA2011), North Central Zone (4202). All distances shown are surface values and can be converted to grid by dividing by a combined surface adjustment factor of 1.00015063. 2. A parcel plat of same date accompanies this legal description. 3. This survey was performed without the benefit of a title report. There may be easements and/or covenants affecting this property not shown hereon. * SURVEYOR CERTIFICATE * TO ALL PARTIES INTERESTED IN TITLE TO THE PREMISES SURVEYED, I DO HEREBY STATE THAT THE ABOVE LEGAL DESCRIPTION WAS PREPARED FROM PUBLIC RECORDS AND FROM AN ACTUAL AND ACCURATE SURVEY UPON THE GROUND AND THAT SAME IS TRUE AND CORRECT. Company Name: Yellow Rose Mapping LLC (�� 7� �� � 09-02-25 Chad A. Gulick Registered Professional Land Surveyor Texas No. 6021 Date of Survey: September 2, 2025 Texas Firm No. 10194700 hP� G�Or r �:�� ���� i.................r.... ��CHA� A. GULICK ...Y.... ....,.... �'�}.,�sa2i f9 -'`'`�'S5►�P a� . 5L1R� � Exhibit "A" Page 2 of 4 Yellow Rose Mapping LLC 4500 Mercantile Plaza, Ste. 101 Fort Worth, Texas 76137 817-703-6578 '� 0 60' Scale: 1" = 60' va° iRaN �ao [CONTROLLlNG MONLIMENT} $ �e'� �6� �Q�J� ��• g'� g� G� N � � �� N � � ��9 w P� M a Z h1P�C LIN�SEY, JR ANO BEVERLY Lihi05EY 'JOL. 1519. PG. l87 ❑.R W.C.T. N89"46'09"E 23.67' - N00° 13' 5i "W 25. 37' NQa`39'28"E 55.83' � CITY �F FORT WDRTH 1NST. N0. 2ff25�4868 a.P.R.W C 7 120' PARCEL 2 3a' WATER LINE EASEMEN� MEP&P RR CO SLJRVEY ABSTRACT N0. 632 WIS� COUNTY, T�7{AS TflTAL EASEMENT: 0.92T OF AN ACRE [40,3E9± �(��AF2E FEETJ 4Q`-� �O�ry QJ�o• ��Q ;�G � �� P��a PDINT DF ��GINNING N� 7,D54.�14.6T �E: 2,297,T43.34 jGRI❑ C�OR�INATES) � SUBJECT TRACT & LOCATION OF EASEMENT � PARCEL (NOT TO SCALE) SITE � _ ,� U � � o H ¢UNC) ���� J = Q' Q=za [.~7 r a � � � — ��EASEMENT LOCATION � 3d' WATER LINE EASEMENT , --0.927 QF AN ACRE Nso� aa� ao"E 20.60� ' ti8s° as' a9"E 3o.oa' (4fl,359± SQtJARE FEET} 500° �3' 5�"E � s.s2� SOQ` 13' S1 "E 13.55' NpD" 13' S1 "W 1 Q.DO' N89°46'09"E � 545` 13' S1 "� 17.36' � 689.81' � EJ$9' 46' �9"E 3Q0.49' : � ti'.' � N45° 13' S1"N 42.21' , �8" FENCE CORhlER O5T..." .... .......... .. ....... ....... ....... ... . S$J°4$��g��i�U 108.$'.75;.'. ..... , .. ... .... ... ... . , . ... ....... ....... .. [CON7RflLLING H10NUMEN7y ' � ANN LIN❑SEY REMILLARp �RAV�T � INST. IYa. 2006-19730 ' � p.P.R.W.C.T. 1 �'� P�INT DF C�MMENCING ) � NOTES: � � ■ 1. BEARINGS ARE BASED ON THE TEXAS COORDINATE SYSTEM OF 1983 (NAD83) (NA2011), NORTH CENTRAL ZONE (4202) AND SCALED TO SURFACE BY A COMBINED ADJUSTMENT FACTOR OF 1.000150630. 2. A LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PARCEL PLAT. 3. THIS SURVEY WAS PERFORMED WITHOUT THE BENEFIT OF A TITLE REPORT. THERE MAY BE EASEMENTS AND/OR COVENANTS AFFECTING THIS PROPERTY NOT SHOWN HEREON. YELLOW ROSE MAPPING LLC 4500 MERCANTILE PLAZA, STE. 101 � FORT WORTH, TEXAS, 76137 (817)703-6578 � TEXAS FIRM NO. 10194700 DRAWN BY: KGB I REVISION: 01 I I � DATE: September 2, 2025 I I PROJECT #: WEST2507 I PAGE 3 OF 4 I I CAD FILE: WEST2507_30WATER_ESMT_ALPHA_RANCH_R01.DW�i LEGEND � FOUND MONUMENT (AS NOTED) SUBJECT CORNER (NOTHING SET � UNLESS OTHERWISE NOTED) SUBJECT PROPERTY LINE — - - — ADJACENT PROPERTY LINE PROPOSED EASEMENT LINE — — EXISTING EASEMENT LINE O.P R W.C.T. OFFICIAL PUBLIC RECORDS OF WISE COUNTY, TEXAS PLAT RECORDS OF P.R.W.C.T. �qrISE COUNTY, TEXAS DEED RECORDS OF D.R.W.C.T. WISE COUNTY, TEXAS IRF IRON ROD FOUND ROW RIGHT-OF-WAY INST. NO. INSTRUMENT NUMBER VOL. VOLUME PG PAGE 1 P'CE ��t T�` .�~.����.�`�. � CHAD �A. GLILJCK � ....1..... . ....ti.... •��1 V: �9� SUR���� ���'{ �� � 09-02-25 CHAD A. GULICK, REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6021 , I � � �►��� �'� r �% I .. , �:�:ii=�tiiv;►� PARCEL 2 Scale: 1" = 60' 30' WA7ER LI�iE EASEMENI" MEPS�P RR CD SLJRVEY A65TRACT N�. fi3� WISE C�IJNTY, TEXAS T�TAL EASEMENT: 0.927 �F AN ACF2E [40,369± SCkLiARE FEET} � SUBJECT TRACT & LOCATION OF EASEMENT � PARCEL (NOT TO SCALE) SITE � �� 1 ��� tA���J��� � v _�EASEMENT LOCATION � ■ � y � � �� 1 p�`' m' CTMGT ALPHA RANCH w - N89� 46' 09"E 689.81' IlI, LLC �� �tisr. rvo. �az�aaa55 3p� WAiER LINE EASEMENi a� - NOs° 5�� i�"E �a.os' O.P.R.w.C.T. Q.927 OF AN ACRE w� rv89° 4B' fl9"E 2a.15' (4Q,369± 5C]UARE FEET� z' S46° 51' 11 "W 16.68' J� (�� �N89' 46' 09"E 45.89' L=259.81', R-837.Q�' � �❑=a17°47'05" 581`26'18"E-258.77' Q l. �� ,,,,,,,,,,,,,,�,�..,,.,,,.,,..,,..,,-, ...... .......... ,',�.', ,..il I�r�'�.�... ........��....'..'.'�'.'.'.'.'..'.':.'..':... .... 1�2" OftANGE CAPPE� IRON R66 S89° 46' Q9"W '129.D1' ���aNOPa3tir ipisalln� � i L=327.9i', R=$07.pp' ' {CONTf2QLLiNGMONLIMENTj S89� 46' a9"W 1088.76' �1 r` � '- n=009°01'45" Nae°as�o9-e iaar.oi� _�i � �k N85°42'5$"W�t 27.�4' �ii�-1 °�`o� 5��� �,L �O. V' y� y�� P$ NOTES: 1. BEARINGS ARE BASED ON THE TEXAS COORDINATE SYSTEM OF 1983 (NAD83) (NA2011), NORTH CENTRAL ZONE (4202) AND SCALED TO SURFACE BY A COMBINED ADJUSTMENT FACTOR OF 1.000150630. 2. A LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PARCEL PLAT. 3. THIS SURVEY WAS PERFORMED WITHOUT THE BENEFIT OF A TITLE REPORT. THERE MAY BE EASEMENTS AND/OR COVENANTS AFFECTING THIS PROPERTY NOT SHOWN HEREON. YELLOW ROSE MAPPING LLC 4500 MERCANTILE PLAZA, STE. 101 � FORT WORTH, TEXAS, 76137 (817)703-6578 � TEXAS FIRM NO. 10194700 DRAWN BY: KGB DATE: September 2, 2025 PROJECT #: WEST2507 REVISION: 00 PAGE 4 OF 4 CAD FILE: WEST2507 30WATER ESMT ALPHA RANCH R01. ANN LINaSEY REh91LLAR� C1RAlJQT iMST. �vo. �aas•�s�ao O,P,R.W,C.7 LEGEND � FOUND MONUMENT (AS NOTED) SUBJECT CORNER (NOTHING SET � UNLESS OTHERWISE NOTED) SUBJECT PROPERTY LINE — - - — ADJACENT PROPERTY LINE PROPOSED EASEMENT LINE — — EXISTING EASEMENT LINE O.P R W.C.T. OFFICIAL PUBLIC RECORDS OF WISE COUNTY, TEXAS PLAT RECORDS OF P.R.W.C.T. �qrISE COUNTY, TEXAS DEED RECORDS OF D.R.W.C.T. WISE COUNTY, TEXAS IRF IRON ROD FOUND ROW RIGHT-OF-WAY INST. NO. INSTRUMENT NUMBER VOL. VOLUME PG PAGE � P'CE ��t rF � . ��t. ������ . � cw� �A. cuucx � .•..r.... . ....y.•.• 8021 ,,: �C,9ti����.,,�s,5��'_r,.�'O� suR�'� ���'� � �09-02-25 CHAD A. GULICK, REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6021 EXHIBIT "A" PARCEL 3 30-FOOT WATER LINE EASEMENT Ann Lindsey Remillard Draudt L. Stephenson Survey, Abstract No. 968 Wise County, Texas DESCRIPTION of a 1.170 acre (50,979 square foot) parcel of land situated in the L. Stephenson Survey, Abstract No. 968, Wise County, Texas, said tract being part of that tract of land conveyed to Ann Lindsey Remillard Draudt described in a Special Warranty Deed, recorded in 2008-19730 of the Official Public Records of Wise, Texas, said 1.170 acre parcel being more fully described as follows: COMMENCING at 1/2-inch iron rod found in the east line of said Draudt tract for the southwest corner of a tract of land to CTMGT Alpha Ranch III, LLC, recorded in Instrument Number 2012-9545, of said Official Public Records; THENCE North 00 degrees, 01 minutes, 39 seconds East, along the east line of said Draudt tract, and the west line of said Alpha Ranch tract, a distance of 10.00 feet to the POINT OF BEGINNING; THENCE North 89 degrees, 08 minutes, 30 seconds West, departing the east line of said Draudt tract and the west line of said Alpha Ranch tract, a distance of 331.48 feet to a point for the beginning of a tangent curve to the right having a radius of 793.00 feet, a central angle of 40 degrees, 19 minutes, 23 seconds, and a chord which bears North 68 degrees, 58 minutes, 48 seconds West for a distance of 546.64 feet; THENCE in a westerly direction, along said curve to the right, an arc distance of 558.09 feet to a point for the end of said curve; THENCE North 48 degrees, 49 minutes, 07 seconds West, a distance of 426.56 feet to a point for the beginning of a tangent curve to the left having a radius of 807.00 feet, a central angle of 32 degrees, 22 minutes, 59 seconds, and a chord which bears North 65 degrees, 00 minutes, 36 seconds West for a distance of 450.06 feet; THENCE in a westerly direction, along said curve to the left, for an arc distance of 456.11 feet to a point for corner in the north line of said Draudt tract, and the south line of that tract of land to CTMGT Alpha Ranch III, LLC, described in Instrument No. 202200055, of said Official Public Records, from which a 6" fence corner post found for the southwest corner of the second referenced Alpha Ranch tract bears South 89 degrees, 46 minutes, 09 seconds West for a distance of 1,269.95 feet; THENCE North 89 degrees, 46 minutes, 09 seconds East, along the said north line of the Draudt tract, and the south line of the second referenced Alpha Ranch tract, a distance of 129.01 feet to a point for corner at the beginning of a non-tangent curve to the right having a radius of 837.00 feet, a central angle of 23 degrees, 37 minutes, 39 seconds, the long chord of which bears South 60 degrees, 37 minutes, 56 seconds East for a distance of 342.72 feet; THENCE in a southeasterly direction along said non-tangent curve to the right, departing the said north line of the Draudt tract, and the south line of the second referenced Alpha Ranch tract, an arc distance of 345.16 feet to a point for the end of said curve; THENCE South 48 degrees, 49 minutes, 07 seconds East, a distance of 426.56 feet to a point for the beginning of a tangent curve to the left having a radius of 763.00 feet, a central angle of 40 degrees, 19 minutes, 23 seconds, and a chord which bears South 68 degrees, 58 minutes, 48 seconds East for a distance of 525.96 feet; Exhibit "A" Page 1 of 5 Yellow Rose Mapping LLC 4500 Mercantile Plaza, Ste. 101 Fort Worth, Texas 76137 817-703-6578 THENCE in a southeasterly direction along said curve to the left, an arc distance of 536.98 feet to a point for the end of said curve; THENCE South 89 degrees, 08 minutes, 30 seconds East, a distance of 331.04 feet to a point for corner in the said east line of the Draudt tract, and the said west line of the first referenced Alpha Ranch tract, from which a found 1/2-inch orange capped iron rod stamped "Landpoint 10194220" bears North 00 degrees, 01 minutes, 39 seconds East, a distance of 648.37 feet; THENCE South 00 degrees, 01 minutes, 39 seconds West, along the said east line of the Draudt tract, and the said west line of the first referenced Alpha Ranch tract, a distance of 30.00 feet, to the POINT OF BEGINNING, containing 50,979 square feet or 1.170 acres of land, more or less. Notes: 1. Bearings are based on the Texas Coordinate System of 1983 (NAD83) (NA2011), North Central Zone (4202). All distances shown are surface values and can be converted to grid by dividing by a combined surface adjustment factor of 1.00015063. 2. A parcel plat of same date accompanies this legal description. 3. This survey was performed without the benefit of a title report. There may be easements and/or covenants affecting this property not shown hereon. * SURVEYOR CERTIFICATE * TO ALL PARTIES INTERESTED IN TITLE TO THE PREMISES SURVEYED, I DO HEREBY STATE THAT THE ABOVE LEGAL DESCRIPTION WAS PREPARED FROM PUBLIC RECORDS AND FROM AN ACTUAL AND ACCURATE SURVEY UPON THE GROUND AND THAT SAME IS TRUE AND CORRECT. Company Name: Yellow Rose Mapping LLC L/f'��'� �/� � 09-02-25 Chad A. Gulick Registered Professional Land Surveyor Texas No. 6021 Date of Survey: September 2, 2025 Texas Firm No. 10194700 7��:.�G�Or r� ..ti. ���:�'. � CF�Wd A. GULlCK � ..Y ...... .. .......,.... .•c� so21 ,,. C,9��,�`��Q� � _ 5L1Rv _ � Exhibit "A" Page 2 of 5 Yellow Rose Mapping LLC 4500 Mercantile Plaza, Ste. 101 Fort Worth, Texas 76137 817-703-6578 � I � � �►��� �'� r �% I 100' Scale: 1" = 100' „ �:�:ii=�tiiv;►� 30' WATER LINE EASEMENT L. STEPHEN50N SURVEY ABSTRACT N�. 968 WISE C�UNTY, TEXAS T�TAL EASEMENT: 1.176 ACRES (5D,979� SQUARE FEET} � SUBJECT TRACT & LOCATION OF EASEMENT � PARCEL (NOT TO SCALE) � � 1i2" ORANGE CAPPE� IRON RDD 'LAN�POiNT 1�1B422a" AEJN L1N�SEY R�MILLARg �RALJQT O�1 iNST_ No. zooa-�s�ao y ❑.P.�.w.c.r. �t� L=536.98', R=763.60' \ EASEMENT `LOCATI ON �_ SITE � ��� � Qyo� �oa 1 ��n�J��o. �Q Q-,� �,o • — ,�=40°,9��3�� y'� �J G� `�, yJ A� ' S�g°�J$�48����525.96� �� � ,^., v Q.r (;TMGT ALPHA FiANCH III, LLC I� � �� INST NO- 2612-95d5 ' 6�i �O 6 Q.P.R.W.C.T. � � 30' WATER LINE EASEMENT pv � Pv 1.170 ACRES� � I �� (50,979± S�UARE FEE7y � � SDa�a��3s��W 3a.60� Q � I PflINT DF BEGINNING a N:7,d53,281.94 W ''": 589°OS'30"E 33�.04' �...:;::;;;.;;. .,, ,i: ';;::::;:;:: - ::. ::.::.. ... ... .. E:2, 3�D, 559.11 Z :- i�::�:;�:?:;�:;�:;���::;�:�::;�:�:;;�:�::;�:?;;;�:�;;�:;;�:::;;�:�::�:c;;;�:;�::�:�::;�:�::;�:�::;�:�;:;�:•�::�::�::��::�;:�:: � GRI❑ CO�R�II�ATES — , ........ J ................................................................................ ... . % N00��01'3y"E 7p.U0' � � N89°08'3fl"W 33i.A8'.J � ........................................... . .... • v2" IRON Ra0 � — �' '•.� [CpNTROLLING M1AQNLIMENT) � L=558.D9', R=793.OD' � — 7=40` 19'23" � �ss'Ss'4s"W--546.64' �' ; PaIAtT �F COMMENCING i � � ANN LINaSEY REiNILLARD �RAlJd7 � INST. ND. 20Q8-18730 Q` Q �. P. R. W. C.T. NOTES: 1. BEARINGS ARE BASED ON THE TEXAS COORDINATE SYSTEM OF 1983 (NAD83) (NA2011), NORTH CENTRALZONE (4202). 2. ALL DISTANCES SHOWN ARE SURFACE VAWES AND CAN BE CONVERTED TO GRID BY DIVIDING BY A COMBINED SURFACE ADJUSTMENT FACTOR OF 1.00015063. 3. A LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PARCEL PLAT. 4. THIS SURVEY WAS PERFORMED WITHOUT THE BENEFIT OF A TITLE REPORT. THERE MAY BE EASEMENTS AND/OR COVENANTS AFFECTING THIS PROPERTY NOT SHOWN HEREON. YELLOW ROSE MAPPING LLC 4500 MERCANTILE PLAZA, STE. 101 � FORT WORTH, TEXAS, 76137 (817)703-6578 � TEXAS FIRM NO. 10194700 DRAWN BY: KGB DATE: September 2, 2025 PROJECT #: WEST2507 �� y ,�� ri��� � ��� G• y�,��c y� IP� LEGEND � FOUND MONUMENT (AS NOTED) SUBJECT CORNER (NOTHING SET � UNLESS OTHERWISE NOTED) SUBJECT PROPERTY LINE — — — — ADJACENT PROPERTY LINE PROPOSED EASEMENT LINE — — EXISTING EASEMENT LINE O.P R W.C.T. OFFICIAL PUBLIC RECORDS OF WISE COUNTY, TEXAS P.R.W.C.T D. R. W. C.T REVISION: 00 I IRF � ROW � INST. NO. I PAGE 3 OF 5 I I vo�. i � PG. CAD FILE: WEST2507 30WATER ESMT REMILLARD DRAUDT.DWG PLAT RECORDS OF WISE COUNTY, TEXAS DEED RECORDS OF WISE COUNTY, TEXAS IRON ROD FOUND RIGHT-OF-WAY INSTRUMENT NUMBER VOLUME PAGE Fr1FIRY JAI+iE BENNETT V[]L. 911, PG. 43fi ❑ R.W C.T � P'tE ��T Tf � . ��. �G���� . � CHAQ �A. GUiJCK � .. .r ...... ..........y. .. saz� �C,9�.����?'��� 511R`� � / ���'� � � 09-02-25 CHAD A. GULICK, REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6021 � I � � �►��� �'� r �% I � l!7 w [� a w Z J _ U � Q � 100' Scale: 1" = 100' L=345.16', R=837.flp' r1=23"37'39" 566`37'56"E-342.72' L=455.11', R=807.R0' - :'�=32°22'59" tis5°ao�ss��w-a�a as� „ �:�:ii=�tiiv;►� 30' WATER LINE EASEMENT L. STEPHEN50N SURVEY ABSTRACT N�. 968 WISE C�UNTY, TEXAS T�TAL EASEMENT: 1.176 ACRES (5D,979� SQUARE FEET} ANN LINDSEY REMILLARQ DRAU�T INST. NO. 2068-1973p �.f'.Ft. W.C.T. S9�p �9��� F ::;;�•: .., y� E ��8� ''; `s6'• p,g. ,,'•::::::::::. o�� : �,2s :;;; ,;;� �s�• � SUBJECT TRACT & LOCATION OF EASEMENT � PARCEL (NOT TO SCALE) EASEMENT `LOCATI ON � � sirE � \ � ��.t g�� g�����G �O. J v �¢Q' p�5 3�' WATER LfNE EASEMENT 1.170 ACRES �50,9?9t SGlUAR� FEET} � �� L=535.98', R=783.60' 7=40'19'23" 5 6$ °5 $'48"E--52 5 .8fi' L=558A9', R=793.00' :7=40° 19'23" N58"58'48"W-54fi.64' NOTES: 1. BEARINGS ARE BASED ON THE TEXAS COORDINATE SYSTEM OF 1983 (NAD83) (NA2011), NORTH CENTRALZONE (4202). 2. ALL DISTANCES SHOWN ARE SURFACE VAWES AND CAN BE CONVERTED TO GRID BY DIVIDING BY A COMBINED SURFACE ADJUSTMENT FACTOR OF 1.00015063. 3. A LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PARCEL PLAT. 4. THIS SURVEY WAS PERFORMED WITHOUT THE BENEFIT OF A TITLE REPORT. THERE MAY BE EASEMENTS AND/OR COVENANTS AFFECTING THIS PROPERTY NOT SHOWN HEREON. YELLOW ROSE MAPPING LLC 4500 MERCANTILE PLAZA, STE. 101 � FORT WORTH, TEXAS, 76137 (817)703-6578 � TEXAS FIRM NO. 10194700 DRAWN BY: KGB I REVISION: 00 DATE: September 2, 2025 PROJECT #: WEST2507 I PAGE 4 OF 5 CAD FILE: WEST2507 30WATER ESMT REMILLARD DRAUDT.DWG LEGEND � FOUND MONUMENT (AS NOTED) SUBJECT CORNER (NOTHING SET � UNLESS OTHERWISE NOTED) SUBJECT PROPERTY LINE - - - - ADJACENT PROPERTY LINE PROPOSED EASEMENT LINE - - EXISTING EASEMENT LINE O.P R W.C.T. OFFICIAL PUBLIC RECORDS OF WISE COUNTY, TEXAS PLAT RECORDS OF P.R.W.C.T. �qrISE COUNTY, TEXAS DEED RECORDS OF D.R.W.C.T. WISE COUNTY, TEXAS � IRF IRON ROD FOUND � ROW RIGHT-OF-WAY � INST. NO. INSTRUMENT NUMBER � VOL. VOLUME � PG PAGE �P� G`�r �� .�.� ����. c�o �A. GUI.ICK � ....f..... ....�.... $0`�� C,9�.�� `�??�Q� � � Sl1R� � / � 1 1 �D 1� 1 1= r �Z �m � �� Im � W � ����•� � � 09-02-25 CHAD A. GULICK, REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6021 � I � � �►��� `'� r �% I 100' Scale: 1" = 100' „ �:�:ii=�tiiv;►� 30' WATER LINE EASEMENT L. STEPHEN50N SURVEY ABSTRACT N�. 968 WISE C�UNTY, TEXAS T�TAL EASEMENT: 1.176 ACRES (5D,979� SQUARE FEET} � SUBJECT TRACT & LOCATION OF EASEMENT � PARCEL (NOT TO SCALE) EASEMENT �LOCATION � SITE � \ �'-�-L �°�ry �rQ J�veiQ ��Q yJp� �Q` �y P CTMGT ALPHA RANCH 111, LLC INST. NO. 202200055 ❑.P.R.W.C.?. � � 6" FENCE COFtNER P65T f CONTROLLING '�1bNl1MENTp � � 5£S9`45'fl9"W 1269.95_ � ` �1$g�46�fl���E 129.D1 � V .,,r�;.L` .:::.............. � ��5� ��� g��� �JG �O• �J V �Q� P�� L=456.11�, R=sa�.aa �=32°22'S9" N65�a6'36"W-450.fl6' ANN LINaSEY REMILLARD �RAIJ�T INST. NO. 2flQ8-1973fl NOTES: �-P-R.W.C.T. 1. BEARINGS ARE BASED ON THE TEXAS COORDINATE SYSTEM OF 1983 (NAD83) (NA2011), NORTH CENTRALZONE (4202). 2. ALL DISTANCES SHOWN ARE SURFACE VAWES AND CAN BE CONVERTED TO GRID BY DIVIDING BY A COMBINED SURFACE ADJUSTMENT FACTOR OF 1.00015063. 3. A LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PARCEL PLAT. 4. THIS SURVEY WAS PERFORMED WITHOUT THE BENEFIT OF A TITLE REPORT. THERE MAY BE EASEMENTS AND/OR COVENANTS AFFECTING THIS PROPERTY NOT SHOWN HEREON. YELLOW ROSE MAPPING LLC 4500 MERCANTILE PLAZA, STE. 101 � FORT WORTH, TEXAS, 76137 (817)703-6578 � TEXAS FIRM NO. 10194700 DRAWN BY: KGB DATE: September 2 2025 PROJECT #: WEST2507 REVISION: 00 PAGE 5 OF 5 CAD FILE: WEST2507 30WATER ESMT REMILLARD DRAUDT.DWG 3�' WATER LINE EASEMENT 1.170 ACRES �5�,979± SQLIARE FE�T} LEGEND � FOUND MONUMENT (AS NOTED) SUBJECT CORNER (NOTHING SET � UNLESS OTHERWISE NOTED) SUBJECT PROPERTY LINE — - - — ADJACENT PROPERTY LINE PROPOSED EASEMENT LINE — — EXISTING EASEMENT LINE O.P R W.C.T. OFFICIAL PUBLIC RECORDS OF WISE COUNTY, TEXAS PLAT RECORDS OF P.R.W.C.T. �qrISE COUNTY, TEXAS DEED RECORDS OF D.R.W.C.T. WISE COUNTY, TEXAS IRF IRON ROD FOUND ROW RIGHT-OF-WAY INST. NO. INSTRUMENT NUMBER VOL. VOLUME PG PAGE / 1 L=345.16'. R=837.fl � ❑=23'37'39" 5Ba�37'56"E-342.T2'' D In Ir m �� ;D � �m � � � � �P'�E ��T TF � . �I;. ������ . � CHAa �A GiJL.ICK � .. .�.• ... ..... .....ti. •. ��8�21 r'9�O . SS ���P. {�� 5L1RV�'� Cf! 7�'� �'r � 09-02-25 CHAD A. GULICK, REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6021 EXHIBIT "A" PARCEL 4 30-FOOT WATER LINE EASEMENT CTMGT Alpha Ranch III, LLC E. Thompson Survey, Abstract No. 804 Wise County, Texas DESCRIPTION of a 1.002 acre (43,660 square foot) parcel of land situated in the E. Thompson Survey, Abstract No. 804, Wise County, Texas, said tract being part of that tract of land conveyed to CTMGT Alpha Ranch III, LLC (Alpha Ranch) described in a Special Warranty Deed recorded in Instrument Number 2012-9545 of the Official Public Records of Wise County, Texas, said 1.002 acre parcel being more fully described as follows: COMMENCING at 1/2-inch iron rod found for the southwest corner of said Alpha Ranch tract and the most northerly northwest corner of that tract of land conveyed to Mary Jane Bennett described in a Warranty Deed recorded in Volume 911, Page 436 of the Deed Records of Wise County, Texas, said point also being in the east line of that tract of land conveyed to Ann Lindsey Remillard Draudt described in a Special Warranty Deed recorded in Instrument Number 2008-19730, of said Official Public Records; THENCE North 00 degrees, 01 minutes, 39 seconds East, along the west line of said Alpha Ranch tract and the east line of said Draudt tract, a distance of 10.00 feet to the POINT OF BEGINNING; THENCE North 00 degrees, 01 minutes, 39 seconds East, continuing along the west line of said Alpha Ranch tract and the east line of said Draudt tract, a distance of 30.00 feet to a point for corner, from which a found 1/2-inch iron with orange cap stamped "LANDPOINT 10194220" bears North 00 degrees, 01 minutes, 39 seconds East, a distance of 648.37 feet; THENCE South 89 degrees, 08 minutes, 30 seconds East, departing the west line of said Alpha Ranch tract and the east line of said Draudt tract, a distance of 141.55 feet to a point for corner; THENCE North 00 degrees, 51 minutes, 52 seconds East, a distance of 10.00 feet to a point for corner; THENCE South 89 degrees, 08 minutes, 08 seconds East, a distance of 20.00 feet to a point for corner; THENCE South 00 degrees, 51 minutes, 52 seconds West, a distance of 10.00 feet to a point for corner; THENCE South 89 degrees, 08 minutes, 30 seconds East, a distance of 1,287.33 feet to a point for corner; THENCE South 00 degrees, 51 minutes, 30 seconds West, a distance of 30.00 feet to a point for corner, from which a 1/2-inch iron rod found for the northeast corner of said Bennett tract bears South 00 degrees, 51 minutes, 30 seconds West, a distance of 10.00 feet and South 89 degrees, 08 minutes, 30 seconds East, a distance of 200.75 feet; THENCE North 89 degrees, 08 minutes, 30 seconds West, a distance of 1,448.44 feet to the POINT OF BEGINNING, CONTAINING: 43,660 square feet or 1.002 acres of land, more or less. Exhibit "A" Page 1 of 4 Yellow Rose Mapping LLC 4500 Mercantile Plaza, Ste. 101 Fort Worth, Texas 76137 817-703-6578 Notes: 1. Bearings are based on the Texas Coordinate System of 1983 (NAD83) (NA2011), North Central Zone (4202). All distances shown are surface values and can be converted to grid by dividing by a combined surface adjustment factor of 1.00015063. 2. A parcel plat of same date accompanies this legal description. 3. This survey was performed without the benefit of a title report. There may be easements and/or covenants affecting this property not shown hereon. * SURVEYOR CERTIFICATE * TO ALL PARTIES INTERESTED IN TITLE TO THE PREMISES SURVEYED, I DO HEREBY STATE THAT THE ABOVE LEGAL DESCRIPTION WAS PREPARED FROM PUBLIC RECORDS AND FROM AN ACTUAL AND ACCURATE SURVEY UPON THE GROUND AND THAT SAME IS TRUE AND CORRECT. Company Name: Yellow Rose Mapping LLC C�f'��'� �/� � 09-02-25 Chad A. Gulick Registered Professional Land Surveyor Texas No. 6021 Date of Survey: September 2, 2025 Texas Firm No. 10194700 ��.� � O� r� . �� � �� .�N . � CHAo �A. GUuCK � .... f..... .... ti. .. [.,, sos� .,: �yti'��-..``.e„�5��:'•�o� _ Sl1R��� Exhibit "A" Page 2 of 4 Yellow Rose Mapping LLC 4500 Mercantile Plaza, Ste. 101 Fort Worth, Texas 76137 817-703-6578 , � � � �►��� �'� r �% I .. , �:�:ii=�tiiv;►� PARCEL 4 Scale: 1" = 60' 30' WA7ER LINE �ASEMENI" E. THdMPS�N SIJRVEY A65TRACT N0. 8�4 WISE COIJNTY, TEXAS T�TAL EASEMENT: 1.602 �F AN ACRE [43,fi6d± SQLiARE FEET} 1�2' URANGE CAPPE� IRbN R�� "LANQP�IN � 1D19�122D" (CDNTR�LLIMG MDNIJMENTj � �v`'g-t ��� 5����JG �Q• � yJ ��� Qyo'� $�a ��o�J��o. J � y�G y� P� �I P� � � CTMGT ALPHA RANCH III. LLC ' qNM LINpSEY fiEMILLAR� QRAU�T w INST. N�. 2Q12-9545 rNST.MD.2008-i9730 � Q.P.R.W.C.T. � O.P.R.N'.C.T. `" 4 2 s89� aa� as��E za.oa� 1 1 Nfl0' fl1' 39"E 30.0�' NOfl° 51' 52"� 10.06' ' I S��` 51' S2"W 1pA0' ' P�INT �F B�GINNINGi sss° oa� 3a��� �a�.5s� sss° os� 3a��� �zs7.3s� �� N:7,D53,281.94 E:2,3�4,559.11 � GRID CD�RDINATES � � ,.... � N89_08' 3fl��' ....................... .......... ......... .... � APPFt�x. LpCATl6N OF SIJRVEY LItJE _ ` — N00"01'39'E �o.na• W 1448.44� 112" IRON RO� (CONTfiDLLING MDMl1MEMT] '� ` ' i ; POINT DF C�MMENCING ;�' a�� ��O 3�' WATER LINE EASEMENT � 1.fl0� �F AN ACRE I vk�J���' {43,fifi�± SQUARE FEET� � �c J�'G 1 ANN LINOSEY R�MILLARO 6RAll�T G� C�� INS7.N�.2008-7973U � Q P R.YY.0 T, y� MAFtY JANE BENN�TT 6 VDL. 911, PG. 43fi NOTES: P� a.R.w.c.r. 1. BEARINGS ARE BASED ON THE TEXAS COORDINATE SYSTEM OF 1983 (NAD83) (NA2011), NORTH CENTRAL ZONE (4202) AND SCALED TO SURFACE BY A COMBINED ADJUSTMENT FACTOR OF 1.000150630. 2. A LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PARCEL PLAT. 3. THIS SURVEY WAS PERFORMED WITHOUT THE BENEFIT OF A TITLE REPORT. THERE MAY BE EASEMENTS AND/OR COVENANTS AFFECTING THIS PROPERTY NOT SHOWN HEREON. YELLOW ROSE MAPPING LLC 4500 MERCANTILE PLAZA, STE. 101 � FORT WORTH, TEXAS, 76137 (817)703-6578 � TEXAS FIRM NO. 10194700 DRAWN BY: KGB DATE: September 2, 2025 PROJECT #: WEST2507 LEGEND � FOUND MONUMENT (AS NOTED) SUBJECT CORNER (NOTHING SET � UNLESS OTHERWISE NOTED) SUBJECT PROPERTY LINE — - - — ADJACENT PROPERTY LINE PROPOSED EASEMENT LINE — — EXISTING EASEMENT LINE O.P R W.C.T. OFFICIAL PUBLIC RECORDS OF WISE COUNTY, TEXAS P.R.W.C.T PLAT RECORDS OF WISE COUNTY, TEXAS DEED RECORDS OF WISE COUNTY, TEXAS IRON ROD FOUND RIGHT-OF-WAY INSTRUMENT NUMBER VOLUME PAGE D. R. W. C.T REVISION: 00 I IRF � ROW � INST. NO. I PAGE 3 OF 4 I I vo�. i � PG. CAD FILE: WEST2507_30WATER_ESMT_ALPHA_RANCH(2) 1 Q,'CG�7 r(�'� . yAt . � ���� . CHAd �A. GUlJCK � ...y..... ....y... S�Zi V: C,9�E55 ����� � � SUR� � � D � 2 r Z m � UJ m � ���'{ �'� .�"'� 09-02-25 CHAD A. GULICK, REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6021 , � � � �►��� �'� r �% I .. , �:�:ii=�tiiv;►� PARCEL 4 Scale: 1" = 60' 30' WA7ER LINE �ASEMENI" E. THdMPS�N SIJRVEY A65TRACT N0. 8�4 WISE COIJNTY, TEXAS T�TAL EASEMENT: 1.602 �F AN ACRE [43,fi6d± SQLiARE FEET} �g4� �ab ��o����p. J �i• g¢Q,G g� ■ O,Q+ � C7MG7 ALPHA RANCH III, LLC INST. Al�. 2012-9545 O.P.R.W.C.T. � 30' WATER LINE EASEMENT 1 1.a02 �F AN ACRE �'`� � �43,6fi0± S[�UARE FEET) W' Q' S89' p8' 30"E 128T.33' �'� ............. ........... . ..� ,. ., _,.. ,, ,._.,,�_,,,•_,� ,•_,,,•.,,, ,,•• ,,_., w 5aQ° 59' 30"W 3a.00' ZI J' . . . . . . . . . . . . . . . . . . . . .'.',',', �', ,', �', ,'.".',','.'.', . :'.',', � .',','.'. . . . . . . . . . . . . . . — 509�'51'30"'N t0.Q0' N89� 08' 30"W 4448.44' U 1 � � _ ` — �- � ' QC G ' 1 1 � NOTES: y��� �,�o � ��� JG a�. ��. y� P� 1. BEARINGS ARE BASED ON THE TEXAS COORDINATE SYSTEM OF 1983 (NAD83) (NA2011), NORTH CENTRAL ZONE (4202) AND SCALED TO SURFACE BY A COMBINED ADJUSTMENT FACTOR OF 1.000150630. 2. A LEGAL DESCRIPTION OF SAME DATE ACCOMPANIES THIS PARCEL PLAT. 3. THIS SURVEY WAS PERFORMED WITHOUT THE BENEFIT OF A TITLE REPORT. THERE MAY BE EASEMENTS AND/OR COVENANTS AFFECTING THIS PROPERTY NOT SHOWN HEREON. YELLOW ROSE MAPPING LLC 4500 MERCANTILE PLAZA, STE. 101 � FORT WORTH, TEXAS, 76137 (817)703-6578 � TEXAS FIRM NO. 10194700 DRAWN BY: KGB DATE: September 2, 2025 PROJECT #: WEST2507 REVISION: 00 PAGE 4 OF 4 CAD FILE: WEST2507_30WATER_ESMT_ALPHA_RANCH(2) h9ARY SAME 6ENNETT �d4 9i i. PG 436 ❑.R.lh' C T LEGEND � FOUND MONUMENT (AS NOTED) SUBJECT CORNER (NOTHING SET � UNLESS OTHERWISE NOTED) SUBJECT PROPERTY LINE — — — — ADJACENT PROPERTY LINE PROPOSED EASEMENT LINE — — EXISTING EASEMENT LINE O.P R W.C.T. OFFICIAL PUBLIC RECORDS OF WISE COUNTY, TEXAS PLAT RECORDS OF P.R.W.C.T. �qrISE COUNTY, TEXAS DEED RECORDS OF D.R.W.C.T. WISE COUNTY, TEXAS IRF IRON ROD FOUND ROW RIGHT-OF-WAY INST. NO. INSTRUMENT NUMBER VOL. VOLUME PG PAGE i�2" iRflnf ftpR ��.�c G °T r� .�:���.'�'. CHAD �A. GULICK � ....f..... ....�.... SQ21 ��,.y,�,SS��P�v� � � suRy � �'�s�'f �'{ .��'v 09-02-25 CHAD A. GULICK, REGISTERED PROFESSIONAL LAND SURVEYOR NO. 6021 589'(]8'36"E 2pp.75' GC-6.06 D— Small Business Utilization Form THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NORTHSIDE N ELEVATED STORAGE TANK Revised September 1, 2025 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 Page �� ; the FailurG �- o h upo� eXe�ution o' "� ing�O'��.� h � �- tions� e B�ddert bid bgoa` must be in t e Ci S bona fid e specifica d prim �t in the d to be S Coun�il- SOuth`f'� 1he undersigne City of Fort`J`� d will resu e� been determ�nen,5 Busi 1 nes pT • ed the �ifi'�cation an ting the prol that ha�e W or� t�on tTX� �ondition of disQua rr�ee N p p Ptment of Transp�rta y �onsideration d toward . the rr'arketp�a�e' Pgen�`� � l'�ste t d ta �dent�f fiirrrs 1 n ��, .es �ocated �n Certificat�on re require gmallBuS�neST rr ahgusiness F1 tra��lexas Reg�nc l I�FW M�SGI a�dTexas 1d �{{ s a . veloPm siness g°a�' prime B dersl eror r eans thoSe Sm • rlorth Cen ent C�u Certrfied�' ingpgen°�es• ��er�e SmallBu fo«oWingCe��o�h NI'inority Supp tedto m�etthe �d g��g12025 pa�laslFo�W n TANK R��1S firms `t'���1 be pO� EV ATED ��oR XTENSI�N all Busines� tus • Np � gRIDRANSN�5SION MA� CYN 1p62�2 regard�eSs of sta t on`Y �ertified S 3o w no tha Supp P`1.1. s b� ntractorsl l'�ers, � FORT WORTH,�., Small Business Utilization Form Page 2 of 5 Certified Small Business Prime/Bidder/Offeror Contractors, counting their self-performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Small Business Prime/Bidder/Offeror, counting self-performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form. Check this box if certified Prime Contractor services will be counted towards the Small Business contracting goal� ❑ Please list certified Small Business firm names as listed on their certification including DBA names0 NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: TYPE OF SERVICES/SUPPLIES PROVIDED (NAICS Required) Type of Services/Supplies: Specify Tier Certification Agency Phone: Email: Contact Person: NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: NAICS Code: $ AMOUNT: TYPE OF SERVICES/SUPPLIES PROVIDED (NAICS Required) Type of Services/Supplies: Phone: Email: Contact Person: NAICS Code: $ AMOUNT: Please include multiple copies of this page if needed to list all contractors and suppliers� Specify Tier Certified by: � NCTRCA � WBCS � DFW MDSC � TXDOT Certification Agency Certified by: � NCTRCA � WBCS � DFW MDSC � TXDOT NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION Revised 9/18/2025 CPN 106202 FORT WORTH,�.> NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: Contact Person: NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: Contact Person: NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS Business Name: Address: Phone: Email: Contact Person: Small Business Utilization Form TYPE OF SERVICES/SUPPLIES PROVIDED Specify (NAICS Required) Tier Type of Services/Supplies: NAICS Code: $ AMOUNT: TYPE OF SERVICES/SUPPLIES PROVIDED (NAICS Required) Type of Services/Supplies: NAICS Code: $ AMOUNT: TYPE OF SERVICES/SUPPLIES PROVIDED (NAICS Required) Type of Services/Supplies: NAICS Code: $ AMOUNT: Specify Tier Specify Tier Page 3 of 5 Certification Agency Certified by: � NCTRCA � WBCS � DFW MDSC � TXDOT Certification Agency Certified by: � NCTRCA � WBCS � DFW MDSC � TXDOT Certification Agency Certified by: � NCTRCA � WBCS � DFW MDSC � TXDOT NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION ReVISeCI 9�� $�ZOZrJ CPN 106202 FORT WORTH�.� Small Business UtiLization Form Page 4 of 5 Total Dollar Amount of Certified Prime Bidder/Offeror Services towards contract goal Total DollarAmount of Small Business Subcontractors/Suppliers Total Dollar Amount of Non-Small Business SubcontractorslSuppliers TOTAL DOLLAR AMOUNT OF PRIMElALL SUBCONTRACTORSlSUPPLIERS � $ $ $ The Prime Bidder/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the City of Fort Worth. Any unjustified change or deletion shall be a material breach of contractand may result in debarment. By affixing a signature to this form, the Prime BidderfOfferor further agrees to provide, directly to the City upon request, complete and accurate information regarding actualwork performed by all subcontractors. The Prime Bidder/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Prime Bidder/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 Small Business firms on this contract, by an authorized officer or employee of the City. A Prime Bidder/Offerer who intentionally and/or knowingly misrepresents material facts shall be debarred for a period of time of not less than one year. Authorized Signature Title Company Name Address City/StatelZip Code Printed Signature Contact Name and Title (if different) Phone Number Email Address Date NORTHSIDE N ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION Revised 9/18/2025 CPN 106202 F�RT��R�x „ � •� F S Page 5 �f 5 �a.G� �AN N 'fi3S1D N SNl1S IQ� �A � �CPN � ��2 E TIOR��R'CRATI 3�„ � A R�����d g��812��5 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 1, 2025 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or Sweeper Operator Concrete Finisher, Paving and Structures Concrete Pavement Finishing Machine Operator Concrete Saw Operator Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice Boom 80 Tons or Less Crane Operator, Lattice Boom Over 80 Tons Crawler Tractor Operator Electrician Excavator Operator, 50,000 pounds or less Excavator Operator, Over 50,000 pounds Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator, 3 CY or Less Front End Loader Operator, Over 3 CY Laborer, Common Laborer, Utility Loader/Backhoe Operator Mechanic Milling Machine Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Marking Machine Operator Pipelayer Reclaimer/Pulverizer Operator Reinforcing Steel Worker Roller Operator, Asphalt Roller Operator, Other Scraper Operator Servicer Small Slipform Machine Operator Spreader Box Operator Truck Driver Lowboy-Float Truck Driver Transit-Mix Truck Driver, Single Axle Truck Driver, Single or Tandem Axle Dump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Work Zone Barricade Servicer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.69 11.74 14.12 16.05 14.48 18.12 17.27 20.52 14.07 19.80 17.19 16.99 10.06 13.84 13.16 17.99 21.07 13.69 14.72 10.72 12.32 15.18 17.68 14.32 17.19 16.02 12.25 13.63 13.24 11.01 16.18 13.08 11.51 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.62 12.86 14.84 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 ' ' � NORTHSIDE IV ELEVATED STORAGE TANK Page 1 of 1 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 1, 2025 FORT WORTH�� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST IApprovall Spec No. IClasssification I Manufacturer I Model No. � � Water & Sewer - Manholes & Bases/Comuonents 3339-10 Bev 2/3/161 I 07/23/97 33 OS 13 Urcthanc Hydrophilic Watcrstop A+ahi KoRyo KK Adcka Ultra-Scal P-201 I 04/26/00 33 OS 13 OfTsct loint for 4' Diam. MH Hanson Concrcic Products DrawinR No. 35-004R-001 I 04/26/00 330513 ProfilcGaskctfr4'Dia�n.MH. Press-ScalGaskctCom� 2��-4GGaskct I I/26/99 330513 HDPEManholcAdiushncntRinRs Ladtcch,Inc HDPEAdiushncntRinR I 5/13/OS 330513 ManholcExtcrnalWan Canusa-CPS Wan��ScalManholcEncapwlationSysicm � � Water & Sewer - Manholes & Bases/Fiber2lass 3339-13 (1/8/131 I I/26/99 33 39 13 Fibcrgla» Manholc Fluid Containmcnt, Inc. I OR/30/06 33 39 13 FbcrRlas� Manholc LF. ManufacturinR � � Water & Sewer - Manholes & Bases/Frames & Covers/Rectanaular 33-OS-13 (Rev 2/3/161 I* 33 OS 13 IManholc Framcs and Covcry I Wcstcm Iron Workv, Bavv & Hays Foundry � � � Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Roundl 33-OS-13 Bev 2/3/161 Flowtitc f�➢L I* 33 OS 13 Manholc Framcs and Covcn Wcsicrz� Iron Works, Bass & Hays Foundry 30024 I* 33 OS 13 Manholc Framcs and Covcn McKinlcy Iron Works Inc. A 24 AM I OR/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry R-1272 I OR/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry NF 1274 I33 OS 13 Manholc Framcs and Covcn SiRma Comoration MH-144N I33 OS 13 Manholc Framcs and Covcn SiR�na Comoration MH-143N I33 OS 13 Manholc Framcs and Covcn Pont-A-Mouvvon GTSSTD I33 OS 13 Manholc Framcs and Covcn Nccnah CastinK I10/31/06 33 OS 13 Manholc Framcs end Covcn (Hin„cd) Powcrscal Hinqcd Ductilc Irun Manholc I 7/25/03 33 OS 13 Manholc Framcs and Covcn Saint-Gobain Pipclinc� (Pammx/rcxus) RE32-RSFS I 01/31/06 33 OS 13 30" Dia. MH RinK and Covcr East Jordan Iron Works V I432-2 and V I483 Dc�iRns I 11/02/10 33 OS 13 30" Dia. MH Rin� and Covcr SiRma Comoation MHI651 FWN & MHI6502 I 07/19/I I 33 OS 13 30" Dia. MH Rin� and Covcr Star Pinc Product� MH32FTWSS-0C I OS/10/I I 33 OS 13 30" Dia. MH Rin� and Covcr Accucast 220700 Hcavy Duty with Gaskct RinR I30" ERGO XL Asscmbly 10/14/13 33 OS 13 30" Dia. MH RinK and Covcr (HinKcd & Lockablc) [a�l lordan Iron Work� with Ca�n Lock/MPIC/T-Ga�kct � 06/01/17 34 OS 13 30" Dia. MH Rin� and Covcr (Lockablcl CI SIP Indusiric� 22R0 (32"1 C'AR()VE-30-FT\4', Composite, wi Lack 09/16/19 33 OS 13 30" Dia. MH RinRand Cover ComVosi�e Access Produc�s, I..P. w/o Hin¢ 10/07/21 34 OS 13 30" Dia. MH Rine and Cover Trumbull Manufacnnn¢ 32"(30") Fizme and Cover Water & Sewer - Manholes & Bases/Frames & Covers/Water Ti�ht & Pressure Tieht 33-OS-13 Bev 2/3/16) * 33 05 13 Manhole Frames and Covers PonaA-Mousson Pamn¢h[ * 33 05 13 Manhole Fimmes and Covers Neenah Casnn¢ * 33 05 13 Manhole Fimmes and Covers Wes�ern Iron Works,Bass & Hays Foundiy 300-24P * 33 OS 13 Manhole Fimmes and Covers McKinley liron Works Inc. W PA24AM 03/OS/00 33 05 13 Manhole Fiames and Covers Ace�casr RG2100 04/20/01 33 05 13 Manhole Fiames and Covers (SIP)Seramoore Indusnies Prrvate Ltd. 300-24-23]5 Rine and Cover Water & Sewer - Manholes & Bases/Precast Concrete (jtev 1/8/13) * 33 39 10 Manhole, Precast Conaete Hydro Condmr Coiv SPL Itein #49 * 33 39 10 Manhole, Precast Conaete Wall Conaete Pioe Co. Ine. 12/05/23 OS/US/IS � 10/27/U6 � 06/09/10 � 09/06/19 � 10/07/21 � 10/07/21 � 10/07/21 I03/07/23 I 03/07/23 I 04/28/07 � Updated: 12/29/2023 National Spec I Size ASTM D2240/D472/D792 ASTM C-043/C-361 SS MH TaHic and Non-traHic arra ASTM 3753 Non-h-aHic arra Non-h-aflic arra 24"x40" WD 24" Dia. 24" Dia. ASTM A4R & AASHTO M306 24" Dia. ASTM A4R & AASHTO M306 30" Dia. 24" dia. 24" dia. ASTM A536 24" Dia. 30" Dia. AASHTO M306-04 30" Dia. 30" Dia 30" Dia 30" Die ASSI ITO M 105 & ASTM AS}6 30" Dia ASTM A 4R 30" Die. ASTM A 4R 30" Dia. 30" Dia. 30" Dia. 24" Dia. 24" Dia. 24" Dia. 24" Dia. ASTM A 48 24" Dia. ASTM A 48 24" Dia. ASTM C 478 48" ASTM C-443 48" ASTM C 478 ASTM C 478 ASTM C 478 ASTM G76 ASTM G76 ASTM C-77 72" 48", 60 48" Diam w2A" RinQ I 48" ro 72" � 60" & 72" � 4&" � 48" & fi0" � 48" & 60" Non Tratfic Areae � ASTM C-07R; ASTM C-923; ASTM C-043 � Water & Sewer - Manholes & Bascs/Rehab Svstems/Ccmcntitious � � * EI-14 ManholeRehabSystems Quadex � � 04/23/01 EI-14 Manhole Rehab Systems Standard Cemen� Matenals, Inc. Reliner MSP � � EI-14 Manhole Rehab Systems AP/M Pern�aforn� � � 4/20/01 EI-14 Manhole Rehab Sys[em StroneComoany Snron¢ Seal MS2A Rehab Sys�em � � 5/12/U3 EI-14 Manhole Rehab System (Liner) Tnolex Unin¢ Sye[em MH reoeirorod�ct ro stoU mfil�ration ASTM D5813 � I08/30/06 General Conerete Reoeir FlexKrete Technolo¢ies Vinyl Polyesrer ReU��r �rod�ct Misc Use I � � NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION * From Original Standard Products List CPN 1 �62�2 333910 �Manhole,PrecasrConcrere 33 39 10 Manhole, Preceat Concrete 33 39 10 Manhole, Precast Concrete 33 39 10 Manhole, Precaec (Remfoiced Polymer)Conerete 33 39 20 Manhole, Precasr Concrere 32 39 20 Manhole, Precasc Concrece 33 39 20 Manhole, Precaet (Reinforced Polvmer) Concrete 33 39 20 Manhole, Precaet (HVbrid) Polymer & PVC 33 39 20 Manhulq Prccast Cuncrctc 33 39 20 Manhulq Prccast (Rcinfurcnl Pulymcr) Cuncrctc Manholq Prccast (Rcinforccd Polymcr) Concrdc Sewer -(WACI Wastewater Access Chamber 33 39 40 The Turner Comnany Oldcastle Precast Inc. US Camoasite Pioe Forterra Pioe and Precast Fortena Pioe and Piecast Armorock Predl Sysrems AmcnTcx Pinc and Products, LLC' P3 Pulyincn, RuckHardscp Amit«hI;SA 72" I.D. Manhole w/ 32" Cone 48^, 60" I.D. Menhole w/ 32" Cane 48" I.D. Manhole w/ 24" Cone Reinforced �olymer Conerete 60" & 72" I.D. Manhole w/32" Cona 48" I.D. Manhole w/32" Cone 48" & 60" I.D. Manhole w/32" Cone 48" &60" I.D. Manholew/32" Cone 4R" & 60" I.D. Manholc w/32" Conc 4R" & 60" I.D. Manholc w/32" Conc Mcycr Polycrdc Pipc 7 FORT WORTH�� CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST IApproval Spec No. IClasssification I Manufacturer � Water & Sewer - Manholes & Bases/Rehab SvstemsINonCementitioos � 05/20/96 EI-14 Manhole Rehab Systems Sorayroq, I 72/14/01 Coatin�forCo�rosiooprotcction(Extc�or) HRTECH � al/3l/a6 Coar��st�CoRos�ooP�o��ro� Cha�crto� IR/2R/2006 CoatinKsf rCo�rosion Protation Warrcn Environmcntel I I33 OS I C, 33 39 10. 03/19/1R 333920 CoatinKforCo�rosooprotat�on(Extc�or) ShcnvioWilliems � � Water & Sewer - Manhole Inserts - Field Ouerations Use Onlv (Rev 2/3/161 I* 33 OS 13 Manholc Inscrt Knutson Entcmnscs I* 33 OS 13 Manholc Inscrt South Wcstcm Packa�inR I * 33 OS 13 Manholc Inscrt Noilow-Inflow I 09/23/96 33 OS 13 Manholc Inscrt Southwcvtcm Packing & Sral�, Inc. I 09/23/96 33 OS 13 Manholc Inscrt Southwcvtcm Packing & Scal+, Inc. � � Water & Sewer - Pioe Casine Suacers 33-OS-24 (07/Ol/131 � i voaioz s��i ea�a cas��� s�au� na�a�ua e��a��e� a�a sy�c�ms, i��. IO2/02/93 Stainlcs� Stccl Casing Spactt Advanccd Products and Systcros, Inc. I04/22/R7 Casing Spaccrs Cascadc Watcnvork� Manufacturing I 09/14/10 Stainlc» Stccl Casing Spaccr Pipdinc Sral and Insularor I 09/14/10 Coatal Stccl Ca�in Spaccrs Pipdinc Sral and Insularor I OS/10/I I Stainlc» Stccl Ca�ing Spaccr Powcncal 03/19/IS Casing Spaceis BWM 03/19/IS CasingSpacers BWM � 03/29/22 33 05 13 Casing Spacei� CCI Pipeline S}rstems Water & Sewer - Piues/Ductile Iron 33-ll-10(1/8/13) Model No. Sorav wall eolyureH�ane Coann¢ Scncs 20230 and 2100 (Asnhatic E�nulsion) Arc 791, S 1 HB, S l, S2 5-301 and M-301 RR&C Da�npprooting Noo-Fibcrcd Spay Gradc (Asphatic Emul�ion) Madc to Ordcr- Plastic Madc to Ordcr- Plastic Madc to Ordcr- Plastic LitcSavcr- Stainlcss Stccl TcthcrLok - Stainlcss Siccl ca�n�� sr��i s�au�, M�a�i si Stainlcss Stccl Spaccr, Modd SSI Casing Spaccrs Stainlcss Stccl Casing Spdcer Coatal Stccl Ca�in Spaccrs 4R10 Powcrchock SS-12 Casing Spacei{Stainless S�eel) F�12 Caving Spaccr (Coatcd Carbon Stccl) for Nonsrcvwrc Pipc and Groutcd Casing CSC 12, CSS 12 Updated: 12/29/2023 Size I I � Sm,ceures Only � Sc�y��nnni��ae�o�ti � Scwcr Ann�,�ti�n, I I For Extcnor Coating ofConcrctc � Sm,ceurc, Only � � For 24" dia. I For 24" dia. I For 24" die. I For 24" dia. I For24"dia l � � � � � Upto4R" I Up to 48" I Up to 4S" I National Spec ASTM D639/D790 Acid Rcsistancc Tcst ASTM D 1248 ASTM D 1248 ASTM D 1248 * 33 I I 10 Ducnle Iron lipe GriH'in Pipe I'rad�cts, Ca Super Bell-Tite Ductile Iron Pressure Pipe, AWWA CI50, CI51 OR24/1 R }3 I7 70 Ductilc Iron Pipc Amcricen Ductilc Iron Pipc Co. Amcncan Festitc Pipc (Bcll Spigut) AW WA CI50, C757 08/2A/18 33 I I 10 Ductile Iron Pipe Amencan Ducnle Iron Pipe Co. Amencan Flex Ring (Runained Joint) AW WA CI50, C151 * 331110 DucnlelronPipe U.S.PipeandFoundryCo. AWWACISO,CI51 * 331110 Duc�ilelronPipe McWancCastlronPipeCo. AWWACISO,CI51 Water & Sewer - Utilitv Line Marker (08/24/20181 � Sewer - Coatinas/Euosv 33-39-60 (Ol/08/131 o2i25/oz enoxy������Sys���n Sa���c�sc�,m� Sc�v��a�a2loaS �nC����yx2lo-1.a3 72naioi enoxy������Sys���n en�hTc�h���iC�ae�K� ert��hzoaod�aziooSc���� 04/14/OS Intcnor Ductilc Iron Pinc CoatinK In�uron Protccto 401 ASTM B-177 01/31/06 Coatin��forCo�ro�iooProta:tion Chcsicrton Arc791,SIHB,SI,S2 AcidRc�i�tanccTcsl R/2R/2006 Coatin��forCo�ro�ionProtation WarrcnEnvironmcntal 5-301andM-301 Sewer - Coatines/Polvurethane � Sewer - Combination Air Valves OS/25/IR 33-31-70 AirRdra�c Valvc AR.I. USA.Inc. Sewer - Pioes/Concrete * ewa c���. e�n�, a���r���� wan c���a� P�n� co. i��. * EI-04 Conc. Pipc, Rciniorcal Hydro Conduit Comoation * EI-04 Conc. Pipc, Rciniorcal Hanson Concrcic Products * El-04 Conc. Pipc, Rciniorcal Concrdc Pipc & Product� Co. Inc. Sewer - Piue Enlarement Svstem (Methodl33-31-23 (Ol/18/131 e�M Sysean e�M Como�atio� McConndl Sy+tcros McLat Consiruction TRS Sysicm� Trcnchlcss Rcnlaccmrnt Sy+tcm 3" H�iv 2A" 4" thru 30" 4" thru 30" Ductilc Iron Pinc Only Scw�� nnni��ae�o�, s�wc� anni��ae�o�, D025LTP02(Compo+itc Body) I I Z ASTM C 76 Class III T&G, SPL Itcm #77 ASTM C 76 - ,. - , - ASTM C76 ASTM C76 Polycihylcnc PIM Com�, P�s�ata Way, NJ. Apnrovcd Prcviously Polycihylcnc Houston, Tcxes Apnrovcd Prcviously Polycihylcnc CalKary, Canada Apnrovcd Prcviously NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION * From Original Standard Products List CPN 1 �62�2 2 FORT WORTH� IApproval Spec No. �Classsification � Sewer - Piue/F�ber�lass Reinforced/ 33-31-13(1/8/131 � 7/21/97 33 31 13 Cent Cast FiberRlass (FRP) � 03/22/10 33 31 13 Fiberelass Pioe(FRP) � 04/09/21 33 31 13 Glass-Fiber Reinforced Polvmer Pine (FRP) I 03/07/23 33 31 13 Fbcrgla» Pipc (FRP) � � Sewer - Piue/Palvmer Piue � 4/14/u5 PolymerModiftedConcre�ePioe I 06/09/10 EI-9 ReinfarcedPalymerCanaetel'ioe � � Sewer - Pines/HDPE 33-31-23(1/8/131, I * Hi¢h-densirynalye�hylenen�oe � * Hi¢h-densnyoalve�hyleneo�oe � * Hi¢h-densnyoalverhyleneo�oe � Hi¢h-densiry oalyethylene o�oe � � Sewer - Piues/PVC (Pressure Sewerl 33-11-12 (4/1/131 I 12/02/II 33-II-12 DR-14PVCPressurePipe I 10/22/14 33-II-12 DR-14PVCPressurePipe � � Sewer - Pines/PVC* 33-31-20 (7/1/131, � * 3331-2U PVCSewerPine � 12/23/97* 3331-20 PVCSewerPine � * 3331-2U PVCSewerPine 12/05/23 3331-20 PVC Sewer Pi e 12/05/24 43-41-20 2VC Bawer 2i e * 33-31-2U PVC Sew P�i e � 05/06/05 33-31-20 PVCSoIid�WallPipc I �4�2���6 3331-20 PVC Sewer Fittings � � 3331-20 PVC Sewer Fittings � 3/19/2018 33 31 20 PVC Sewer Pine � 3/19/2018 33 31 20 PVC Sewer P�e � 3/29/2019 33 31 20 Gasketed Fitnngs (PVC) � 10/21/2020 333120 PVCSewerPine � 10/22/2020 33 31 20 PVC Sewer Pine � 10/21/2020 333120 PVCSewerPine � � Sewer - Piues/Rehab/CIPP 33-31-12 [Ol/18/131 I* e��ed t� Pia� r�oe � OS/03/99 Cured in Place I'ioe I OS/29/96 Cured in Place Pioe � � Sewer - Pines/Rehab/Fold & Form � * Fold and Form Pioe � II/03/98 Fold and Form Pine � Fold and Fonn �ine � 12/04/00 Fold and Fonn rioe � 06/U9/03 Fold and Form �ioe � � Sewer - Piues/Ouen Profile Laree Diameter � 09/26/91 EI OU-2 PVC Sewer Pine, Ribbed � 09/26/91 EI00-2 PVC Sewer Pine, Ribbed � EI00-2 PVC Sewer Pioe, Ribbed � I I/10/10 (EI00-2) I'olyprooYlene(PI') Sewer Pioe, Do�ble Wall I I I/10/10 (EI00-2) I'olyprooYlene(PI') Sewer Pioe, Triole Wall CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Hobas Pioe USA, Inc. Ameran Thomoson Pine Grauo Futurc Pipclnduvhics Ami[ech USA US Camoasite Pioe Phillios Dnscon�oe, Inc. Plexco Inc. Polly Pioe, Inc. CSR Hvdro Condurc/Pioehne Sysrems Pipelife Jetsneam Rayal Building Praducts J-M Manufnc[�nn¢ Co., Inc. (JM Ea¢le) Diamond Plasncs Coi�oimtion Lamson Vylon �ioe Vinylceah PVC Pipe Vinyltech PVC Pipe J-M Men�facturii�,v�Co, lnc. (JM EeRlc) Diamond Plastics Coipoiztion Harco Plasne Trends, Ina(WesHake) Pinelife Jet Stream Pinelif'e Jet Stream GPK Piroduc[e, Inc. NAPCO(Westlake) Sanderson Pine Coro. NAPCO(WesTlake) Insituf rm Texark, Inc National Envirotech G'ouo Revnolds Ine/Inliner Technol¢y (Inliner USA) C�Ilum Pioe Systems, Ine. Insitufarn� Technolo¢ies, lnc. American I'ioe & I'lastics, Inc. Ultrahner Miller Pioeline Coro. Lamson Vylon Pine Exn'usian Technolozies, Inc. uoanar ei� Como�nv Advanced Dimina¢e Sys�ems (ADS) Advanced Dizina¢e Sys�ems (ADS) Updated: 12/29/2023 Model No. National Spec Size Hobas I'ioe (Non-Pieee�ie) ASTM D3262/D3754 Bondsmm�d RPMP Pioe ASTM D3262/D3754 Thamnsan Pioe (Flow[ite) ASTM D3262/D3754 Fibcrvnong FRP ASTM D3262, ASTM D36RI, ASTM D4161, AW WA M45 Meyer Polycre[e lioe ASTM C33, A276, F477 Reinfaiced PalymerCancrete line ASTM G76 Oo�i�re Ducnle Polyethylene Pioe ASTM D 1248 ASTM D 12A8 ASTM D 12A8 McConnell Pioe Enlar¢ement ASTM D 1248 PVC Pressure Pipe AW WA C900 Royal Seal PVC Piessuie Pipe AW WA C900 SDR-26 (PS I I S ) SDR-26 (I'SI I S) I SDR-26 PSIIS SDR-26 (PS I I S ) Gravrt Sewer PS I I S PS I15 I PS I I S I I SDR-26(I'SIIS)GaskeTPimnga I I(iasketcA PVC' Sev:er viain Fittings I I SDR26(PSIIS) I S�JIi 26 S�JR 26 SDR 26 S�JR 26 I SDR26PSIIS I ASTM D 3034 ASTM D 3034 ASTM D 3034 ASTM D3034 ASTM F 679 ASTM F 679 ASTM F-679 ASTM D-3034, D-1784, etc ASTM D 3034 ASTM F679 ASTM D3034 ASTM D3034 ASTM D3034 ASTM D3034 ASTM F-679 National Liner, (SPL) ltcm ,W27 Inliner Technolo¢v Insitufarn� "NuPloe" Ul�raliner PVC Alloy Pioeliner EX Method Carlon Vylon H.C. Closed Piroflle Pioe, UI[ra-Rib Ooen Pirofile Sewer Pioe SaniTite H� Double Wall (Coriveated) SaniTi�e HP TriVle Wall PiVe 8" [0 102". Class V � 4^thru 12" 4^thru 12" 4" - I 5" 4" thru 15" 4" thru I S" 4" thiv I S" 18" 18" - 28„ I 8" to 48' 4" - I S" 18"- 24" 4"- I S" 4"- I S" 4" - I S" 4"- 15" 18"- 36' ASTM F 1216 ASTM F-1216/D-5813 ASTM F 1216 ASTM F-ISU4 Demo. Poroose Only ASTM F-1504, 1871, 1867 ASTM F-1504, F-1947 Uo ro 18" diame�er ASTM F 679 I 8" to 48" ASTM F 679 18" ro 48" ASTM F 2736 24"-30" ASTM F 2764 3U" to 60" NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION * From Original Standard Products List CPN 1 �62�2 3 FORT WORTH� IApproval Spec No. IClasssification � Water - Aooarxnances 33-12-10 f07/Ol/131 � 01/IS/IS 33-12-10 Double Stran Saddle � 08/28/02 Double Strao Saddle � 07/23/12 33-12-10 Double Stran Sernce Saddle � 03/07/23 33-12-10 Double Stran Servme Saddle � 10/27/87 Curb Stoo�-Ball Meter Valves 70/27/R7 Curb Stons-Ball Mctcr Valvcv I5/25/201 R 33-12-10 Curb Stons-Ball Mcicr Valvcs � 5/25/2018 33-12-10 Curb Stoos-Ball Merer Valves � 5/25/2018 33-12-10 Curb Stoos-Ball Merer Valves I5/25/201 R 33-12-10 Curb Stons-Ball Mncr Valvc� � 5/25/2018 33-12-10 Curb Stoos-Ball Merer Valves � 5/25/2018 33-12-10 Curb Stoos-Ball Merer Valves � 01/26/00 CoaTed Taoo�ne Saddle with Double SS Strans � 0/5/21/12 33-12-25 Tanoin¢ Sleeve(Coated Sreeq � 03/29/22 33-12-25 Taooin¢Sleeve(Coa[edorSrainlessS[eeq � 05/10/II Tanoin¢ Sleeve(S[ainless Sreep � 02/29/12 33-12-25 Tanoin¢ Sleeve(Coated Sreel) � 02/29/12 33-12-25 Tanoin¢ Sleeve(Stainless STeel) � 02/29/12 33-12-25 Tanoin¢ Sleeve(Stainless STeel) I OS/10/II JointReoairClamo I Plastic Meter Box w/Comoosire Lid IPlastic Meter Box w/Comoosite Lid � 08/30/06 Plastic Merer Box w/Comnosire Lid ICancrete Meter Bax ICancrete Meter Bax ICancrete Meter Bax � � Water - Bolts. Nuts. and Gaskets 33-ll-OS [Ol/08/131. � � 10/01/87 0451/88 09/30/87 01/12/93 08/24/88 09/24/87 70/74/R7 01/IS/88 10/09/87 09/16/87 08/12/16 02/05/94 08/OS/U4 Water - Combination Air Release 33-31-70 (Ol/08/13) EI-I I Combination Air Release Vale�e H;I-I I Combination Air Release Vale�e H.I-I I Combination Air Release Valve Water - Dry Barrel Fire Hvdrants 33-12-40 (Ol/15/14) E-I-12 Diy Barrel Fire Hydrant �I-12 DryBarrelFireHydimnt �I-12 DryBarrelFireHydimnt E-I-12 DryBarrelFireHydrant �I-12 DiyBarrelFireHydiant �I-12 DryBarrelFireHydiant 21-12 Diy Bariel Fire Hydiant &I-12 Dry Barrd Firc Hydant EI-12 Diy Barrel Fire Hydiant �I-12 DryBarrelFireHydiant EI-12 DryBarrelFireHydiant 33-12-40 Diy Banel Fire Hvdimn[ Water - Meters EIOIS DetectarCheckMeter Maenenc Dnve Vertical Turbine CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Romac Smith Blair Mueller Comnany Power�eal McDonald McDonald Ford Mcicr Box Co., Inc. Ford Meter Bax Ca., Inc. Ford Meter Bax Ca., Inc. Mucllcr Co., Ltd. Mueller Ca., Ltd. Mueller Ca., Ltd. JCM Industnes, Inc. JCM Industnes, Inc. JCM Ind�stnes, Inc. Powerseal Romac Romac Romac Powerseal DFW Plastics Inc. DFW Plastics Inc. DFW Plastics Inc. Bass & Hays Bass & Hays Bass & Hays Model No. 202NS NVlon Coated #317 Nylon Coated Double Strao Saddle DR2S Double (SS) Stran DI Saddle 3450AS, Incl. Coro. Stoo. Dbl Stran. Stainless 6100M,6100MT & 610MT 4G03B, 4604B, 6100M, 6100TM and 6707M FB600-7NL, FBI600-7-NL, FV23-777-W-NL, L22-77NL FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL FB600-4-NL, FB1600-4-NL, BI I-444-WR- NL, B22444-WR-NL, L28-44NL B-25000N, B-24277N-3, �20200N-3, H- ISOOON„ H-1552N, H142276N B-25000N, B-20200N-3, B-24277N-3,H- ISOOON, H-14276N, H-15525N B-25000N, B-20200N-3,H-ISOUON, H- 15530N k406 Double Band SS Saddle 412 Taon�ne Sleeve ESS 415 TaooinR Sleeve 3490AS (Flanee) & 349UMJ FTS 420 SST Srainless Steel SST 111 Stainless STeel 3232 Bell Joint Reoair Clamo DFW37C-12-I EPAF FTW DFW39C-12-I EPAF FTW DFW65C-14-I EPAF FTW CMB37-BI21I18 LID-9 CMB-IS-Dual 1416 LID-9 CMB65-B65 1527 LID-9 Updated: 12/29/2023 National Spec Size AW WA C800 I"-2" SVC, uo �a 24" Pioe AW WA C800 I"-2" SVC, uo �a 24" Pioe NSF ANSI 372 I"-2" SVC, �o �a 24" Pioe 3/4" and I" AW WA CR00 AW WA C800 AW WA C800 AW WA C800, ANSF 61, ANSI/NSF 372 AW WA C800, ANSF 61, ANSI/NSF 372 AW WA C800, ANSF 61, ANSI/NSF 372 I'/z" and 2" z� I-I/2" �, z� I-I/2" AWWA C-223 AWWA C-223 A W W A G223 AWWA C-223 AWWA C-223 I"-2" Taos on uo to 12" Uo �a 3U" w/12" Out Cancrere Pioe Only 4"-8" and 16" U o ta 42" w/24" Our Uo ta 24" w/ 12" Out Uo �a 3U" w/12" Out 4" ro 30" Class "A GA Ind�stries, Inc. Empire Air and Vac�um Valve, Model 935 ASTM A 126 Class B, ASTM A Mulnolex Manufact�nn¢ Co. Crispin Air and Vacu�m Valves, Model No. ValveandPnmerCoi�. APCO#143C,#145Cand#147C American-Daiiin¢ Valve Amencan Daiiin¢ Valve Clow Coroorenon American AVK ComVenv Clow Corooretion ITT Kennedy Vale�e M&H Valve Comoany Mucllcr Company M�eller Comoany U.S. Pioe & Faundry Amencen Plow Connal (AFC) EJ (East Jordan Iron Works) Ames Camoany Hersey Drawine Nos.90-18608,94-18560 Shao Dimwin¢ No.94-18791 Shoo DrawinR No. D-19895 Madel 2700 Diawin¢s D20435, D20436, B20506 Shoo Diawin¢ No. D-80783FW Shoo DrawinR No. 13476 Shop Dawingv No. 6461 A-023 Crntunon Shop Drawing FH-12 A-423 S�oer Cennnon 200 Shoo Drawine No.960250 Wa�erous I'acer WB67 W aterMaster 5CD250 Model 1000 DetectorCheck Valve Ma¢netic Drive Vertical I"&2" I/2�� �.�&2.� �„ Z„�3„ A W W A G502 A W W A G502 A W W A G502 AWWA C-502 A W W A G502 A W W A G502 AWWA C-502 A W WA G502 A W W A G502 AWWAG502 AWWA C-502 AW WA C550 AW WA C701. Class I 4" - 10" 3/4" 6" NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION * From Original Standard Products List CPN 1 �62�2 4 FORT WORTH� IApprovall Spec No. IClasssification � 5/25/201 R l2/6/201 R l2/6/201 R 9/6/2019 9/6/2019 9/6/2019 9/6/2019 07/23/92 08/ I I /98 02/26/14 OS/14/98 OS/14/98 I I /09/04 02/29/12 02/29/12 08/OS/04 03/06/19 08/OS/04 08/10/98 10/12/10 08/16/06 11/07/16 11/07/16 04/19/IS 03/19/IS 03/19/IS 12/13/02 OR/31199 OS/18/99 7 0/24/00 OR/OS/04 OS/23/91 01 /24/02 71/O8/99 O1/23/03 OS/13/OS 01/31/06 01/2R/RR l0/04194 11/08/99 1 I /29/04 I I/30/12 OS/08/91 10/2h/16 OR/24/IR Water - Piues/PVC (Pressure Waterl 33-31-70 (Ol/08/13) 33-II-12 �PVCPressurePipe 33 II 12 PVC Pressurc Pioc 33 L112 PVCPcessumPioe 33 L112 PVCPcessucePioe CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Manufacturer Vinyltech PVC Pipe rroe�tr'e �ec sn-eam 7'roetife �ec Sn-eam D�amond Ptasncs Coro��'������ Model No. DRIS DRI4 DRIS DR 14 National Spec AW WA C900, AW WA C605, ASTM D1784 AW WA C900. AW WA C6U5. ASTM D1784 AWWAC900 AWWAC900 AW WA C900 33 I I 12 PVC Prcvvurc Pinc Diamond Plastics Com��tion DR IS AWWA C900 AW WA C900-16 33 I I 12 PVC Prc�wrc Pipc 7-M Manufacturing Co., Inc d/b/a 7M Esglc DR 14 UL L285 ANSI/NSF 61 FM 1612 33 I I 12 PVC Prc�wrc Pipc 7-M Manufacturing Co., Inc d/b/a JM Eaglc DR I R '� ,,, , �o; 33 11 12 PVC Prcvvurc Pipc Undcrground SoluHons Inc. DRI4 Fusiblc PVC AWWA C900 331112 PVCPressurePipe NAPCO(WesTlake) DRI8 AWWAC9U0 33 11 12 PVC Pressurc Pipc NAPCO(Wcstlakc) DRI4 AWWA C900 33 11 12 PVC Prcvvurc Pipc Sandcnon Pipc Corp. DRI4 AWWA C900 Water - Piocs/Valves & Fittin�s/Ductile Iron Fittinas 33-11-ll (Ol/08/131 EI-07 DuctilelronFimngs Starl'ipeProducts,lnc. MechanicalJointFimngs AWWAC153&CI10 EI-07 DucnlelronFittin¢s GnH'inPiUel'rod�cts,Ca MechanicalJointFittinp��s AWWACIIO EI-07 Ducnle Iron Fimn¢s McWane/Tyler Pio� Union Unlines Division Mechanical Joint Fimngs, SSB Class 350 pWy�p C 153, C I IU, C I I I EI-07 Ducnle Iron Fittin¢s Si¢ma, Co. Mechanical Joint Fittmgs, SSB Class 351 pWy�p C 153, C I IU, C I 12 EI-07 MJ Fittin¢s Acc�cast Class 350 G153 MJ Fittings pWy�p CI53 EI-07 Ducnle Iron Joint Restraints Ford Meter Box Co.Nni-Flan¢e Uni-Flange Series 1400 pWy�p CI I I/CI53 EI-24 PVC Joint Resnzints Ford Meter Box Co.Nni-Flan¢e Uni-Flange Series 1500 Cirole-Lock pWy�p CI I I/CI53 EI-07 DucnlelronJointRestraints OneBolt,lnc. OneBol�RestrainedJoin�Fi�nng AWWACIII/CI16/CI53 33-II-II Ductilelronl'ioeMechanicalJointRestraint EBAAIron,lnc. MegalugSeries1100(forDlPipe) AWWACIII/CI16/CI53 33-II-II PVCPioeMechanicalJointResnaint EBAAIron,Inc. MegalugSeries2000(forl'VCI'ipe) AWWACIII/CI16/CI53 EI-07 MechanicalJointRetainerGlands(PVC) Si¢ma,Co. SigmaOne-LokSLC4-SLCIO pµry�pClll/CI53 33-II-II MechanicalJointRetainerGlands(PVC) Si¢ma,Co. SigmaOn�LokSLCS4-SLCSI2 pµry�pClll/CI53 EI-07 Mechanical Joint Retainer Glands(PVC) Si¢ma, Co. Sigma One-Lok SLCE pµry�p CI I I/CI53 EI-07 MJFittin¢s(DII') Si¢ma,Co. SigmaOn�LokSLDE pWy�pC153 EI-24 Intenor Resnzined Joint System S Xz. B Techncial I'rod�cts B�Ildog System ( Diamond Lok 21 &JM pSTM F-1624 EI-07 Mechanical Joint Fittin¢s SII' Ind�sn'ies(Seramoore) Mechanical Joint Fittingy pWy�p CI53 33-I I-I I Mechanical Joint Retainer Glands Star I'ioe Piroducts, Inc. I'VC S�aigrip Series 4000 pSTM A536 AW WA CI I I 33-I I-I I Mechanical Joint Retainer Glands S�ar I'ioe Products, Inc. DIP Stargrip Series 3000 pSTM A536 AW WA CI I I EZ Grip Joint Resnzint (EZD) Black For DII' 33-II-II Mechanical Joint Retainer Glands SII'Ind�sn'ies(Seramoo�'e) ASTM A536 AWWA CIII 33-11-11 McchanicalJointRctaincrGlands SIPlndustncs(Scramporc) EZGnpJoiniResiraint(EZD)RedforC900 pSTMA536AWWACIII DRI4 PVC Pipe 33-11-11 MahanicalJointRctaincrGlands SIPlndustncs(Scramporc) E�GnpJoiniResiraint(EZD)RedforC900 pSTMA536AWWACIII DRIBI'VC Pipe Water - Piues/Valves & Fittines/Resilient Seated Gate Valve* 33-12-20 (OS/13/151 Rcsilicnt WcdRnl Gatc Velvc w/no Gcars Amcncan Flow Connol Scrics 2500 DrawinK # 9420247 Rcsilicnt WalKc Gatc Velvc Amcrican Flow Conirol Scrics 2530 and Scncs 2536 AWWA C515 Rcsilicnt Walgc Getc Velvc Amcricen Flow Conirol Scncs 2520 & 2524 (SD 94-20255) AW WA C515 Rcsilicni Wa1gc Getc Velvc Amcricen Flow Conirol Scrics 251G (SD 9420247) AWWA C515 F1-26 Rcsilicnt WcdRc4atc Valvc Amc�can Flow Contrul Scncs 2500 (Ductilc Iron) AWWA C515 Rcsilicni Wa1gc Getc Velvc Amcricen Flow Conirol 42" and 4R" AFC 2500 AW WA C515 E1-26 Rcsilicni Wal„cGatc Velvc Amcricen AVK Co�nnany Amcriwn AVK Rcsilicnt 5cadcd GV AWWA C509 E1-26 RcsilicniWal„cGatcVelvc AmcricenAVKComnany EI-26 RcsilicniSratcdC.atcVelvc Kcnncdy EI-26 Rcsilicnt Sratcd Getc Velvc M&H EI-26 Rcsilicnt Scatcd Getc Velvc Mucllcr Co. RcsilicniWal„cGatcVelvc MucllcrCo. SmcsA2367(SD6647) AWWAC515 RcsilicntWcdKcQatcVelvc MucllcrCo. Sc�csA2360forIR"-24"(SD6709) AWWAGIS RcsilicniWal„cGatcVelvc MucllcrCo. Mucllcr30"&36",C-515 AWWAC515 RcsilicniWal„cGatcVelvc MucllcrCo. Mucllcr42"&48",C-515 AWWAC515 E1-26 RcsilicniWal„cGatcValvc ClowVelvcGr. AWWAC509 Rcsilicni Wcdgc Qetc Velvc Claw VelvcCo. 16" RS aV (SD 0.20995) AWWA C515 E1-26 RcsilicniWcdgcGetcVelvc ClowVelvcCo. CIowRWValvc(SDD-21G52) AWWAC515 RcsilicniWcd„cQetcVelvc ClowVelvcCo_ CIow30"&36"G575 AWWAC515 RasilientWe eGateValve ClowValveCo. ClowValveModel2638 AWWAC515 EI-26 ResilientSea[e GateValve StockhamValves&Fittings AWWAC509,ANSI42U-sTem, EI-26 Resilient Seated Gate Valve U.S. PiUe and Foundry Co. Mc[roscel 250, rcq�ircmcros SPL #74 33-12-20 Rcsilicnt Scatcd Gatc Velvc 81 (East Iordan Iron Workn) FJ FlowMascer Gate Valve & Boxes Matco Gatc Valvc MatwNorca 225 MR AWWA/ANSI CI IS/An21.15 Updated: 12/29/2023 Size � 16"-24" 4"-28" 16"-24" y�� _ g�� 16" 2A" 4"- 12„ 4"- 12" 4"-12' 4" ro 36" 4" To 24" 4" ro 12' 4" ro 42' 4" ro 24' 4" to 10" 4" ro 12" 12" to 24" 4.�_�, 4" ro 12" 4" to 24' 3 _qg., 4"-12" IG"-24" i F„ 30" end 36" 20" and 24" 16" 4" to 12" 42" end 4R" 4" to 12" 20" and smallcr 4" - 12„ 4" - 12" 4" - 12„ 16" 24" and smallcr 30" and 36" 42" and 4R" 4" - 72" 16" 24" and smallcr 30" and 36" (Notc 3) 24" ta 48" I�ote 31 4" - I 3" m 16" 4" to 16" NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION * From Original Standard Products List CPN 1 �62�2 5 FORT WORTH� IApproval � � * � * � I/II/99 � 06/12/03 � 04/06/07 � 03/19/IS � � � OS/12/05 I OS/12/OS I OS/12/OS � 09/06/19 � � � 03/07/23 � I � ioiziizo I 04/09/21 I 04/09/21 � CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Spec No. IClasssification � Manufacturer Water - Pines/�alves & Fittines/Rubber Seated Butter y Valve 33-12-21 f07/10/141 E I 30 R�bber Seated B�tteiflv Valve EI-30 R�bber SeateA B�tteiflv Valve EI-30 Rubber Seated B�tteiflv Valve EI-30 ValmancAmericanB�tterflvValve E I-30 R�bber Seated B�tteiflv Valve 33 12 21 Rubber Seated B�tteiflv Valve He��v r�a�� co. Mueller Co. Demrik Valves Co. Valmanc Valve and Manufact�rina Coro. M&H Valee G. A. Industries (Golden Andeison) Model No. Valmatic Amencan Butterfly Valve. M&H Sryle 4500 Xc 1450 AW WA CSU4 But[erfly Valve Water - Polvethvlene Encasement 33-11-10 (Ol/08/13) EI-13 Polyethvlene Encasment Flexsol Packa¢ine Fulron Enteivnses EI-13 �olyethylene Encasment Mounrnin Sta�es �lastics (MSP) and AEP Ind. Standard Hardwaie EI-13 PolyethvleneEncasment AEPlnd�sn�es BullsnonRbvCoenownBolt&Gasket 33-II-II I'olyethvleneEncasment NorthrownPiroducislnc. PEEncasementforDll' Water - Samnlina Station 33 12 50 � Warer Samoline Station Ediose N�mber 88 , 12-inch Deo�h of Bury Water - Automatic Flusher Automated Flushin� System Automatal Flushing Sysicm Automatal Flushing Sysicm M�eller Hydroe�ard Kupfcrlc Foundry Company Kuptcrlc Foundry Company HG6-A-1 N-2-BRN-LP RR( Poixable) HG2-A-1 N--2-P VC-018-LPLG(I'erman ent) Eclipsc k9R00wc Eclip�c #9700 (Ponablc) Updated: 12/29/2023 National Spec Size AWWACSO4 24" AWWAG504 24"andsmaller AWWAG504 24"andlar¢er AW WA CSU4 Un [0 84" diame�er AWWAG504 24"�048" AWWAG504 3U"-54" AWWAC105 AWWAC105 AWWAC105 AWWAC105 & mil LLD & mil LLD 8 mil LLD 8 mil LLD As shawn in so�. 33 12 50 The Fon Wor[h Water Depar[menPs Standard Products Lis[ has been developed [o minimizethe wbmi[[al ieview ofpiroducts which mee[ the For[ Wonh Warer DepartmenPs S[andard Specitica[ions duringutiliry cons[ruc[ion prqec[s. When Technical Specifications for specific piroducis, aie included as paiYofthe Consnucnon Conn-�ct Doc�menr, the iequirements ofthe Technical Specificanon will overnde the FoiY Worth Warer Depar[ment's Standard Specificanons and the Fort Worth Water DeparnnenYs Srnndard Piroducts Listand approval ofthe specific products will be based on therequirements ofthe Technical Specification whether or notthe specificprod�ct meets the Fort WoiYh Water Deparm�ent's Standard Specifications or is on the Fort WoiYh Water Ydlow Highlight indicatcs rcccnt changcti NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION * From Original Standard Products List CPN 1 �62�2 GC-7.01 Corrosion Control Design Recommendations THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 1, 2025 NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 DKC Integrity, LLC 7 Switchbud Place Suite 192-511 � The Woodlands, TX 77380 Jonathan Ireton, P.E. Westwood Professional Services, Inc. 500 W. 7t" Street, Suite 1300 Fort Worth, TX 76102 RE: Corrosion Control Design Recommendations Fort Worth Water Northside IV Extension 30" Water Main Dear Mr. Ireton, BM EC, PLLC Black Mesa E & C 1410 N Craft Rd Stillvciater, OK 74075 405-334-7657 23 September 2025 This letter is being submitted to present design recommendations from the field visit and conversations with other pipeline companies in the area related to the corrosion protection of the proposed City of Fort Worth — Northside IV Extension Water Main Project. The following documents field investigations performed April 16, 2025, contacts with adjacent pipeline operators, are still in process. PROJECT The project scope is installation of approximately 4,700 lineal feet of new transmission main extending from the Northside IV line along west of Songbird Lane beginning at Sendera Ranch Blvd. This line follows the proposed Eagle Parkway. The pipe material to be bid is C151 ductile iron pipe, C200 steel pipe and C303 bar wrapped concrete cylinder pipe ANALYSIS Field Investigation On April 16, a field survey was performed to gather information on the proposed right-of-way for potential corrosion threats. A brief discussion was held with representatives from Westwood to review the project scope, potential materials of construction and gain information on the history of the City with various pipe materials and corrosion control standards. Field measurements for soil resistivity were collected. There are several foreign pipelines along the alignment. Where possible structure to soil potentials were collected on the foreign structures. Additional information on soil chemistry was collected during the geotechnical investigations along the previous phase of the water main. The additional data will be provided to be used in the overall evaluation of corrosion risk. These will include measured pH, moisture content, chloride ion concentration and sulfide ion concentration of samples collected at locations on the alignment at or near the proposed pipe depth. Soil Testing Soil resistivity is a key factor in determining the likelihood of corrosion on steel and concrete cylinder pipelines. Field measurements of soil resistivity were collected using the Wenner 4-pin method as outlined in ASTM G-57. A MC Miller 400D Soil Resistivity meter was used with pin spacings of 5, 10 and 15 feet at five locations the proposed alignment. The Barnes Layering Technique was applied to the measurements to approximate the resistivity in the top 5' of soil, between 5' and 10', between 10' and 15' and the average layer at 10' which is near the proposed depth for the new line. The data is shown in Table 1. NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 DKC Integrity, LLC Fort Worth Water Northside IV Extension Water Line TABLE 1 �p�i R�S;Stivifif ��t� U4+esta+rood - FT44+ Norths ide 4 Extension Lo�ati�nf 5tation L1 Latitude 3s= o' 49�� 23 September 2025 Page 2 P�n Measured spa�ing Resistance Res�s#ivity Poesis#�vity �- �'- �- (fk1 (ohmsj �_: _ ; �epth (�hrn-�rrtj ��= ��� o��� � i.5i r,��� � t� �� �,is� 10 0.81 I,551 5 to 10 3,I51 15 �.65 1,$67 1� t0 i5 �,673 L2 L3 33- D' S�" 97- �5' 1$�� 33- D' S4.5" 97- 25' 29�� 5 1.89 10 �.65 15 i.35 5 2.iG 10 1.85 15 1.00 i,SiC 5 to 15 9,C�8 �,��� � t4 1� �,1�� 3,$7$ IO to 15 12,442 �,411 5 to 15 3,656 3,5�3 5 to 10 2,084 2,$73 10 to 15 14,8$� L4 33- D' 47" 97- 24' 35" 5 7.89 7,555 5 to 15 1,897 1C 1.78 3,409 5 to 10 �,666 15 C.88 2,528 10 to �5 2,201 Auerage at 16 (p;pe depth� 2,916 There are several sources for classifying soils based upon resistivity. Both ASTM and the US Department of Defense use a similar chart (Table 2). Comparison of the data to this table places most of the soils in the moderate to severe category with one location in the severe to moderate corrosive classification. TABLE 2 Corrosivity of soils on steel based on soil resistivity Soil resistivity range (ohm-cm) Corrosivity 0 to 2000 Severe 2000 to 10,000 Moderate to severe 10,000 to 30,000 Mild Above 30,000 Not likely NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 DKC Integrity, LLC Fort Worth Water Northside IV Extension Water Line Resistivity Locations 23 September 2025 Page 3 � ` � i� �.. _ - �_ � _' I F � � - �. `. � 'i' '1,. ��"' _ - ,r,•ft � .�.1'�It i !!. ���f '�� - �� � � � �-�--�-�1 -:"' 1 � � ��j ' f � , , .._."1 r� --� � .� � _ � ` �._.�.. � _.. B-1 8-2 \`_ i ��; �. --.i�� � � � � ` ` - - -- , �• . .:.r:. . - -�- FVIURt t.7�.�E PARILA"�Y.ff1D'RO�WJ.� `? . il � �! � r r, Geotechnical Data pH is a measure of ion content in the environment, typically known as acidity or alkalinity. pH is measured on a scale of 1 to 14 with 7 being considered Boring 1 neutral. Extreme measurements in either direction can be harmful to buried �� Boring 2 �� Chlorides Sulfates Boring � f� H g.� metallic piping. Acidic soils, less than pH of 5, are considered corrosive to concrete cylinder pipes. Design guides for both AWWA and NACE g,7 International establish pH lower than 5 as a threshold where corrosion �,�5 mitigation is recommended as part of the initial construction of the pipeline. �:�� The pH along this alignment is mildly alkaline and should not have a negative impact on corrosion rates for any of the pipeline materials being considered. �� If anything, the alkalinity is beneficial to the concrete cylinder pipe. Chlorides � Chloride ion concentration is measured because chlorides are a depolarizing Sulfates �•7 agent. They can strip away protective layers of ions that are created through ������� application of cathodic protection current or by the mortar coating applied �H �•� to concrete cylinder pipe during manufacture. More on the effect of chlorides is located in the pipe specific portion of this document. Generally, chloride ion concentrations greater than >250 mg/kg, will increase the probability of corrosion. In this situation, chloride ion concentrations are low along the proposed alignment. NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 Geotechnical and Soil Lab Testing Geotechnical investigations were performed on the Northside IV segment to the east of this alignment. DKC Integrity, LLC 23 September 2025 Fort Worth Water Northside IV Extension Water Line Page 4 Sulfate ion concentration is used as an indicator for possible sulfate reducing bacteria (SRB). SRB are microorganisms that produce sulfuric acid on the surface of inetallic piping creating localized corrosion cells with high corrosion rates. Redox is also a component to this factor and the values measured did not indicate any major risk. That said, Redox measured on a stored sample is a question mark. It should be measured in the field. Ground water elevation relative to pipe depth can impact corrosion rates on any type of buried piping. Most borings were "dry" and remained dry after drilling, the only boring that showed water was well below pipe depth. In concrete cylinder pipe, when the water table fluctuates within the range where the pipe is buried, the cycling from submerged to dry can cause degradation of the passivating film created from the high pH of the mortar coating over time. Interference Testing In addition to the soil testing performed, the pipeline route was evaluated for the effects caused by others on the pipeline. Most often the consideration is for stray current corrosion caused by nearby cathodic protection systems on adjacent pipelines or other sources of direct electrical current (DC). For the proposed alignment there are several potential sources of potential stray current from nearby natural gas or hazardous liquids pipelines. Using both the Texas Railroad Commission and the US PHMSA GIS systems, the new alignment will parallel and cross several gathering lines operated by EnLink but will also cross Colt Midstream Gathering mains. :.�; C'�+ �e�,+ rt� ' i . hlat�ual Gas C '� xt � �`•��r�,;� �����i �aS iVati �� :.. �. � �rin ���sr•k-��� _: .�°' : G' ��G�, �� `'r _ � .{'�` � � :�•� - , - � �lalurati �as �'a� Z �w i�4 � �. Enlink Midstream hi21k�7f�l C"i�S C,a�erin r� � #�Fat ��aas.�afhe� — � = �y�tus�ti Colt Midstream .� .a�p� � � � m 1 � ni Each of the pipeline companies were contacted yielding the following information: Enlink Midstream Services now Oneok - Erik Moore Corrosion Technician — I have reached out but no response yet. BKV — Travis Dodd, Corrosion Technician — BKV has assets in the area where they maintain cathodic protection. The gathering lines are protected the Enlink systems. They have had operating CP to the well casings, but many of these systems have been turned off. Colt Midstream —I have reached out but no response yet to determine the best point of contact. NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 DKC Integrity, LLC Fort Worth Water Northside IV Extension Water Line Corrosion Control Recommendations 23 September 2025 Page 5 There are two drivers in the design recommendations on this project: corrosivity of the alignment and the potential for stray current corrosion caused by nearby gas pipeline rectifiers. The following discusses the impact of corrosivity factors on the different pipe materials in addition to offering general recommendations that apply to the pipe material defined. C151 Ductile Iron Pipe The soil conditions for the proposed alignment are corrosive to DI pipe and corrosion control should be included as part of the project to ensure the desired operating life of the pipeline and to comply with City of Fort Worth Design Standards. The corrosion control system will consist of a combination of factory applied asphalt coating, polyethylene encasement and galvanic cathodic protection. The pipe segments need to be electrically continuous along the length of the pipeline alignment. Electrical continuity can be accomplished by installation of bonding wires across mechanical joints in the pipeline. Continuity testing will be required by the contractor prior to releasing the project to ensure all bonds were installed properly. The pipe will be provided with cathodic protection using high-potential magnesium anodes installed at or near pipe depth. Previous COFW projects have utilized a life extension design as opposed to a full zero corrosion rate for ductile iron pipe. Both scenarios will be evaluated. Initial calculations were performed yielding anode NACE full corrosion protection with three anode beds of 10 high-potential magnesium anodes connected via a corrosion test station. The theoretical design life of the anode bed exceeds 20 yea rs. The pipe at each end will be electrically isolated with a corrosion test station to allow for confirmation of isolation and the effectiveness of the cathodic protection system. C200 Coated Steel Pipe Similar to the DIP the soil conditions for the proposed alignment are corrosive to steel pipe and corrosion control should be included as part of the project to ensure the desired operating life of the pipeline and to comply with City of Fort Worth Design Standards. The corrosion control system will consist of a combination of factory applied urethane coating and galvanic cathodic protection. The pipe segments need to be electrically continuous along the length of the pipeline alignment. Electrical continuity can be accomplished by installation of bonding wires across mechanical joints in the pipeline. Continuity testing will be required by the contractor prior to releasing the project to ensure all bonds were installed properly. The pipe will be provided with cathodic protection using high-potential magnesium anodes installed at or near pipe depth. Initial calculations were performed yielding anode NACE full corrosion protection with three anode beds of 2 high-potential magnesium anodes connected via a corrosion test station. The theoretical design life of the anode bed exceeds 20 years. C303 Bar Wrapped Concrete Pipe This type of pipe is not affected as much by soil resistivity, but more by pH, chlorides and ground water elevations. None of these are significant on this alignment. Interference, however, can have a more significant effect if additional corrosion protection is not applied. While interference is not a major concern, anodes have been included at one location. NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 DKC Integrity, LLC Fort Worth Water Northside IV Extension Water Line 23 September 2025 Page 6 Beyond that the pipe needs to be electrically continuous, so bond clips or wires are required. Test stations are also recommended at the same intervals as the other pipe materials for corrosion monitoring. The pipe at each end will be electrically isolated with a corrosion test station to allow for confirmation of isolation and the effectiveness of the cathodic protection system. Thank you again for the opportunity to work with you on this project. If you have any questions, please feel free to contact me directly via telephone at (678) 592 1458 or email at Dean@DKC-Integrity.com. Respectfully submitted, � ��_:��G.-�--- /Dean Flessas �� DKC Integrity, LLC NORTHSIDE IV ELEVATED STORAGE TANK 30" WATER TRANSMISSION MAIN EXTENSION CPN 106202 F�RT��RTHo City Secretary's Office Contract Routing & Transmittal Slip Conti'aCtor's Name: Western Municipal Construction of Texas, LLC SubJeCt Of the Agreemerit: Northside IV Elevated Storage Tank 30" Water Transmission Main Extension M&C Approved by the Council? * Yes 8 No ❑ If �so, the M&C must be attached to the contract. Is this an Amendment to an Existing contract? Yes ❑ No 0 If �so, provide the original contract number and the amendment number. Is the Contract "PermanenY'? *Yes 8 No ❑ If �unsure, see back page for permanent contract listing. Is this entire contract Confidential? *Yes ❑ No 8 If only specific information is Confidential, please list what information is Confidential and the page it is located. Page177 Effective Date: �/27/26 Expiration Date: N/A If different from the approval date. If applicable. Is a 1295 Form required? * Yes ❑■ No ❑ *If �so, please ensure it is attached to the approving M&C or attached to the contract. Proj ect Number: If applicable. 106202 *Did you include a Text field on the contract to add the City Secretary Contract (CSC) number? Yes ❑■ No ❑ Contracts need to be routed for CSO processin� in the followin� order: 1. Katherine Cenicola (Approver) 2. Jannette S. Goodall (Signer) 3. Allison Tidwell (Form Filler) *Indicates the information is required and if the information is not provided, the contract will be returned to the department. Permanent Contracts Advanced Funding Agreements Architect Service Community Facilities Completion Agreement Construction Agreement Credit Agreement/ Impact Fees Crossing Agreement Design Procurement Development Agreement Drainage Improvements Economic Development Engineering Services Escrow Agreement Interlocal Agreements Lake Worth Sale Maintenance Agreement/Storm Water Parks/Improvement Parks/Other Amenities Parks/Play Equipment Project Development Property/Purchase (Property owned by the City) Property/Sales (Property owned by the City) Property/Transfers (Property owned by the City) Public Art Sanitary Sewer Main Replacements Sanitary Sewer Rehabilitations Settlements (Employees Only) Streets/Maintenance Streets/Redevelopment Streets/Repairs Streets/Traffic Signals Structural Demolition (City owned properties) Utility Relocation Water Reclamation Facility Water/Emergency Repair Water/Interceptor Water/Main Repairs Water/Main Replacement Water/Sanitary Sewer Rehabilitation Water/Sewer Service Water/Storage Tank