Loading...
HomeMy WebLinkAboutContract 51954 Ct`1 Y$ECR.RRY FORTWORTH C®N7RACT M. CONTRACT FOR THE CONSTRUCTION OF CRO WLEY RELIEF INT'ERCEPT'OR M-325 FOR VILLAGE CREEK BASIN Part 3 City Project No. 100276 Betsy Price David Cooke Mayor City Manager Christopher Harder,P.E. Director, Water Department Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department October 2018 / TY WELTON j ............................. I 802Q9 7�.% Prepared by. Z1 F G`a�� , P.E. i •. CE{V1 A •` Date: tnp OFFICIAL RECORD CITY SECRETARY teague nail & perkins FT WORTH,A 5237 NORTH RIVERSIDE DRIVE, SUITE 100 FORT WORTH,TEXAS 76137 (817) 336-5773 - TNP No. FTW 16077 TBPE REG #F-230 FEB'cE1V�b z 2019 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 3 SECTION!! 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 00 32 15 Construction Project Schedule 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequaiification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 0132 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 0157 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised February 2,2016 City Project No.100276 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 26-Electrical 26 00 00 General Provisions 26 05 19 Wires and Cables 26 05 26 Grounding and Bonding System 26 05 29 Electrical Support Hardware 26 05 33 Raceway,Boxes,and Fittings 26 05 43 Underground System 26 27 26 Light Switches and Receptacles 26 29 87 Electrical Control Panels(OEMs) 2643 13 Low Voltage AC Surge Protective Devices(SPDs) Division 31-Earthwork 31 1000 Site Clearing Division 33-Utilities 33 05 10 Utility Trench Excavation,Embedment,and Backfill 33 05 26 Utility Markers/Locators Division 40-Instrumentation 40 66 44 General Provisions 40 71 00 Meter Stations Technical Specifications listed below are included for this Project by reference and can be view6d/downloaded from the City's Buzzsaw site at: - https://projectpoint.buzzsaw.coni/Fortworaigov/lnfrastmcture%20.Proj ects/100276%20- °/o20Crowley%20Relief"/o201ntereeptor%20M-°020325/Construction%20Specifications/M- 325%20Partolo203? lablip Division 02-Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength.Material(CLSM) 03 34 16 Concrete Base Material for Trench Repair Division 31-Earthwork 31 25 00 Erosion and Sediment Control Division 32-Exterior Improvements 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised February 2,2016 City Project No.100276 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 32 16 13 Concrete Curb and Gutters and Valley Gutters 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding,and Sodding Division 33-Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television(CCTV)Inspection 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation,Embedment,and Backfill 3305 13.01 Frame,Cover and Grade Rings-Composite 3305 14 Adjusting Manholes,Inllets,Valve Boxes,and Other Structures to Grade 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner PIate 33 05 22 Steel Casing Pipe 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 30 Location of Existing Utilities 33 11 10 Ductile Iron Pipe 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 1220 Resilient Seated Gate Valve 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 60 Epoxy Liners for Sanitary Sewer Structures . . Division 34-Transportation 3471 13 Traffic Control Appendix Table of Contents GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised February 2,2016 City Project No.100276 City ®f Fort Worth, Teras 5\41aya r and CauncrO C®mimunicaUvn COUNCIL ACTION; Approved on 1/15/2019 - Ordinance No. 2353201-2019 & Resolution No. 5032-01-2019 DATE: Tuesday, January 15, 2019 REFERENCE NO.: C-28995 LOG NAME: 60CROWLEYSSP3-CIRCLEC SUBJECT: Authorize Execution of a Contract with William J. Schultz, Inc., d/b/a Circle C Construction Company, in the Amount of$3,420,821.00 for Crowley Relief Interceptor M-325 for Village Creek Basin, Part 3, Provide for Project Costs for a Total Project Total in the Amount of$11,188,555.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 6) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt for the Crowley Relief interceptor M-325 for Village Creek Basin, Part 3 Project; 2. Adopt the attached Appropriation Ordinance decreasing unallocated appropriations in the amount of $3,775,087.00 and increasing appropriations by the same amount in the Crowley SS Relief Line Project in the Water and Sewer Commercial Paper Fund; and 3. Authorize the execution of a contract with William J. Schultz, inc. d/b/a Circle C Construction Company, in the amount of$3,420,821.00 for Crowley Relief Interceptor M-325 for Village Creek Basin, Part 3 (City Project No. 100276). DISCUSSION: This Mayor and Council Communication provides for the construction of the Crowley Relief Interceptor M- 325 for Village Creek Basin, Part 3, a segment of a three part project that will provide additional capacity to convey anticipated flows from proposed development within the Upper Village Creek and Clear Fork Drainage Basins. The project was advertised for bid on October 18, 2018 and October 25, 2018 in the Fort Worth Star- Telegram. On November 15, 2018 the following bids were received: BIDDER AMOUNT TIME OF COMPETION William J. Schultz dba Circle C Construction $3,420,821.00 365 Calendar Days Company Mountain Cascade Holding Company, Inc. $3,661,090.00 h+fn•//anne i--Rxrnaf nrcy/prrnmril/nrintmn ncn7iri=?661 fiR,nrint=ltnif-k.DoeTvne—Print 2/13/2019 IS. J. Louis Construction of Texas, Ltd. $3,706,569.00 Jackson Construction, Ltd $3,847,100.00 In addition to the contract cost, $251,641.00 is required for project management, inspection and material testing and $102,625.00 is provided for project contingency. In accordance with the terms of the amendment of the Agreement between the Cities of Crowley and Fort Worth, Crowley will reimburse Fort Worth for its share of the total project cost upon completion of the entire project. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available ash 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. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one- percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short- term financing source, another funding source will be required, which could mean issuance of securities under the CP Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. 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. The City Council adopted the Water Department's Fiscal Year 2018-2022 Five Year Capital Improvement Plan on September 26, 2017. This City Council adopted plan includes this specific project, with funding identified through the CP program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. Construction for Part 3, is anticipated to commence in February, 2019 and be completed by February, 2020. This project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. This project will have no impact on the Water Department's Operating Budget when complete. MIWBE Office--William J. Schultz, Inc., d/b/a Circle C Construction Company, is in compliance with the City's BIDE Ordinance by committing to 0.00 percent MBE participation and documenting good faith effort. William J. Schultz, Inc., d/b/a Circle C Construction Company identified several subcontracting and supplier opportunities. However, the firms contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is 6 percent. The project is located in COUNCIL DISTRICT 6 and within Tarrant County and the City of Crowley. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in Water& Sewer Commercial Paper Fund for the Crowley Relief Interceptor M-325 for Village Creek Basin, Part 3 Project. The Water and Sewer Commercial Paper Fund includes authority of$150,000,000.00 for the purpose of providing interim funding for Water and Sewer Capital Projects. After this transfer, the balance will be $91,590,545.00 for future capital projects. Funding for the Crowley Relief Interceptor M-325 for Village Creek Basin, project is as depicted below: le+. .1/ . . � v4 r/o r,,r Yll iv4mn oar7i�-7��.1�.Qrs�r�n4—FriiARrTlnr�vs�n—grin# 1� I P7n1Q FUND Existing Additional Project Total* Appropriations Appropriations Sewer Capital Fund - Legacy $2,094,494.00 $0.00 $2,094,494.00 59607 Water& Sewer Commercial Paper Fund 56016 $5,318,974.00 $3,775,087.00 $9,094,061.00 Project Total $7,413,468.00 $3,775,087.00 $11,188,555.00 * Numbers rounded for presentation. FUND IDENTIFIERS (FIDs): TO Fund Department JAccoun Project Program ctivity Budget Reference# moun ID I ID Year Chartfield 2) FROM Fund Department ccounj Project JProgram ctivity Budget Reference # moun ID ID Year (Chartfield 2) ' CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Rakesh Chaubey (6051) ATTACHMENTS 1. 60CROWLEYSSP3-CIRCLEC Cam liance Memo. df (CFW Internal) 2. 60CROWLEYSSP3-CIRCLEC FID Table(Dan).do (CFW Internal) 3. 60CROWLEYSSP3-CIRCLEC Form 1295 2018-427697 Redacted (Public) 4. 60CROWLEYSSP3-CIRCLEC Mal2.pdf (Public) 5. 60CROWLEYSSP3-CIRCLEC SAM.pdf (CFW Internal) 6. 60CROWLEYSSP3-CIRCLEC- REIMB RESOLUTLONrev.dom (Public) 7. 60CROWLEYSSP3-CIRCLEC 5601.6 A019 REVISEDr.docx (Public) 11 1 1 - , 1 0. 1 .1 o------- o_r.__-r v10 t�nti n 000510-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page 1 of i SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION(M&C) (F-Issemhler: FOr'Contract Document execution, remove this page sand replace with the appr approved .,I., fin'thc'ntvrarcl��f tlfc� r r�j�>�'t. ,�1c C`insert sfzrafl Cie c>ra 6frre tuxper./ END OF"SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 ADDENDUM NO. FOR POWLEY HH-1 -IFF INTERCEPTOR M-325, VA V'.T 3 Sewer Project No. 56016-0700430-100276-001766 City Project No. 100.276 Addendum No. 1 I que Data: November 13, 20-I8 Bich Receipt Date: November 15, 2011 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside cover). Mote receipt of the Addendum in the Did Form and on the outer envelope of your bid. Failure to acknowledge the receipt of Addendum No. 1 could cause the subject bidder to be considered"NON-RI=SPONSIVE",-resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. CLARIFICA7' NS: Specification 33 31 20, line 2.23.1.1a shall now read: Design in accordance with ASTM D3034 for 4-Inch through 15-inch SDR26 and ASTM # 679 for 16-inch through 27-inch 6f S. Receipt Acknowledged: Water Department: By: By: /0 A 11 L Tony Sholola, PIE Senior Capital Projects Officer Company: L_Z-o a t Z Water Department 1 ADDENDUM NO. 1 001113-1 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Crowley Relief Interceptor M-325 for Village Creek Basin, Part 3,City Project No. 100276 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth,Texas 76102 until 1:30 P.M.CST,Thursday,NOVEMBER 15'.2018,and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the(approximate)following: ® 26 Manholes A 5,377 LF of 21" Sewer Pipe,Select Backfill • 1,998 LF of 21"Sewer Pipe,Acceptable Backfill. • 150 LF of 21"Sewer Pipe,CSS 131Mckfill e 494 LF of 36"Casing by Other Than Open Cut ID 120 LF of 18"DIP Bypass Construction of a Sanitary Sewer Meter Station * Construction of 2 Junction Structures PREQUALIFICATION The improvements included in this project must be performed by a contractor 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 00 21 13—INSTRUCTIONS TO BIDDERS. DOCUMENT EXANUNATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at l-ittla://wwtiv.fortworthtexas_ggy/purchasin f and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The Contract Documents may be downloaded,viewed, and printed by interested contractors and/or suppliers. The contractor is required to fill out and notarize 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 httl2s://www.ethics.state.tx.us/tee/1295-Info.htm . Copies of the Bidding and Contract Documents may be purchased from Teague Nall and Perkins which is as follows: 5237 North Riverside Drive, Suite 100,Fort Worth,Texas 76137 The cost of Bidding and Contract Documents with full size drawings: x;100.00 CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 22,2016 City Project No.100276 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO BIDDERS at the following location, date,and time: DATE: Mofidaj} November 5`h, 2018 TIME: 9:00 I.M. CST PLACE: 311 W. IV Street Fort Worth, Texas 76102 LOCATION: City of Fort Worth Water Delwrtfraent CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Rakesh Chaubey,P.E. Email: Rakesh.Chaubey@fortworthtexas.gov Phone: 817-392-6051 AND/OR Attn: Ty Hilton,P.E.,Teague Nall&Perkins Email: thilton@tnpinc.com Phone: 817-665-7145 ADVERTISEMENT DATES October 18'°, 2018 October 25`r, 2018 END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 22,2016 City Project Na,100276 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 00-GENERAL CONDITIONS. 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person,firm,partnership,company,association,or corporation acting directly through a duly authorized representative,submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder:Any person,firm,partnership, company,association,or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided)makes an award. 2. Copies of Bidding Documents 2.1.Neither City nor Engineer shall assume any responsibility for errors'or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2.City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 3.1.All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding.Bids received from contractors who are not prequalified(even if inadvertently opened)shall not be considered. Prequaliflcation requirement work types and documentation are as follows: 3.1.1. Paving Requirements document located at; haps://projegtpoint.buzzsaw.com/fortworthgov/Resotirces/02°/a20- %20Constructionolo2ODoc- ments/Contractor%2OPregualiftcation/TPW%2OPavina %20Contr,ictor%2OPre ualification%2OPro .. I1fPREQUALIFICATION%2OREp UTREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?12ublic 3.1.2. Roadway and Pedestrian Lighting---Requirements document located at; ]iLtps://projecipoint.buzzsaw.com/fo!13vorth ov/Resources/02%20- %20Con.struetion%20Documents/Contractor°/a20Prequaliflcation/TPW%20Payin-g %20Contractor%2OPrequalificatian%2OProoMl) PREQUALIFICATION%20REQ UIRFMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public CITY OF FORT WORTH Crowley Relief interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised August 21,2015 City Project No.100276 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 3.1.3. Water and Sanitary Sewer—Requirements document located at; htt s:// roject oint.bLizzsaw.com/fortworth ov/Resources/02®/020- %2OConstruction%20Doeuments/Contractor%2OPre ualification/Water%20and"/a2 OSanitaa%20Sewer%2OContractor9/a2OPreaualiflcation%o2OProgra /WSS%20pre dual%2Orequircmcnts.dod? ublic 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 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(s)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(s)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. 3.5.Special qualifications required for this project include the following: none 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 4.1.Before submitting a Bid,each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents(including"technical data"referred to in Paragraph 4.2.below).No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto,shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost,progress,performance or furnishing of the Work. 4.1.3. Consider federal,state and local Laws and Regulations that may affect cost, progress,performance or furnishing of the Work. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised August 21,2015 City Project No.100276 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities)that have been identified in the Contract Documents as containing reliable"technical data"and(ii)reports and drawings of Hazardous Environmental Conditions,if any, at the Site that have been identified in the Contract Documents as containing reliable"technical data." 4.1.5. Be 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. 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.On request,City may provide each Bidder access to the site to conduct such examinations,investigations, explorations,tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations,investigations,tests and studies. 4.1.7. 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 is prima-facie evidence that the Bidder has made the investigation,examinations and tests herein required.Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.S. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of- 4.2.1. f-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. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised August 21,2015 City Project No.100276 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 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. 4.3.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 famishing the Work. 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by Paragraph 4.06.of the General Conditions,unless specifically identified in the Contract Documents. 5. Availability of Lands for Work,Etc. 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities,construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way,easements,and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- of-way,easements,and/or permits are not obtained,the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised August 21,2015 City Project No.100276 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way,easements,and/or permits,and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions received after this day may not be responded to.Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth,TX 76102 Attn: Rakesh Chaubey, City of Fort Worth Fax: 817-392-8195 Email:Rakesh.Chaubey@fortworthtexas.gov Phone: 817-392-6051 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3.Addenda or clarifications may be posted via Buzzsaw at btips://proiectpoint.buzzsaw.co /fortworthgov/lnfrastructure%20Projects/100276%203 %20Crowley%2OReliefi%o2OlntercUtor%20M- °/v20325/Bid°/fl24Documents%20Package/M-325,%20Part%203? u 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised August 21,2015 City Project No.100276 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 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 Farm. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. W. Substitute and "Or-Equal" Items The Contract,if awarded,will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or"or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City,application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B.and 6.05C.of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 12-2011 (as amended),the City has goals for the participation of minority business and/or small business enterprises in City contracts.A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form,Subcontractor/Supplier Utilization Form,Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate.The Forms including documentation must be received by the City no later than 2:00 P.M. CST,on the second business days after the bid opening date.The Bidder shall obtain a receipt from the City as evidence the documentation was received.Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised August 21,2015 City Project No.100276 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit price item listed therein. In the case of optional alternatives,the words"No Bid," "No Change," or"Not Applicable"may be entered.Bidder shall state the prices, written in ink in both words and numerals,for which the Bidder proposes to do the work contemplated or furnish materials required.All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals,the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner,whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City,and shall be enclosed in an opaque sealed envelope,marked with the City Project Number,Project title,the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope with the notation"BID ENCLOSED"on the face of it. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised August 21,2015 City Project No.100276 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids.After all Bids not requested for withdrawal are opened and publicly read aloud,the Bids for which a withdrawal request has been properly filed may, at the option of the City,be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. 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 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,whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price,contract time or changes in the Work with the Successful 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 Iitigation, 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. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised August 21,2015 City Project No. 100276 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs,maintenance requirements,performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility,qualifications,and financial ability of Bidders,proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization,work of a value not less than 35%of the value embraced on the Contract,unless otherwise approved by the City. 17.5. If the Contract is to be awarded,it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization.If the Contract is to be awarded,City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds,Certificates of Insurance,and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised August 21,2015 City Project No.100276 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page I of 10 SECTION 00 32 15 CONSTRUCTION PROJECT SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal,updating,status reporting and management of the Construction Project Schedule B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements D. Purpose The City of Fort Worth(City)is committed to delivering quality,cost-effective infrastructure to its citizens in a timely manner.A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the 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. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFERENCES A. Project Schedules Each project is represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work,the Contractor CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD SPECIFICATION For Village Creek Basin Revised JULY 20,2018 City Project No.100276 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 will develop and maintain a schedule for their scope of work in alignment with the City's standard schedule requirements as defined herein. The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Manager. 1. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method(CPM)based. The City's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project,the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6(City's scheduling software). 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current,accurate updates of their schedule(Progress Schedule)to the City at the end of each month throughout the life of their work. B. Schedule Tiers -The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered"approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the"tiers". 1. Tier 1: Small Size and Short Duration Project(design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City's Project Control Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as-needed basis. 2. Tier 2. Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies"start"and"finish"milestone dates on key elements of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City,updates to the"start"and"finish"dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration The City develops and maintains a Master Project Schedule for the project. The Contractor develops a Baseline Schedule and maintains the schedule of their respective scope of work on the project at a level of detail(generally Level 3)and in CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD SPECIFICATION For Village Creek Basin Revised JULY 20,2018 City Project No.100276 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 alignment with the WBS structure in Section 1.4.1 as agreed by the Project Manager. The Contractor issues to the City,updates of their respective schedule(Progress Schedule)at the end of each month throughout the life of their work on the project. C. Schedule Types Project delivery for the City utilizes two types of schedules as noted below. The City develops and maintains a Master Project Schedule as a"baseline"schedule and issue monthly updates to the City Project Manager(end of each month)as a"progress" schedule. The Contractor prepares and submits each schedule type to fulfill their contractual requirements. 1. Baseline Schedule The Contractor develops and submits to the City,an initial schedule for their scope of work in alignment with this specification. Once reviewed and accepted by the City,it becomes the"Baseline"schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work,and only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule,the City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule is provided in Specification 00 32 15.1 Construction Project Schedule Baseline Example. 2. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in time and.is referred to as the"Progress Schedule". The City's Project Manager and Project Control Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed not acceptable,the unacceptable issues are identified by the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt of non-acceptance notification. An example of a Progress Schedule is provided in Specification 00 32 15.2 Construction Project Schedule Progress Example. 1.4 CITY STANDARD SCHEDULE REQUIREMENTS The following is an overview of the methodology for developing and maintaining a schedule for delivery of a project. A. Schedule Framework The schedule will be based on the defined scope of work and follow the(Critical Path Methodology)CPM method.The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. B. Schedule File Name CITY OF FORT WORTH Crawley Relief Interceptor M-325 STANDARD SPECIFICATION For Village Creek Basin Revised JULY 20,2018 City Project No.100276 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline(if a baseline schedule)or the year and month(if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number_Project Name_Baseline Example: 101376 North Montgomery Street HMAC Baseline • Progress Schedule File Name Format: City Project Number_Project Name_YYYY-MM Example: 101376 North Montgomery Street HMAC 2018 01 • Project Schedule Progress Narrative File Name Format: City Project Number_Project Name PN_YYYY-MM Example: 101376 North Montgomery Street HMAC PN_2018_01 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically,the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks(later) • Quiet Zones(later) . • Street Lights(later) • Intersection Improvements(later) . • Parks ® Storm water m Street Maintenance ® Traffic • Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays(New Years,Martin Luther King,Memorial,Independence,Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS &Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure(WBS).The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD SPECIFICATION For Village Creek Basin Revised JULY 20,2018 City Project No.100276 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. I. Contractor is required to utilize the City's WBS structure and respective project type template for"Construction"as shown in Section 1.4.1-1 below. Additional activities may be added to Levels 1 -4 to accommodate the needs of the organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 "Construction Execution"that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Section 1.4.1 below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. F. Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity,and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor.The only exception to this rule is for "project start"and"project finish"milestones. The activity duration is based on the physical amount of work to be performed for the stated activity,with a maximum duration of 20 working days.If the work for any one activity exceeds 20 days,break that activity down incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist.. . G. Change Orders When a Change Order is issued by the City,the impact is incorporated into the previously accepted baseline schedule as an update,to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: I. 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. H. City's Work Breakdown Structure CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD SPECIFICATION For Village Creek Basin Revised JULY 20,2018 City Project No.100276 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 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 I. 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. Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice To Proceed-Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities,ROW,Traffic,Parks, Storm Water, Water&Sewer 3150 Peer Review Meeting/Design Review meeting(technical) 3160 Conduct Design Public Meeting#1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities,ROW,Traffic, Parks,Storm Water,Water&Sewer 3250 Conduct Design Public Meeting#2(required) 3260 Preliminary Design Complete CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD SPECIFICATION For Village Creek Basin Revised JULY 20,2018 City Project No.100276 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 3310 Submit Final Design to Utilities,ROW,Traffic,Parks, Storm Water, Water& Sewer 3330 Conduct Design Public Meeting#3 (if required) 3360 Final Design Complete ROW&Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award silo Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting#4 Pre-Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.5 SUBMITTALS A. Schedule Submittal&Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. 1. Schedule Format The Contractor will submit each schedule in two electronic forms,one in native file format(xes,.xmi,.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 00 32 115.1 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 file formats noted above),in the City's document management system in the location dedicated for this purpose within ten workdays of the Notice ofA ward. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD SPECIFICATION For Village Creek Basin Revised JULY 20,2018 City Project No.100276 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 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 form as noted above,in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete,the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re-submits the corrected Progress Schedule within 5 workdays,following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • %Complete • Float • Activity Logic(dependencies) m Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report(referred to as a progress narrative)at the end of each month to accompany the Progress Schedule submittal,using the-standard format provided in Specification 00 32 15.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: • Reflect the current status of the work for the reporting period(including actual activities started and/or completed during the reporting period) • Explain variances from the baseline on critical path activities • Explain any potential schedule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD SPECIFICATION For Village Creek Basin Revised JULY 20,2018 City Project No.100276 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 • Schedules and Monthly Construction Status Reports are submitted in Buzzsaw following the steps outlined in Specification 00 32 15.4 Construction Project Schedule Submittal Process. • 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. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the Contractor's Project 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 Contractor's scope of work. C. The Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] 1.13 ATTACHMENTS Spec 00 32 15.1 Construction Project Schedule Baseline Example Spec 00 32 15.2 Construction Project Schedule Progress Example Spec 00 32 15.3 Construction Project Schedule Progress Narrative Spec 00 32 15.4 Construction Project Schedule Submittal Process PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD SPECIFICATION For Village Creek Basin Revised JULY 20,2018 City Project No. 100276 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD SPECIFICATION For Village Creek Basin Revised JULY 20,2018 City Project No.100276 00 32 15.1-0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 1 of 5 SECTION 00 3215.1 CONSTRUCTION PROJECT SCHEDULE—BASELINE 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 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 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creels Basin Revised JULY 20,2018 City Project No. 100276 003215.1-0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 2 of 5 KH............F__.._.....}---------}.-----------F----------}----------{----------{----------E----------.{----------{..........}.......... F_.__._._._{.._ e i : ' ! 1 { i i Cki # .C.........3.........t............ ....... a...___..._,.....................---------------------`----------------------------------- ---------- ___-_-__{_.____.___-_:_------ -' ----- - ---- -- -------- ----- - --- ---•--- ------ 1 , 1 f +r" e E :r i s 1 _ _. __________-------- --------- __'_ -' c i----I — � � I!'� r od awaryy ru u vu u •s ❑ iJ i• u +i .w id �r.r5 :!.n : � o •i r'� v, �1 '? � w M Ni�:Y.: Irk.. :F in w �` X [� •. w W � .h w � ii .i vi N ,� .. .i .. .t W •s ; Tt yi F.1� Ns.'I b � # IIY � �} Fj� Y.Y:1. ZI i7 11 i I• Y 7 r " 1 ' i O l { l � r� .I it � ,:I ' r xy. ..t M xt •I 4 ri ci r� .i i a u L.}! ,x;11 •i .: 1{i r .. ri 6G •+� •A f+ +�� ,1 � }•x�� �:~1I � � �ry ;�' Il '1 ';�� �I �' `� fF ++I:i.+ +^y �# i� .-y tiY�{ it �l �; �� ry ii �R 'Y7 }} 'k }. � y� S `IJ yY�• � 1 ',j�'•}yl `(E !I� Et ,; Iy y� 'Y �' ,'r'. :F'1l +T�h ' +•�'# ;'� '�i 1 '•wf2 i '' S 4 iI� _I{ •� �;+.. /E. }i�`,y. 5rU r', •i 1 •i IIF �'y LY MI.r n IIF MI XF r 44 �v r �:I 5{ 1� '� •i Fl .i +'1�1 �` i� ., 4+. i�i.F 4r W kY :1 i �: }J I'4IL �^� ✓ {Y I E ' $� rl e so IL A CI ai9 +7 b aY { h55 di E 41 79 L µ / fI{III .{U.i :FFA{ 1 '! l l i fL ✓ µ� - y u = � J: 'w.F: i■ L� .� 9 'til =y 1 S i - 'F . ��� wt rl n rt �. � � n.:ry ++ lw fl n. +i:nt 1 s N epi-a.ti imi t � CL CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised JULY 20,2018 City Project No.100276 003215.1-0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 3 of 5 ---------- -------- ---------- ----------------------------------------{----------¢------------+ ------t !2 16 t i ---------------- --------------------------------------------------- ...... .......... ------------—------ 97 ............................... ri ----------------------- ---------- ------------ "T ------------------------ - ------------ --------------------— ---------r---------------------r------ „ " , .y .. '�j'- V-�. �, -a ." ,- ., .Y'E'a' ,i --------------- -4 14 -1-4 k I n r4 V n pt 43 L 1r el L .1 1p:rl 4 91Y. M!%idi K�1-1 �J lid Ja'j V X'rl l.p Ll .I -'II It v a:-. Q �"IN Cr1'q'J L'r 3 f? ij -41 is 0 N v F. 2 - 1A � q mII rL A IL T! 7� V R. L.J liE P J CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised JULY 20,2018 City Project No.100275 001215.1-0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 4 of 5 ---- ------------ ff fi .......... % 4 V. qu IL dkp rt Arlo K2 E, r as er CL CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised JULY 20,2018 City Project No. 100276 003215.1-0 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 CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised JULY 20,2018 City Project No.100276 003215,2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 1 of 4 SECTION 00 32 15.2 CONSTRUCTION PROJECT 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 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised JULY 20,2018 City Project No.100276 003215.2-0 CONSTRUCTION PROGRESS SCHEDULE-PROGRESS EXAMPLE Page 2 of 4 QQ ..._.._. [--.-_--_-i-•- ...._.._l ....•. •-••-•••-i-•-•----.._.--..--------------------=•---------------------+-------------- -- C'5 C4 _._r4_..--____f..__________________y__-__-_.__ -------.}------_....f.—.„_-_._F_-_.--.--.ir........._........—.e.........__—_______�___ - ___—_____F.______.________________________¢__—_—_¢________.�_--_____..r_........¢.._.._.._.f..._w._.}.........a..._._... p, - . .......... ------ ---- ------- ----- ----._� ` ... _- ---- -------------- ------------ - C4 �----- _ ......G......_.,1.........J....._,.-'-1--------------------i----------L--------i----------•!--- I rJW yl'd iJ iJ J y i4 .1 fy n +I i'I•ri iy rr rr it i ii i tl'r4 •� {'J-fl rl Ci,N r+ ra'C4 CY N r+ +i rr rr rl Sq C's, 1_ U1. r,1:. rr_ Ipn ., .. `yXf}Irq, {o +�,J} r' Jkn 3 +V L � 'M1� iTO �� ,1i l a3 Pi ri{x I� J '� % }� •J r i � �rWd J + L JVV[11 Yl � rll • `• - ., - 119 .4 "' m *' ,.I �. r,�}z! f'� .�+ ..,�. s.'• "` °Srt2� �lY.,'7 ., +�.;• ,,f. ,}? , N' .'' �� .10 ma .l . ]I F iJ s3 F] Ea aS 2i 8'i<a u 21 is c, tr N FF 4' 0 R! li yF •i tl +i •+FF !i M ii u P 4. liy • + :i _ — _ x` 'fF rY -1 Yi H. +1 rr ,+ r`X +5 ,i nr f*•� rj 'x rr I r f T 'F +! ,' 4b%.- 41 v' n •, .1 Mr +n mi mo i'1 4 Y' 40 i 1 �i ri rov V 4 A-1 s Eirr i q 1= �.IL it 4 •�.I � l�� � � �.M jL IFS L'� �� P�1' � Y � ^�] � L +l5 Ll +I / ,} `Pk ' r•�j f.l N �r YI iy IC {' ' I 5 .r .l . ., r '�r CITY OF PORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised JULY 20,2018 City Project No.100276 003215.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 3 of 4 w ......... ....... ..... ...... _ •--•- -•-- ---- -- ------I._--_-___}_--__._--{----__-__-f__._.._...{..__.__.._.p,_________{_..-..__.j.._.._.._.V......._..F-----------}_.._......�.._.._.._.'......... ... t*1 i i . i , ---_i_--_------------ ------- --------- i_..--------._--_ ____ _---_ _-,_ Y VIM } i s i r 1 i i i i i [ i i I i AJT -------{ _ �' - ------� - uif F F ' �[IJ ,�, � 1•J•aY+Y rl '-I 'II '.-�� �I I� •:rl r� •� i -, 'i PI r1 -11 �L'iy 6V.N' fY'• it Y5 I' iYi IIS +, IN yy ''r KL I:I rl !Y R rl rr M I I n:n f3:t1!0 0 FY "Y n!u r'r el Y p.Y.Y 4 I.I• (" rp n n .,. ,Ir Fi "1 i FI W 'rt .4 •i ur u rt M W, y,lal..r .. IF fi, {� IA.r`.• .w rh M" r= -� ITi1 � •� 5 it t .{ .i N x - ��. n ys `r- { F.1 V xa 7 A'T :+.v +µ+ .0.YI{�Ji u!, �1 c u_ ii 1, w �i .� v W UI ,Ii •r cl wi in v{ ,� 't {:''1 i•� i''� fl F'it 1 1 i� -j �4 ti'.. 1� -I A � r 1 ' "! +• '.' {r�_}r.Ql .' " a. A0. �4 .w rM,x x, IN.J, ­ n `� -� ..�f� W 1' W �•, 't�i. l 'i fi}� TJYi.Yl� y • { L ` 0 V l Y L I 1 A' LI - Fi�'I'�. I', Y' � lam. CL Y. J! 2' 4 .� f J1 :. �e j. � •.'r : ' at 'IIF ii 11 �y. k� SII IIY .1 .! IL m'-1 R rl IT n A 41'.n:Il w q V.... L� 7 rl -1 ;r W-1 'rO, - :;•, " I I .1•, :F 2 Li y `1' s • � ti � is i] In CL C A Al � 'y y � iy � ti h �ET Yi n T nj �+ �+. ,' �I_, Ir ri �5 I� S rL -•« 3A j �- 4.T'� 4� 41 31 :I LI..'� � '.•i-:I wT:S�Z ',j � 'ti ., �'i �" x� r - iii r� ii � Sr. 5! � u CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised JULY 20,2018 City Project No.100276 00 32 15.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised JULY 20,2015 City Project No.100276 003215.3-0 —PROGRESS NARRATIVE Page 1 of 1 SECTION 00 32 15.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period; Date Issued: Project Name: Company Name: City Project No: Engineer's Project No: City Project Manager: Engineer's Project Manager: A. List of activities accomplished 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 of activities to be accomplished in the nest reporting period 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) S. (insert text here) 6. (insert text here) C. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) 0. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth,Texas Construction Project Schedule Narrative Report for CFW Projects TPW Official Release Date:7.20.2018 Page 1 of 1 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 1 of 7 SECTION 00 32 15.4 CONSTRUCTION PROJECT SCHEDULE—SUBMITTAL PROCESS PART1- GENERAL The following information provides the process steps for the Contractor to follow for submitting a project baseline or progress schedule for a capital project to the City of Fort Worth. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. If you are not a registered CFW Buzzsaw user,please email or contact: Fred Griffin,Buzzsaw Administrator City of Fort Worth Fred.Griffin@fortworthgov.org 817-392-8868 Using your registered username and password log into the City's Buzzsaw Site lZt#Ils:llpr"int.buzzsaw.conn/client/fortworthLov I I i Navigate to your Project Folder.Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The 00701-Flaxseed Drainage Improvements project is used for illustration. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised JULY 20,2019 City Project No.100276 0032154-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 2 of 7 E4 lea . sl I kK W! -� 'I I !:J = GITL41-FIe.gN -b—I 11 -. Il�t tif�r 2dFrI :.11-.h&"FIrW6 .•i ;rtS"M III.ki* 1"i:-MI_+.e:51... 'J hd Ub llnsses t I ;�ralsihnts I�tmlgaipr 1' rrpm�,I heti o eaatm l cncyab twr* i WAN-:rkln vdEI=Ga*d L7d:let r II 5-}kw''„Ahad III Y r.I I +�]COIOh.tI'k:SR�sYrrrkr r'.s ��� OE?711�3r.LMaI.r JIWW GIItrk 01lt94-i#ra`4■d�t:3 Yer l i Wnkk�nnpW -. EORT &r ftji lnW-iilnru in {S Oh 5.5 b.1I_r I...0'* � I ' -�r�N'k�rr471e V'dK cn l]MIlri ate' ':a'-'MIJi IfA 'x-I Two files will be uploaded for each submittal.A native schedule file format either Primavera.xer or MS Project.mpp and a PDF version of the schedule will be uploaded Verify that the file name contains the 5-digit Project ID,Project Name,and Submittal Date and follows the standard naming convention. Initial schedule submittal will be labeled as `Baseline' for example: 00701-FlaxseedDrainagelmprovements-Baseline Schedule submittal updates will be labeled with Schedule Submittal Date `YYYY MM' for example: 00701-FlaxseedDrainagelmprovements-2009_01 Expand or select the Schedules folder and add both the native file and PDF file to the directory. From the Toolbar Select [-]Add Document CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek.Basin Revised JULY 20,2018 City Project No. 100276 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 3 of 7 190 E1M 1Aw Twh F61P - ------- 0 2J rte. , q. }k I �x X LAS -a+1 a .T I eddn, -� '� tnk uO ESE-1"hYierd d'arnn inC'�v5xnci fi' r:�lm J.�tl�.r 92°i..'T_ . e-alder J6s comm 6dubJ+kFler�Asx Rcdf ww kwr-+14 • J Ciwlnrt4G'. r�Lc+*aclu. _J L-nesaor eme J�rsatCa�tracl lk a Wi ensa d:5�,eu k _f" e ,;�tlkLtit NMI-1.4m VhDm(nih a MEIN AK R >SR S-Ubze Ygaye CentrJt4rhhr3 l !. DO-%—Utdn Wffp I`Efkn CMTS-ll+ k w.tA CX%-Ubm Wa2m^B CLntr r�En W730-QftUNY G�419hab Ea•Rrl kr '+,•y r7¢im*IQ;=0&3CFYew 1(081 .+-Q1 00760-D•'k4%W-1+h4411 U M"I b GAMh ''S-��3-"705•d iP Gee.1.�5�-�nYe:3ti•P I. MY.: Select Browse and go to the location of the files on your desktop. Select Open i s; [ 9ded;denar�nft F0 edd to!v Pv=Lxsbare.Yau rwn dm ani to a Dmaa d r589ider 40*m4. FI3sc.,Ccxhyrnt hL rinh. ...ice" J'tL3dr,:"I — ' rdi+a+ r�:YM�1rl 1rfi,Lhm•wv3AMA" We►WIPW a �Mv Ca�p.i:r F6�*om1>•{Aerer V�rM�HtM�rkPbtlYf �#Pc7Naq�s� 4ddaAaaeataHa ou,d saaTar?.u.ujr `eum C'a4 L[Atli a�ry�„*1•}ctir.F F " P ftm zV0! ,tly�{ad RecardEwl an C�v6co V92"Ka+SIT 5m 7A {- Nrib E1km* -e?Ej 7sb'I pits-08 r J JJOIA40 EM 6 �''CUGqua utumor".0e }lid YdwPhahaZKW=W� &0ah &AFwft famvl ,c*iwanrP F9445WARwwov ■ ��P SevtraS{entr ds+rre - tj�fJ�N7.f tiriRl IiRIaPSwaKr I�Ff€�yYO(7.'d0'f1151t570G>'Usidl7QW ZEIM� �r�HHhMO rbc �nnu. _ Fe}oFyOb' PW fJs The file will appear in the Buzzsaw Add to Project—Select Documents window Select Next. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised JULY 20,2018 City Project.No.100276 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 4 of 7 Do not select Finish at this time. — � �_� :drd m=•�1e+ta�add m f,e pro}zk xe.b��"Yau��haadd la+ k Ftoq�W{apf�++U- IloCiiN,zE,ts �F4ltcs9xr. rMr1fW�9[e Sem LOW I i� L You will be placed into the Attach Comment window to enter a record into the Project Schedule Submittal Log. Enter the Project ID-Project Name-Submittal in the Subject Line, Type Submittal and Company Name into the Comment window along with Contact Name and Contact Phone Number. Select Next. ixeg}ao 1r t IFAt boomm fiv 8WMWd"filom01%4dcamwmI„x'"wwrIA”a TH%i *F apvr" MectDocume^to F-8ddraamriLLL,res dasnYar " � { -.--. -''ALLrrhComment � H{ CA �=1 - ?RJ7JII '_e'4Lrd! SIrY�CR 44,yd:�la��ee�rm•iegeigrr�r�e,llne hbLheJxn 3eeMm:/1KC4f!9L6rihfaj M wn CmNWtK hh,rtt" ContEaNaffle :onta::-?here Dr .2 t.&hedLile A€bnw-azd frpnt Cauv,3,y mune'fm work v, (awed up.to Swn y,3j,Zc a9 ccnladHaTne r.tact phi CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised JULY 20,2018 City Project No.100276 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 5 of 7 You will be placed into the Send Email Notification window. Select To and the Select Recipients window will appear with a list of Project Contacts. Select the Project Manager as the To Recipient and the Project Controls Group as the Copy Recipient. -1#rol YWul j.. IMY4MMiM — 1iwlri . 4m +.- Cs� I IFWF'YYw114s1A lIY4 Select the Paste;Comment button to copy the Comment into the body of the email Select Finish. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised JULY 20,2018 City Project No.100276 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 6 of 7 �r �:+azdwalbo�r4lpul�I��..��LnnrIPRIXAIJI4Adrtli`l�hV�tlh�Yld#k:�Fhbikg7KNltrd 'SdectDoe.�men� �i3m�Emai �... � Fred{*IFYn �tlll'��IaIY - Pr�xl Lmr4ah Teaw - — r+�rlR6t W793�45ocRx�*ssnerrgsvrrme�b�ceL+yF raceic'r9de�leiiacFlal hs*`'+11�rmY rlsnrp` antaetName ontaatFhone upd ata sdm deka submittal k m?'cwpaav ate for r o k perton-ed app to 3a ary 31,2009 The schedule file is uploaded to the directory.An email is sent to the City's Project Manager and Project Control Specialist, _LJ f,1 hew„ ,i*iK-n ZAN, _J r JStlA r.,4Ur.]haarl�h Yd - J�rr�17�F-yF • J%,i#r rlfleNp y r JQI]�RWY�r f W10!rJk:G�Mi}GHa�dr hl i� 3, Sd.1rm UV�� Jhyxr 1KW9-�Rt-ir$xa(mhY 4ls+c Sar "UF-ua:Ey..mor ua�Sf. �- wM lrhn r 6=9E 4xc rtir##w F ,F NA+FQ M-7M rmnd F. 10170 Lrw!i O..6 Crn K!!} �,M-be—*eb"ACV r!y f Ss � -ftjz*- ui a - auy4 1 f iku Upload the PDF file using the same guideline. END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised JULY 20,2019 City Project No.100276 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised JULY 20,2018 City Project No.100276 tr 003513 BID FORM Page 9 of 9 SECTION 00 3513 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent(hereinafter referred to as"You")to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIO Form)and/or a Local Government Officer Conflicts Disclosure Statement(the attached CIS Form)pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. b#V://www.ethics.-state.tx.us/forms/C[Q.Ldf hqE-/—/www.ethics.stat,o.tx-us/forrns/CIS.pdf 0 CIQ Form does not apply 0; CIG Form is on file with City Secretary 0 CIO Form is being provided to the City Secretary n CIS Form does not apply CIS Form is on File with City Secretary ca CIS Form is being provided to the City Secretary RIDDER: William J Schultz Inc dba Circle C Construction By: Teresa S Skelly PO Box 40328 Signature. Fort Worth, Texas 76140 Title: President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 410000 43 1300 42 4300 43 3700 45 1200 35 1-3-Bid Proposal Workbook(version 1).xis r J 00 41 00 ®ID FORM Page 1 of @ SECTION 00 4100 TO: The Purchasing Manager BID FORM c/o:The Purchasing Division 200 Texas Street City of Fort Worth,Texas 76102 FOR: Crowley Relief Interceptor M-325 City Project No.: 100278 For Village Creek Basin, Part 3, CPN. 100276 Units/Sections: M-325, Part 3 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Brice and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Ac€cnowleclgeincnts 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 sharp Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent, collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 40 410000 43 13_00 42 43_00 43 3700 45 1200 35 13_151d Proposal workbook{version i yxls F 610 41 Ott BIO FORM Page 2 of 8 Contract. 3. Prequalification The Bidder acknowledges that the following work types frust be perforrned only by prequalified contractors and subcontractors: a. Wastewater New Development, up to 21"by Open Cut b. Wastewater New Development, up to 21"by trenchless Methods c. Facility Work-Dieter Station d. Concrete Pavement r 15,000 Sy 4. Time of Completion 4.1. The Mork will be complete for Final Acceptance within 365 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 4100 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requiremepts of paragraph 5.01 of the General Conditions. c. Proposal Form,Section 00 42 43 d. Vendor Compliance to State Law bion Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at lzmoe of bid) f. Prequalifrcation Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 If necessary,CICS or CIS formas are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Anrount 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. 2 e 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 laid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150621 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook(version 1).xls ... . ............... GO 4100 BID FORM Page 3 of 9 7. Bid Submittal This Bid is submitted on 11/15118 by the entity named below. Respectfully submi# d, Receipt is acknowledged of the following Addenda: Initial 13y: c r�r s Addendum No. 1: TS-S (Signature) Addendum hto.2: Addendum No.3: Teresa SS all Addendum No.4: (Printed Name) Title: President Company: William J Schultz Inc dba Circle C Construction Corporate Seal: Address: PQ Box 40328 Fort Worth,Texas 76140 State of Incorporation: Texas Email: t.skellya@circlecconstruction.cora Phone: 817-:293-1863 ND OF Sh CTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20160821 00 410000 43 13_00 42 43_00 43 37_00 46 1200 35 13_131d Proposal Workbook(version 1).xis ik14?.ti arrrrxnyizy,v, tare5cr9 SECTION 00 42 43 PROPOSALrORM UNIT PRICC= BID Bidder's Applicaflon I'ro}cx1 Eton trrNrirtanen fiidrlMs P+y}�'xl aidlis€Itnn No. UssmPhaet gpec+fcealian Sxlirrti l+m. VUral Of rtdtt�asillly Uma Prue riff Vahre k7msmc 1.A` 3331.4307 26"Dip sew" wl Pmlecto dD1,Select Bacl€ _ 33 31'f0 _ LF .. .. ... 1.6' 3531.4303 2D"Fiberglass Sewer Pipa,Select Backfl!€ 33 33 t3 _ LF 5,377 ,p+ g�y fit' 1,C' 3331:,5370 21"PVC ASTnA F810 Sewer Pipe,Select Backfil 33 31 20 LF 5,377 $150.00 380.659.00 2-A` 3381.43111 20"QIP Sewervd Proteato 401,Acceptable Backfill -- - ' ...... - . 331#1D LF 1,999 �'✓'! �B� . 2.ti' 3331.41101 20`Fiberglass Sewer Pipe,Acceptallo B2oldill 333f 13 _ LF (,998 p 2.0 ... 3331.430&21"PVC ASTM 1=673 Sewer Pipe.Acceptable 4lack0il - /33 31 20 LF 1,998 $125.60 $248.750.00 3.A' 3331.4308 21"RIP Sewer w!Prclecto 441,CSS Backfill .. - ... - .. ) . - 33 1f 10 LF 151r�^} ,r f'5 _3.9' 3331.4302 20" Fiberglass Sewer Pipe,CSS Backfill - ._ LF - 160. { .�,f 1 .._ 3331 13 ✓�f �:r�'. +•i '-/ t . 3.C" 3331.4369 21"PVC ASTM F879 Sower PEps,CSS Baekfitl LF 35(3 $210.00 $50,(70.QG 33 3f 20 4 3365.1106 36"Casing arniar pi Than OPen Cut __ 33 6522 ---- LF _ 14 $709.01 $345.600.00 5 3305.3609 21'Sewer Carrier Pipe 330524 F 44 $150.11 6 3308.3006 20"DIP Sewer Carrier Pipe w/Pretecta 401 330624 LF_ - - - ommo .. - $25,5.00 $119,500.00 T 3339.4307 20'DIP Sewer wf Pratscto 401,Sa�cfckfill .... 33#f 10 _ .454 LF 242 �zaa.ao (&48,400.00 8 3331.4281 16"DIP Sawar wJ Prolecto 401,Seleiot Backfill -. 331130 LF _ 124 $1120.001. $14,4602D _9 3939.47.14 12-RIP Sawerw!Pratacto 01.Seteci Bark6fl - - 331110 LF 74 $120.00 $8,80.99 10 3331.4240 10"RIP Sewer w!Prolsclo 409,CSS Backfill 331110 - .. LF 25 -- $120.04 $3,006.00 91 3331.,5210 32"Set+'ar Piga.Setoc!Backfill � __ ...- 3311 10,3331 12,33 3120 LF 15 $95.00 .. $1,425.00 12 3331.4117 V Sewer Pipe,Satacl Backfill __ .... 3311 10,3331 12.33 31 20 _ LF .. 40 _ $95-00 $3,800.00 13 3339.1101 U AAfa Oe - _ - 33 3910,33 39 20 -_ EA 26 $6,006,00 $156,00D.00 14 3335.7109 5'Extra[7 ..'.. .. ... e#Nh Manhole _ 33 39 10,13 39 20 _ VF 321 $200.00 ._..._..$64,200,00 15 3339.2001 Sanitary Sewer Junction Structure f!4(BTA 42+95.96,M-325-A) 33 3910,3339 20 LS ... 1 $53,000.00 $55,000.06 10 3339.2{301 Sanitary Sewer Junctlan Structure 05A 44-a03.09,N"25-A) _ L5 1 115{3,000.06 _ .. ........ .., ST € ) ....... 33 38 10. 39 20 $50,0.00.00 f7 3305.6109 TrenchSa€ety 330511 0 LF .. _-6,04# $3.tl0 $8.641.00 18 3305.026T Imported Empadment/Backlill,Select Fill(As Directed By Engineer) 330610__ CY - 500 $151.00 _;375,000.00 19 3305.01 i5 CancrotaFncasementforUtilityPipss 3305#0 - �CY:. ...�. _5Q $150.00 $7,504.40 2a 3308.0143 Exploratory Excaval€cn of Ewstkiq tAifitles 330530 EA, 1 $2.1.50.00 $2,500.00 ..7.1 3305.6110 Utility Mather'(Burled(starkers} _ 33 05 26 LF, 1 $2.100.00 $2,600.00 22 3305.0110-Witty Markers(Surface Markers) _ __33 05 28 - _._ 10 $3,260.60 23 3305.0113 Trench Water Stops E"A,.. $200.00330515 EA 6 $2,509.00 $20,600.00 24- 3305.0#12 Concrete Collar . ._ ... .... 330517 Pmt 26 $450.00 $11,700.90 25 5338.6001 Epoxy tAantirAa Liner(Warren Environmental) 333960 YF 477 - $304-00 $143,100.00 26 .3301.0002 Post-CCTV tnspeci€ort - 330131 LF 6,535 $5.00 _ $42,675.00 27 3301.0101 Manhole Vacuum Tesiing 8301 30 _ FA 26 $200.00 $5,600.00 20 3330.0002 Epoxy Slucltire Liner(Warren Environmental) _- 333960 SF 3A?A $25.0 $75,511.60 29 3291.0616 Cone Pamt Repair,Arteriallindustdal 320129 _ SY 89,5 $125.0 _$111,87500 ... 30 3211.1112 6"Flexible Base,Type A.GR-1 - - 32 11 23 5Y 1.745 $25.04 $43,625.10 31 3215-4312 5`Cone Sldowalk 32 13 20 SF 50 $16.00 $gQ0.90 32 3211.0192 7-Cone Curb and Gutter _ ... _ 32 16 13 LF 255 _ $41,00 g#0.209.00 33 3231.0301 4'Gate,Steel(le Wide) 323126 � EA 5 $2,50.0.00 _ $12,500.00 34 3292.0400 Seeding,Itydramulch 329213 SY 94,600 32.00 $69.200.94 55 3473.0001 Tr 31€E Control 34 71 13 MID 12 $2,000.00 $24,D00.00 30 3125-,0101 SWPPP z 1 acre 312500 LS 1 $25,066.40 38 3110,0103 12'-10" $28,069,(79 37 3110.0102 8T-Iff- so TreoRampval 31 10 00 EA 125 $:00,00 $62,500.00. Ranrova€ 3f 1000 EA 13 $1,001.00 $13,040.00 39 3110.0104 18"-24'Tree Pemeval 3f 10 00 EA 8 $1560.00 $12,100.00 40 M10-0105 24'and Larger Tree Removal _ 31 10 00 _EA _ 8 $2.5DD.00 _ $20,000.06 47 0171.1141 Construction Staking 01 7123 LS 1 $10,000.00 $10,09.90 42 0171..0702 As-B.tSurRot1-tints) 017123 .... LS 1 $5000.00 $5,01.0 ..vay( 43 _ 9909,0001 Metering Statlon(Including Meters,Piping,Electrical,Vaufl,Fencing) 40 71 0a LS $475X(00 $4$5,000.00 44 9899.0002 Sanitary Sewer M nht3la Vantilaiorwf Odor Control Device 00 0010 - EA _.7 $5,000.00 $35,000,41 45 9999,0003 Type til Bank ade 00 00 0 LS 1 $5,000.90 $5,000.00 46 4990-0904 Tres Proleettan for the Conoance of(khan Forestry(11F1 prat tIFO) 00 Oil 00 LS.. 1 $35,000.00 $35,000.00 47 9999.0005 Construction Allowance 000000 LS 1 $100,000.00 $100,090.60- _ _ _ •CONTRACTOR TO CNpp3E ONLY ONE ITEM LABELER(A.8,or C) m _ - TOW Std $3,420,021.00 SNS OF SrCTION CI PV Or UOR7 VOPTH srnru�aau i`Uh57Rix;rxin SPF.CIrES.]N}k tY3l1J"SI:Nis fwn imisrd.3€2dr.'a G6 s1 n1#i,F€]�u k7 90 E3 r,ai k}€7 G4 79 17 ars Pcry.I N:.u4La"clem'a.13xY. ?k X41 M 'o- T '= BONDING COMPANY. MERCHANT$ BONDING COMPANY(MUTUAL) P.O. Box 14498. LIES MOINES, IOWA,50306-3498 I'HONE: (800)678-8171 FAX. (515)243-3854 BID BOND FUSUC WORK Bond No. N/A KNOWALL PERSONS BY THESE PRESENTS: That William J. Schultz Inc. dba Circle C Construction Company,P.O.Box 4032$ Fort North TX 76140 (hereinafter called the Principal) as Principal, and the Merchants Banding C;c3m any(Mutual) (hereinafter called Surety), as Surety, are held and firmly bound to City of Fort Worth, 1000 Throckmorton Street, Fort Worth Texas 76102 (hereinafter called the Obligee) in the full and just sure of( 5%of Greatest Amount Bid Five Per Cent of Greatest Amount Bid Dollars good and lawful money of the united States of America, to the payment of which sum of money well and truly to be made,the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. Signed and dated this 15th day of ---November 2018 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Crowley Relief Interceptor M-325 for Village Creek Basin,fart 3,City Project No. 100276 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the Merchants Bonding Company(Mutual) , as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: William J.Schultz,Inc.dba Circle C Construction Company an Principal ------------...... Teresa S. Skelly, ent Witness Irety: e N'terchants t3 €s ' g C'ainpany(Ylt€tical) X _ e _ John A.Miller °— - — -� By — Sl 1 A.Klutt Attorney-in-Fa t CON 0333(2115) N/tERCflAN�3�-�,4 POWER OF ATTORNEY Rioja All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NA fIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, ,John A Miller;John R Stockton;Sheryl A Klutts their true and lawful Attu rney(s)-in-Fa ct, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of parsons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by tine Board Of Directors of Merchants Bonding Company(Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have pawner and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and otherwritings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney of Certification thereof authorizing the execution and delivery of any band, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages andfor final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-tn-Fact cannot be modified or revoked unless prior wdttan personal notice of such intent has been given to the Commissioner- Department of Highways of the Comnionwealih of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 tc 'G� P�t4� m, � �P t �, s VFERCt°ANTS BONDING COMPANY(MUTUAL) MERCHANT NATIONAL BONDING,INC. c = 2003 � :" �' 1933 By . " �gq C, w P", STATE OFlOVVA `°•°arnraaao"& �°"`wee+°® COUNTY OF DALLAS ss, On this this 61h day of April 2017 before me, appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behatf of the Companies by authority of their respective Boards of Directors, 0A4 AUCIA K.GRAM Z Commission Dumber 767430 My Commission Expires ,,w E A011,2020 Notary Pubffc (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS SON€71NG COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct ropy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal cif the Companies on this I5th clay of November, 2018 p9yes�e aaa.a a' +®�o a w w ° AgO 1 p�{ t8.Op4 ;•�X0•co w.+ �A meq 2403 Z '� 1933 ;" ; Secretary �'}pp'�'�jh� (�/yqp ry)q Ypd+ag�,°•"�"."•�1°°° � wwa4r ww+ POA 00 18 (3 €7 `'�I tri 3�BiM1°ti •w 1\A-FJ TS BONDING COMPANY,M MIERCHANT'S BONDING COMPANYWUTUAL) • kff-.RCI-lAN'FS NA'T'IONAL.BONf-)1NC,, INC. P.O. BOX 14498 • DES MOINC:S, I0WA.,50306-3498 • (800)678-3171 • (515)243-3851 FAX 'lease send 41:11 notices 0f clam on th6 bond to: Merchants Bonding Company (MLItUal)i Merchants National Bonding, Inc. P.O. Box 14498 Lyes Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX(2/95) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 7 of 9 i F:rTI'ON 00 43 37 VENDOR COMPLIANCE TO STATE LAIN NON RESILIENT 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 (cut-of-state contractors whose corporate offices or principal place of business are outside the State of Texas)bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that€a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications.The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section S. A. Nonresident bidders in the State of Ii5our principal place of business, are required to be h :h ,. percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of Site I iern or blank ,our principal place of business, are.not required to underbid resident bidders. B, The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDI)E R. William J Schultz Inc dba Circle C Construction By. Teresa S Skelly PO Box 40328 r- Fort Worth, (Signatr ) �p�orth,Texas 7�q F'0 fV Title: President Date: J i?ND OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 410000 43 1300 42 4300 43 3700 45 12 00 3513_r3ld Proposal workbook(version 1)-xis 004511-1 BIDDERS PREQUALIFICATIONS Paget of 3 SECTION 00 4511 BIDDERS PREQUALIFICATIONS 1. Summary.All contractors are required to be prequalified by the City prior to submitting bids.To be eligible to bid the contractor must submit Section 00 45 12,Prequalification Statement for the work type(s)Iisted with their Bid.Any contractor or subcontractor who is not prequalified for the work type(s)listed must submit Section 00 45 13,Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor.The information must be submitted seven(7)days prior to the date of the opening of bids.For example,a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31 st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application,the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements,if any b. A certified copy of the firm's organizational documents(Corporate Charter,Articles of Incorporation,Articles of Organization,Certificate of Formation,LLC Regulations,Certificate of Limited Partnership Agreement), c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun&Bradstreet.This number is used by the City for required reporting on Federal Aid projects.The DUNS 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 prequaliflcation.These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements.Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory,the financial statements must be audited or reviewed by an independent,certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual,corporation, or limited liability company. (4) Financial Statements must be presented in U.S.dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not,in fact,independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America.This must be stated in the accounting firm's opinion. It should: (1)express an unqualified opinion,or(2)express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (S) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter,in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts.Bidding capacity is determined by multiplying the positive net working capital(working capital=current assets—current liabilities)by a factor of 10. Only those statements reflectipg a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time anew financial statement is being prepared,the previous statement shall be updated with proper verification. b. Bidder prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. incomplete Applications will be rejected. (1) In those schedules where there is nothing to report,the notation of "None"or"NIA"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. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend,or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City ProjectNo.100276 004512 BID FORM Page 8 of 9 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalifled contractors and/or subcontractors whom they intend to utilize for the major work type(s)listed, Major Work Type Contractor/Subcontractor Company blame Prequalifiestion Expiration date Wastewater New Development, up to 21"by Circle C Construction 4130/2019 Open Cut Wastewater New Development, up to 21�by Circle C Construction 4/30/2019 trenchless Methods Facility Work-Meter Station Circle C Construction 4/30/2019 Concrete Pavement< 15,000 Circle C Construction 4/30/2019 SY The undersigned hereby certifies that the contractors and/or subcontractors described in the table abova are currently prequailfed for the work types listed. BIDDER: Wil1F,3m J Schultz Inc dba Circle C Construction By: Tereso Skelly PO Box 40328 (Signatu _ Fort Worth, Texas 76140 Title: President Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 410000 43 13_00 42 4300 43 37_00 4512_00 35 13—Bid Proposal workbook(version 1).xis FORT WORT 1-1 SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership General Partnership Name under which you wish to qualify Corporation Limited Liability Company Post Office Box City State Zip Code Street Address(required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH,TEXAS 76102-63 11 AND MARK THE ENVELOPE:"BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) ❑ Has fewer than 100 employees and/or ElHas less than$6,000,000.00 in annual gross receipts OR FIDoes not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less X Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60 inches,and 350 LF or less Tunneling-36-Inches—60--inches,and greater than 350 LF Tunneling—66"and greater,350 LF and greater Tunneling—66"and greater,350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development,24-inches and smaller Water Transmission,Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal,42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller X CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES,CONTINUED Sewer CIDP, 12-inches and smaller Sewer CIPP,24-inches and smaller Sewer CIPP,42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System,Development, 8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller X Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning,24-inches and smaller Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) X Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (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. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so,state the name of the individual,name of owner and reason. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner,officer,director,or stockholder of your firm is an employee of the City,or shares the same household with a City employee,please list the name of the City employee and the relationship.In addition,list any City employee who is the spouse,child,or parent of an owner,officer,stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition.This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 004513-6 13IDDFR PREQUALIFICATION APPLICATION Page 6 of S CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general,limited,or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles,if any) 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 Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For village Creek Basin Revised December 20,2012 City Project No.100276 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together.If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeping qualification. In the description include,the manufacturer, model,and general common description of each. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given;that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information,while this statement is in force,necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the Said entity showing its financial condition;that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on Crowley Relief Interceptor M-325 for Village Creek Basin,Part 3,City Project No. 100276. Contractor further certifies that,pursuant to Texas Labor Code,Section 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: William J.Schultz Inc.dba Circle C Construction Com an By: l�rssd cS Company (Please Print) l P. O.Box 40328 Signature: / Address Fort Worth TX 76140 Title: City/State/Zip (Please Print) pPLy P&`-, MICHELE S.LANKFOR1 THE STATE OF TEXAS § e S= Notary plic ;TATE OF TEXAS COUNTY-OF TARRANT sa,4,. 1` Nota iD#1175! &6 +r iAY Ccram E:: .October 7,2019 BEFORE ME,the undersigned authority,on this day personall app ed [ ,known to me to be the person whose name is subscribed to the fore¢ g ins ment,and acknowledged to me that he/she executed the same as the act and deed of e.I C ?3J= for the purposes and consideration therein expressed and In the capacity therein stated. I. N UNDER MY HAND AND SEAL OF OFFICE this 8 day of 20 Notary Public in and for a State of Texa END OF SECTION CITY OF FORT WORTH Crowley Rclief Intorceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For village Creek Basin Revised July 1,2011 City Project No,100276 004540-1 Minority Business Enterprise Specifications Page 1 of 2 SECTION 00 45 40 Minority Business Enterprise Specifications APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOALS The City's MBE goal on this project is f%of the total bid value of the contract). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MSE goal through MBE subcontracting participation,or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 3. Good Faith Effort documentation,or; 4, Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Of !rnr shall deliver the MBE ductimentation in to tho appropriate employee of dw purchasing division and ablain a d;ttoltime receipt. Such rccelpt shall he evidence that the City received Lhr.doctlrnenlation In the time:allocated. A faxed andlor emailed copy wlII not he Hecepted. 1. Subcontractor Utilization Form,if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m.,on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform aII day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised June 9,2015 City Project No.100276 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form,if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NDN-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. Any Questions,Please Contact The MIWBE Office at(817)212-2674. END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised June 9,2015 City Project No.100276 005243 - 1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on ¢1 15is made by and between the City of Fort 4 Worth, a Texas home rule municipality, acting by and through its duty authorized City Manager, 5 ("City,,), and William J. Schultz, Inc. dha CircleC Construction Company, authorized to do 6 business in.Texas,acting by and through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the I0 Project identified hercin. 11 Article 2.PROJECT 12 The project for which the Work under the Contract Documents may be the whole or only a part is 13 generally described as follows: 14 Crowley Relief Interceptor M-325 For Village Creek Basin,Part 3 15 City Project No. 100276 16 Article 3. CONTRACT PRICE 17 City agrees to pay Contractor for performance of the Work in accordance with the Contract 18 Documents an amount in current funds of Three Million, Four Hundred Twenty Thousand,Eight 19 Hundred Twenty-One Dollar ($3,420,821.00).„ �„ 20 21 Article 3. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work will be complete for Final Acceptance within 365 days after the date when the 24 Contract Time commences to run., as provided in Paragraph 2.03 of the General Conditions, 25 plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 26 4.2 Liquidated damages 27 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 28 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 29 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 30 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 31 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 32 instead of requiring any such proof , Contractor agrees that as liquidated damages for 33 delay(but not as a penalty), Contractor shall pay City six hundred fifty Dollars $6j 50 09) for 34 each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the 35 City issues the Final Letter of Acceptance. 36 37 38 39 40 CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS For Village Creek Basin Revised 11.15.17 City Project No. 100276 005243-2 Agreement Page 2 of 5 41 Article 5. CONTRACT DOCUMENTS 42 5.1 CONTENTS: 43 A. The Contract Documents which comprise the entire agreement between City and Contractor 44 concerning the Work consist of the following: 45 1. This Agreement. 46 2. Attachments to this Agreement: 47 a. Bid Form 48 1) Proposal Form 49 2) Vendor Compliance to State Law Nan-Resident Bidder 50 3) Prequalification Statement 51 b. Current Prevailing Wage Rate Table 52 c. Insurance ACORD Form(s) 53 d. Payment Bond 54 e. Performance Bond 55 f. Maintenance Bond 56 g. Power of Attorney for the Bonds 57 h. Worker's Compensation Affidavit 58 i. MBE and/or SBE Commitment Form 59 3. General Conditions. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment 62 or, if not attached, as incorporated by reference and described in the Table of 63 Contents of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field.Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 Article 6. INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to operate 80 and be effective even if it is alleged or proven that all or some of the damages being 81 sought were caused, in whole or in part, by any act, omission or negligence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs, expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. 85 86 CITY 011'FORT WORTIl Crowley Relief Interceptor M-325 STANDARD CONS"rRUCTION SPLCIFICA"ITON DOCUMENTS For Village Creels Basin Revised l L 15.17 City Project No. 100276 005243 -3 Agreement Page 3 of 5 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city, its officers, servants and employees, from and against any and all loss, damage 89 or destruction of property of the city, arising out of, or alleged to arise out of, the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors, licensees or invitees under this contract. This indemnification provision is 92 sspeciiic_ally intended to operate and be effective even if it is alleged or proven that all or 93 some of the damages being sought were caused, in whole or in part, by any act, omission 94 or negligence of the city. 95 95 Article 7.MISCELLANEOUS 97 98 7.1. Terms. 99 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 100 have the meanings indicated in the General Conditions. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the City. 104 73 Successors and Assigns. 1.05 City and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents, 108 7.4 Severability. 109 Any provision or, part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all III remaining provisions shall continue to be valid and binding upon CITY and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. 117 7.6 Authority to Sign. 118 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 119 signatory of the Contractor. 120 7.7 Prohibition On Contracts With Companies Boycotting Israel. 121 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 122 Code, the City is prohibited fi-om entering into a contract with a company for goods or 123 services unless the contract contains a written verification from the company that it: (1) 124 does not boycott Israel; and(2)will not boycott Israel during the term of the contract. CI'T'Y OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPEUMCATION DOCUMENTS For Village Creek Basin Revised 11.15.17 City Project No. 100276 005243 -4 Agreement Page 4of5 125 126 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 127 in Section 808.00 L of the Texas Government Code. By signing this contract, Contractor 128 certifies that Contractor's signature provides written verification to the Cily that 129 Contractor. (1) does not boycott Israel; and(2) will not boycott Israel during the term of the 130 contract. 131 132 7.8 Immigration Nationality Act. 133 Contractor shall verify the identity and employment eligibility of its employees who 134 perform work under this Agreement, including completing the Employment Eligibility 135 Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of 136 all 1-9 forms and supporting eligibility documentation for each employee who performs 137 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 138 establish appropriate procedures and controls so that so services will be performed by any 139 Contractor employee who is not legally eligible to perform such services. CONTRACTOR 140 SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, 141 LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY 142 CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, 143 OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately 1.44 terminate this Agreement for violations of this provision by Contractor. 145, 7.9 No Third-Party Beneficiaries. 146 This Agreement gives no rights or benefits to anyone other than the City and the Contractor and 147 there are no third-party beneficiaries. 148. 149 7.10 No Cause of Action Against Engineer. 150 Contractor, it subcontractors and equipment and materials suppliers on the PROJECT or their 151 sureties, shall maintain no direct action against the Engineer, its officers, employees and 152 subcontractors, for any claim arising out of, in connection with, or resulting from the 153 engineering services performed. Only the City will be the beneficiary of any undertaking by 154 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 155 whether as on-site representatives or otherwise, do not make the Engineer or its personnel 156 in any way responsible for those duties that belong to the City and/or the City's construction 157 contractors or other entities, and do not relieve the construction contractors or any other 158 entity of their obligations, duties, and responsibilities, including, but not limited to, all 159 construction methods, means, techniques, sequences, and procedures necessary for 160 coordinating and completing all portions of the construction work in accordance with the 161 Contract Documents and any health or safety precautions required by such construction 162 work. The Engineer and its personnel have no authority to exercise any control over any 163 construction contractor or other entity or their employees in in connection with their work or 164 any health or safety precautions. 165 l66 167 SIGNATURE PAGE TO FOLLOW 168 169 170 171 CITY OF FORT WORT11 Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'T'S For Village Creek Basin Revised 11.15.17 City Project No. 100276 005243 -5 Agreement Page 5of5 172 173 IN WITNESS WHEREOF, City and Contractor have executed this Agreement to be effective as of 174 the date subscribed by the City's designated Assistant City Manager("Effective Date"). 175 176 Contractor: City of Fort Worth William J. Schultz, Inc. dba Circle C Construction Company By: Jesus J. Chapa By: Assistant City Manager (Signature) -) �y ! Date h-� f Teresa S. Skelly Attest: {� VO � A k (Printed Name) City Secretary . �• ••.� (Seal) Title: President s -' Address: •'f P. O. Box 40328 M&C 0_12JRRCS NI 500 W. Trammell Date: (SIA 5/1 C? Forme 1295 No. City/State/Zip: Contract Compliance Manager: Fort Worth,Texas 75140 By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including Date ensuring all performance and reporting rrecJk�irements. —fmq I)s 1 Ralksh Chaubey, P.E. Project Manager, Water Department Approv d as to Fora and Legality: Douglas W. BIack Assistant City Attorney 177 178 APPRO AL REC MENDED: 179 180 181 Christopher Harder, P.E. 182 DIRECTOR, 183 Water Department 184 ECONFICIAL 't- RCITY OF FORT WORTH 62 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RTAre� aseRevised 11.15.17 roject lo.1 27 0061 13-1 PERFORMANCE BOND Page I of 2 1 BOND NO.TXC611146 2 SECTION 00 6113 3 PERFORMANCE BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 9 That we, William J. Schultz Inc. dba Circle C Construction Company, known as"Principal' herein 10 and Merchants Bonding Company(Mutual), a corporate surety(sureties, if more than one)duly authorized 11 to do business in the State of Texas, known as "Surety"herein (whether one or more),are held and firmly 12 bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known 13 as "City" herein, in the penal sum of Three Million, Four Hundred Twenty Thousand, Eight Hundred 14 Twenty-One Dollars ($3,420,821.00), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our l6 heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded the 1s IS day of 20.___i-4—, which Contract is hereby referred to and made a part 19 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 20 accessories defined by Iaw, in the prosecution of the Work, including any Change Orders, as provided for 21 in said Contract designated as Crowley Relief Interceptor M-325 for Village Creek Basin,Part 3, City 22 Project No. 100276 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 24 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform 25 the Work, including Change Orders, under the Contract, according to the plans, specifications, and 26 contract documents therein referred to, and as well during any period of extension of the Contract that 27 may be granted on the part of the City, then this obligation shall be and become null and void, otherwise 28 to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant 30 County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 0061 13-2 PERFORMANCE BOND Page 2 of 2 I This bond is trade and executed in compliance with the provisions of Chapter 2253 of the Texas 2 Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the 3 provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the Z�_i day of 20 tct 6 PRINCIPAL: 7 8 William J. Schultz Inc. dba 9 Circle C Construction Company__.-_`�_ 10 I I BY: 12 Signature 13 ATTEST. ' 14 Teresa-S. Skelly, President 15 (Principal) Secretary, Michele S. nkford Name and Title 16 17 Address: P. O.Box 40328 18 19 Fort Worth,TX 76140 20 - 21 22 Witness as to Principal 23 SURETY: 24 25 Merchants BQindalz Com an Mutual 26 27 BY: 28 S(gnature 29 30 Sheal A. Klutts Attorney-in-Fact 31 Name and Title 32 � 33 Address: 6700 Westown Parkway 34 35 West Des Moines, IA 50266 T 36 37 Witness as to Surety, John A. Miller Telephone Number: 1-800-678-8171 38 39 40 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the 41 by-laws showing that this person has authority to sign such obligation. If Surety's physical 42 address is different from its mailing address, both must be provided. The date of the bond shall 43 not be prior to the date the Contract is awarded. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 006114-1 PAYMENT BOND Page I of 2 I BOND NO.TXC611146 2 SECTION 00 6114 3 PAYMENT BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 That we, William J. Schultz, Inc. dba Circle C Construction CompallX, known as "Principal" 9 herein, and Merchants Bonding Company (Mutual), a corporate surety (sureties), duly authorized to do 10 business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly I I bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of 12 Texas, known as "City" herein, in the penal sum of Three Million, Four Hundred Twenty Thousand, 13 Eight Hundred Twenty-One Dollars (_$3,420,821.00), lawful money of the United States, to be paid in 14 Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind I5 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by 16 these presents: 17 tt WHEREAS, Principal has entered into a certain written Contract with City, awarded the-6 day 18 of V ,201?which Contract is hereby referred to and made a part hereof for all purposes as 19 if fully set forth herein,to furnish all materials, equipment, labor and other accessories as defined by law, 20 in the prosecution of the Work as provided for in said Contract and designated as Crowley Relief 21 Interceptor M-325 For Village Creek Basin,Part 3,City Project No. 100276. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal 23 shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the 24 Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this 25 obligation shall be and become null and void; otherwise to remain in full force and effect. 26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 27 Government Code, as amended, and all Iiabilities on this bond shall be determined in accordance with the 28 provisions of said statute. 29 30 CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the-Principal and Surety have each SIGNED and SEALED this instrument 2 by duly authorized agents and officers on this_Lt-,_day of j ; 20 19 PRINCIPAL: William J. Schultz, Inc. dba Circle C Construction Company ATTEST: BY: Signature n-- ic-boa'.5 Teresa S. Skelly_—President (Principal) Secretary,Michele S. jf'foord Name and Title Address: P. O.Box 40328 Fort Worth, TX 76140 Witness as to Principal SURETY: Merchants Boni om any(Mutual) ATTEST: BY: Sign ture Sheryl A. Klutts, Attorney-in-Fact (Sure ry Name and Title ;�,� Address: 6700 Westown Parkway West Des Moines, IA 50266-7754 Witness as to Surety, John A. Miller Telephone Number: 1-800-678-8171 3 4 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 5 showing that this person has authority to sign such obligation. If Surety's physical address is different 6 from its mailing address, both must be provided. 7 8 The date of the bond shall not be prior to the date the Contract is awarded. . 9 END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 0061 19-1 MAINTENANCE BOND Page 1 of 3 1 ' 2 BOND NO.TXC611146 3 SECTION 00 6119 4 MAINTENANCE BOND 5 6 THE STATE OF TEXAS § 7 § KNOW ALL BY THESE PRESENTS: 8 COUNTY OF TARRANT § 9 10 That we, William J. Schultz, Inc. dba Circle C Construction Company, known as "Principal" herein 11 and Merchants _Bonding Company (Mutual), a corporate surety (sureties, 'if more than one) duly 12 authorized to do business in the State of Texas, known as"Surety" herein(whether one or more), are held 13 and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the 14 State of Texas, known as "City" herein, in the sum of Three Million, Four Hundred Twenty Thousand, 15 Eight Hundred Twenty-One Dollars ($3,420,821.00), lawfulmoney of the United States, to be paid in 16 Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and 17 its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and 18 severally,firmly by these presents. 19 20 WHEREAS, the Principal has entered into a certain written contract with the City awarded J 21 the l5 day of 20 M which Contract is hereby referred to 22 and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 23 labor and other accessories as defined by law, in the prosecution of the Work, including any Work 24 resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said 25 contract and designated as Crowley Relief Interceptor M-325 For Village Creek Basin, Part 3, City 26 Project No. 100276; and 27 28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance 29 with the plans, specifications and Contract Documents that the Work is and will remain free from defects 30 in materials or workmanship for and during the period of two (2)years after the date of Final Acceptance 31 of the Work by the City("Maintenance Period"); and 32 CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 2 receiving notice from the City of the need therefor at any time within the Maintenance Period. 3 4 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any 5 defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, 6 then this obligation shall become null and void; otherwise to remain in full farce and effect. 7 8 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed 9 defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or 10 reconstructed with all associated costs thereof being borne by the Principal and the Surety under this 11 Maintenance bond; and 12 13 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in Tarrant 14 County,Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; 15 and 16 17 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 18 recoveries may be had hereon for successive breaches. 19 20 21 CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of L3c—Ar%Lh;l(tA 3 , 20 Q 4 PRINCIPAL.: 5 6 William J. Schultz Inc, dba 7 Circle C ConstMgiion Company 8 9 BY: 10 Signature 11 ATTEST: 12 Teresa S. Skelly,President I3 (Principal)Secretary,Michele S. Lank fo Name and Title 14 15 Address: P. 0. Box 40328 16 17 Fort Worth, TX 76140 18 -- 19 20 Witness as to Principal 21 SURETY: 22 23 Merchants n Com an Mutual 24 25 BY: 26 Signature 27 28 Sheryl A. KIutts,Attorney-in-Fact 29 Name and Title 30 31 Address: 6700 Westown Parkway_ 32 33 _ West Des Moines IA 50266 34 ° 35 Witness as to Surety,John A.Miller Telephone Number: 1-800-678-8171 36 37 38 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the 39 by-laws showing that this person has authority to sign such obligation. If Surety's physical 40 address is different from its mailing address, both must be provided. The date of the bond shall 41 not be prior to the date the Contract is awarded. 42 ! CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 M.-ERCHAN BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, John A Miller;John R Stockton;Sheryl A Klutts their true and lawful Attorneys)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Atlorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 i '; :• .... q 'c'< MERCHANTS BONDING COMPANY(MUTUAL) ;.`y:��� R4�':z; +`��1'.0�� V,A� MERCHANT NATIONAL BONDING,INC. 2003 ;QD Z .y 1933 By STATE OF IOWA ••�'"'•""'�`*+ <•�'•'•�\ COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor, to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. _ AL)CIA K.GRAM�.._ a J` Commission Number 767430 My Commission Expires v, cj\_M� c April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day ofJont(I1( , 2019, 110 NA� v 2003 1933 Secretary Y. POA 0018 (3117) f """"'`i� < • MERCHANTS BONDING COMPANY,. MERCHANTS BON DING COMPANY(MUTUAL) • MERCHANTS NATIONAL BONDING, INC. P.O. Box 14498 . DES MOINES, IOWA 50306-3498 , (800)678-8171 • (515)243-3M54 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual)/Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX(2/15) CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDJ3MW( _ 02111/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. if SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME CT Kim Wright K&S Insurance Agency PHONE (972)771-4071AIC FAX (972)771-4695 2255 Ridge Road,Ste.333 E-AIL Ext AIC.No ADDRESS: kwright@kandsins.com P.O.Box 277 INSURER(S)AFFORDING COVERAGE NAIC# Rockwall TX 75087 INsuRERA: United Fire&Casualty Company 13021 INSURED INSURER a: Travelers Prop Cas Co of Amer 25674 William J.Schultz,Inc. INSURER C: Bridgefieid Casualty Insurance Co 10335 dba Circle C Construction Company INSURER D: Federal Insurance Company 20281 500 W.Trammell Ave. INSURER E Everman TX 76140 INSURERS: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR SUEM POLICY EFF POLICYEXP LTR TYPE OF INSURANCE IN D WVD POLICYNUMBER MWDDIYYYY MMIDDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE ®OCCUR DA T 100,000 PREMISES Fa occurrence $ MED EXP(Any one person $ 5,000 A 85316434 08/12/2018 08/12/2019 PERSONAL&ADV INJURY $ 1,000,000 GENILAGGREGATELIMITAPPLIESPER: GENERAL AGGREGATE $ 2,000,000 POLICY❑X JECOT- LOC PRODUCTS-COMPlOPAGG $ 2,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 X ANYAUTO Esaccidenl BODILY INJURY(Per person) $ A LIT SCHEDULED 85316434 08/12/2018 08/1212019 BODILY INJURY(Per accident)HIRE $ AUTOS ONLY AUTOS X NED AUTO AUTOS'ONLY PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident) v $ X UMBRELLA LIAB ^ OCCUR $ 5,000,000 EACH OCCURRENCE B EXCESS LIAB CLAIMS-MADE ZUP41 MI142818NF 08/12/2018 08/12/2019 AGGREGATE $ 5,000,000 DED I x RETENTION$ 10,000 WORKERS COMPENSATION $ AND EMPLOYERS-LIABILITY YIN SETUTE 01H. C ANY PROPRIETORIPARTNERJEXECUTIVE E.L.EACH ACCIDENT 1,000,000 OFFICER/MEMBER EXCLUDED? F NIA 196-43838 08/12/2018 08/12/2019 $ (yes,doryieund E.L.DISEASE-EA EMPLOYEE $ 1,000,000 byes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 D Contractors Equipment 06706289 08/1212018 08112!2019 Leased/Rented Equip. $500,000 DESCRIPTION OF OPERATIONS I LOCATIONS!VEHICLES( 101,Additional Remarks Schedule,may be attached If more space Is required) Project: Crowley Relief Interceptor M-325 For Village Creek Basin Park 3 City Project Number 100276 See attached for additional information. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN The City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 1000 Throckmorton Street AUTHORIZED REPRESENTATIVE Fort Worth 7X 76102A?- /, J ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD COMMENTS/REMARKS Additional Insured - Ongoing Operations Form #CG2038 04/13 and Additional Insured - Completed Operations Form #CG2037 04/13, Waiver of Subrogation Form #CG7280 07/17 and Primary & Non-Contributory Form #CG2001 04/13 apply to the General Liability Policy. Additional Insured & Waiver of Subrogation form #CA7109 01/17 and Primary & Non-Contributory form #CA7334 09/15 apply to the Business Auto Policy. Waiver of Subrogation Form #WC420304B 06/14 applies to the Workers Compensation Policy. *ALWAYS REFER TO THE AT'T'ACHED POLICY FORMS FOR SPECIFIC WORDING OF SUCH COVERAGE, LIMITS, CONDITIONS & EXCLUSIONS. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. POLICY NUMBER: COMMERCIAL GENERAL LIABILITY 8 5 316 4 3 4 CC 02 0612 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT CE CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PANT LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, vine agree to mail prior written notice of cancellation or material change to: SCf7EDULE 1.1 Name: PER SCHEDULE ON FILE 2.1 dress:- CANCELLATION FOR MONPAYERNT OF PREMIUM IS 10 DAYS 3.1 Number of days advance notice: 30 Information re uired to com tete this Schedule, if not shown above,vAll be shown in the Declarations. CG 02 0512 44 8 ISO Properties, Inc., 2003 Mage 9 of 1 *580078702 85316434 POLICY NUMBER: COMMERCIAL AUTO CA 7133 12 10 THIS ENDORSEMENT CHANCES THE POLICY. PLWE BEAD IT CAREFULLY. TEXAS CANCELLATION PROVISION O COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE DORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless mod- ified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Cauntersigned By: Named Insured �= Autharized Re resentative SCHEDULE rdd'r iar of --- 30 Name Of Person Or Organization PCHEDULE ON FILE ss CLLATION FOR NONPAYMENT OF PREMIUM IS 10 DAYS if this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of day's notice indi- cated in the Schedule. CA 7133 1210 ®180 Properties, Inc., 2003 page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. x39007680* 11111111111IN11111111 N S In O r p o POLICY NUMUER: ZUP-- 17-17-NF ISSUE DATE: 05/02/18 6 l'O IS WORST ]EIf CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY -� NOTICE OF LLA11ON PROVIDED BY US ON O r This endorsement modifies insurance provided under the following: ALL COWHAW PARTS I0CLUDED IN THE POLICY SCHEDULE — IMMIMUM PREIWrIum m 0 Caacoliatlon: Number Of DRYS I O&D Of CARCO ntIOR: 30 Ln Person AP eroarilaatioe: cn r ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN N CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAKED o INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; o AND N 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE * BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. THE ADRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN � REQUEST FROM YOU TO US. e� I� ONES l i� PROVISIONS I� If we cancel this policy for any statutorily schedule above. We will mail such notice permitted reason other than nonpayment to the address shown in the schedule of premium, and a number of days is above at least the number of days shown shown for cancellation in the schedule for cancellation in the schedule above be- above, we will mail notice of cancellation fore the effective date of cancellation. to the person or organization shown in the r ter® l� I� IL T4 05 03 11 0 2011 The Travelers Indemnity Company. All rights reserved. Page 1 Of 1 Policy #85316434 COMMERCIAL CENERAL LIABILITY CG 20 38 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS FOR OTHER PARTIES WHEN REQUIRED IN WRITTEN CONSTRUCTION AGREEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An insured is amended to B. With respect to the insurance afforded to these include as an additional insured: additional insureds, the following additional 1. Any person or organization for whom you are exclusions apply: performing operations when you and such This insurance does not apply to: person or organization have agreed in writing 1. "Bodily injury", "property damage" or "personal in a contract or agreement that such person or and advertising injury" arising out of the organization be added as an additional insured rendering of, or the failure to render, any on your policy; and professional architectural, engineering or 2. Any other person or organization you are surveying services, including: required to add as an additional insured under a. The preparing, approving, or failing to the contract or agreement described in prepare or approve, maps, shop drawings, Paragraph 1. above. opinions, reports, surveys, field orders, Such person(s) or organization(s) is an additional change orders or drawings and insured only with respect to liability for "bodily specifications; or injury", "property damage" or "personal and b. Supervisory, inspection, architectural or advertising injury' caused, in whole or in part, by: engineering activities. a. Your acts or omissions;or This exclusion applies even if the claims against b. The acts or omissions of those acting on any insured allege negligence or other wrongdoing your behalf; in the supervision, hiring, employment, training or in the performance of your ongoing operations for monitoring of others by that insured, if the the additional insured. "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused However, the insurance afforded to such the "personal and advertising injury", involved the additional insured described above: rendering of, or the failure to render, any a. Only applies to the extent permitted by law; professional architectural, engineering or and surveying services. b. Will not be broader than that which you are 2. 'Bodily injury" or "property damage" occurring required by the contract or agreement to after: provide for such additional insured. a. All work, including materials, parts or A person's or organization's status as an equipment furnished in connection with additional insured under this endorsement ends such work, on the project (other than when your operations for the person or service, maintenance or repairs) to be organization described in Paragraph 1. above are performed by or on behalf of the additional completed. insured(s) at the location of the covered operations has been completed;or CG 20 38 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 2 b. That portion of"your work" out of which the 2. Available under the applicable Limits of injury or damage arises has been put to its Insurance shown in the Declarations; intended use by any person or organization whichever is less. other than another contractor or subcontractor engaged in performing This endorsement shall not increase the operations for a principal as a part of the applicable Limits of Insurance shown in the same project. Declarations. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III s Limits Of Insurance. The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or Page 2 of 2 0 Insurance Services Office, Inc., 2012 CO 20 38 04 13 POLICY NUMBER: 85316434 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT GRANGES THE POLICY. PLEASE DEAD IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL_LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE DART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s Location And Desai tion Of Com feted Operations ANY PERSON OR ORGANIZATION TO WHON LOCATIONS DESIGNATED AND YOU HAVE AGREED TO WANE AS ADDI— DESCRIBED IN THE ABOVE TIONAL INSURED BY WRITTEN CONTRACT MENTIONED WRITTEN CONTRACT OR AGREEMENT IF THE CONTRACT OR OR AGREEMENT AGREEMENT IS EXECUTED PRIOR TO LOSS Information required to complete this Schedule if not shown above, will be shown in the Declarations. A. Section Il a Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional Insured the person(s) or additional Insureds, the following is added to organization(s) shown in the Schedule, but only Section III m Limits Of insurance: with respect to liability for "bodily injury" or " If coverage provided to the additional insured is property damage"caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on be half of the additional insured is the described in the Schedule of this endorsement amount of insurance; performed for that additional insured and 1. Required by the contract or agreement; or included d in the "products -completed operations 2. Available under the applicable Limits of However: Insurance shown In the Declarations; 1. The insurance afforded to such additional whichever is less. Insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured Is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CO 20 37 0413 0 Insurance Services Office, Inc.,2012 page 1 of 1 Policy #85316434 COMMERCIAL GENERAL LIABILITY CG 20 0104 13 T"IS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the This insurance is primary to and will not seek additional insured. contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 0104 13 0 Insurance Services Office, Inc., 2012 Pagel of 1 Policy #85316434 CG 72 80 07 17 LIMITED EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT SUMMARY OF COVERAGES This is a summary of the various additional coverages and coverage modifications provided by this endorsement. No coverage is provided by this summary. * Extended Property Damage * Expanded Fire Legal Liability to include Explosion, Lightning and Sprinkler Leakage " Coverage for non-owned watercraft is extended to 51 feet in length * Property Damage - Borrowed Equipment * Property Damage Liability -Elevators *Coverage D -Voluntary Property Damage Coverage $5,000 Occurrence with a $10,000 Aggregate * Coverage E -Care, Custody and Control Property Damage Coverage $25,000 Occurrence with a$100,000 Aggregate -$500 Deductible Coverage F- Electronic Data Liability Coverage - $50,000 *Coverage G - Product Recall Expense $25,000 Each Recall Limit with a $50,000 Aggregate -$1,000 Deductible *Coverage H -Water Damage Legal Liability - $25,000 * Coverage I - Designated Operations Covered by a Consolidated (Wrap-Up) Insurance Program - Limited Coverage * Increase in Supplementary Payments: Bail Bonds to $1,000 * Increase in Supplementary Payments. Loss of Earnings to $500 * For newly formed or acquired organizations - extend the reporting requirement to 180 days * Broadened Named Insured Automatic Additional Insured -Vendors "Automatic Additional Insured - Lessor of Leased Equipment Automatic Status When Required in Lease Agreement With You *Automatic Additional Insured - Managers or Lessor of Premises "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured Additional Insured -State or Governmental Agency or Subdivision or Political Subdivision - Permits or Authorizations *Additional Insured -Consolidated Insurance Program (Wrap-Up) Off-Premises Operations Only - Owners, Lessees or Contractors Automatic Status When Required in Construction Agreement With You Additional Insured - Employee Injury to Another Employee *Automatically included -Aggregate Limits of Insurance (per location) "Automatically included -Aggregate Limits of Insurance (per project) * Knowledge of occurrence - Knowledge of an "occurrence", "claim or suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee * Blanket Waiver of Subrogation * Liberalization Condition * Unintentional failure to disclose all hazards. if you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. *"Insured Contract' redefined for Limited Railroad Contractual Liability * Mobile equipment to include snow removal, road maintenance and street cleaning equipment less than 1,000 lbs GVW * Bodily Injury Redefined REFER TO THE ACTUAL ENDORSEMENT FOLLOWING ON PAGES 2 THROUGH 12 FOR CHANGES AFFECTING YOUR INSURANCE PROTECTION CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 12 CG 72 80 07 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE DEAD IT CAREFULLY. LIMITED EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION I ® C�RA E� A. The following changes are made at COVERAGE A- BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Extended Property Damage At 2. Exclusions exclusion a. Expected or Intended Injury is replaced with the following: "Bodily injury" or"property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to `bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Expanded Fire Legal Liability At 2. Exclusions the last paragraph is deleted and replaced by the following: Exclusions c. through n. do not apply to damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of this owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE. 3. Non-Owned Watercraft At 2. Exclusions exclusion g. Aircraft, Auto Or Watercraft (2)(a) is deleted and replaced by the following: (a) Less than 51 feet long; 4. Property Damage —Borrowed Equipment At 2. Exclusions the following is added to paragraph (4) of exclusion j. Damage To Property: This exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and while not being used to perform operations. The most we will pay for "property damage" to any one piece of borrowed equipment under this coverage is $25,000 per occurrence. The insurance afforded under this provision is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 5. Property Damage Liability —Elevators At 2. Exclusions the following is added to paragraphs (3), (4) and (6) of exclusion j. Damage To Property: This exclusion does not apply to "property damage" resulting from the use of elevators. However, any insurance provided for such "property damage" is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. B. The following coverages are added: 1. COVERAGE D -VOLUNTARY PROPERTY DAMAGE COVERAGE "Property damage" to property of others caused by the insured: a. While in your possession; or b. Arising out of"your work". Coverage applies at the request of the insured, whether or not the insured is legally obligated to pay. For the purposes of this Voluntary Property Damage Coverage only: Exclusion j. Damage to Property is deleted and replaced by the following: CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 12 CG 72 80 07 17 j. Damage to Property "Property damage" to.- (1) o:(1) Property held by the insured for servicing, repair, storage or sale at premises you own, rent, lease, operate or use; (2) Property transported by or damage caused by any "automobile", "watercraft" or "aircraft" you own, hire or lease; (3) Property you own, rent, lease, borrow or use. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted discretion in making payments under this coverage. 2. COVERAGE E - CARE, CUSTODY AND CONTROL PROPERTY DAMAGE COVERAGE For the purpose of this Care, Custody and Control Property Damage Coverage only; a. Item (4) of Exclusion j. does not apply. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted discretion in making payments under this coverage. 3. COVERAGE F - ELECTRONIC DATA LIABILITY COVERAGE For the purposes of this Electronic Data Liability Coverage only: a. Exclusion p. of Coverage A — Bodily Injury And Property Damage Liability in Section I — Coverages is replaced by the following: 2. Exclusions This insurance does not apply to: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. However, this exclusion does not apply to liability for damages because of"bodily injury". b. "Property Damage" means: (1) Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or (2) Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it; or (3) Loss of, loss of use of, damage to, corruption of, inability to access or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of"electronic data" shall be deemed to occur at the time of the "occurrence" that caused it. For the purposes of this Electronic Data Liability Coverage, "electronic data" is not tangible property. The amount we will pay is limited as described below in SECTION ill - LIMITS OF INSURANCE 4. COVERAGE G - PRODUCT RECALL EXPENSE a. Insuring Agreement (1) We will pay 90% of "product recall expense" you incur as a result of a "product recall" you initiate during the coverage period. (2) We will only pay for "product recall expense" arising out of "your products" which have been physically relinquished to others. The amount we will pay is limited as described below in SECTION ill - LIMITS OF INSURANCE CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 12 CG 72 80 07 17 b. Exclusions This insurance does not apply to "product recall expense" arising out of: (1) Any fact, circumstance or situation which existed at the inception date of the policy and which you were aware of, or could reasonably have foreseen that would have resulted in a "product recall". (2) Deterioration, decomposition or transformation of a chemical nature, except if caused by an error in the manufacture, design, processing, storage, or transportation of"your product". (3) The withdrawal of similar products or batches that are not defective, when a defect in another product or batch has been found. (4) Acts, errors or omissions of any of your employees, done with prior knowledge of any of your officers or directors. (5) Inherent vice, meaning a natural condition of property that causes it to deteriorate or become damaged. (6) "Bodily Injury" or"Property Damage". (7) Failure of "your product" to accomplish its intended purpose, including any breach of warranty of fitness, quality, efficacy or efficiency, whether written or implied. (8) Loss of reputation, customer faith or approval, or any costs incurred to regain customer market, or any other consequential damages. (9) Legal fees or expenses. (10) Damages claimed for any loss, cost or expense incurred by you or others for the loss of use of "your product'. (11) "Product recall expense" arising from the "product recall" of any of "your products" for which coverage is excluded by endorsement. (12) Any "product recall" initiated due to the expiration of the designated shelf life of"your product". 5. COVERAGE H -WATER DAMAGE LEGAL LIABILITY The Insurance provided under Coverage H (Section 1) applies to "property damage" arising out of water damage to premises that are both rented to and occupied by you. The Limit under this coverage shall not be in addition to the Damage To Premises Rented To You Limit. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE 6. COVERAGE I — DESIGNATED OPERATIONS COVERED BY A CONSOLIDATED (WRAP-UP) INSURANCE PROGRAM The following exclusion is added to Paragraph 2. Exclusions of SECTION i — COVERAGES COVERAGE A— BODILY INJURY AND PROPERTY DAMAGE LIABILITY: r. This insurance does not apply to "bodily injury" or "property damage" arising out of either your ongoing operations or operations included within the "products-completed operations hazard" for any "consolidated (Wrap-up) insurance program" which has been provided by the prime contractor / project manager or owner of the construction project in which you are involved. This exclusion applies whether or not a consolidated (Wrap-up) insurance program: a. Provides coverage identical to that provided by this Coverage Part; or b. Has limits adequate to cover all claims. This exclusion does not apply if a "consolidated (Wrap-up) insurance program" covering your operations has been cancelled, non-renewed or otherwise no longer applies for reasons other than exhaustion of all available limits, whether such limits are available on a primary, excess or on any other basis. You must advise us of such cancellation, nonrenewal or termination as soon as practicable. For purposes of this exclusion a "consolidated (wrap-up) insurance program" is a program providing insurance coverage to all parties for exposures involved with a particular (typically major) construction project. CG 72 80 07 17 Includes copyrighted material of insurance Services Office, inc., with its permission. Page 4 of 12 CG 72 80 07 17 C. SUPPLEMENTARY PAYMENTS - COVERAGES A AND B is amended: 1. To read SUPPLEMENTARY PAYMENTS 2. Sail Bonds Item 1.b. is amended as follows: b. Up to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily injury Liability Coverage applies. We do not have to furnish these bonds. 3. Loss of Earnings Item 1.d. is amended as follows: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit", including actual loss of earnings up to $500 a day because of time off from work. 4. The following language is added to Item 1. However, we shall have none of the duties set forth above when this insurance applies only for Voluntary Property Damage Coverage and/or Care, Custody or Control Property Damage Coverage and we have paid the Limit of Liability or the Aggregate Limit for these coverages. SECTION Ii - WHO IS AN INSURE® A. The following change is made: Extended Reporting Requirements Item 3.a. is deleted and replaced by the following: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. B. The following provisions are added: 4. BROAD FORM NAMED INSURED Item 1.f. is added as follows: f. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period only if there is no other similar insurance available to that entity. However: (1) Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired more than 50 percent of the voting stock; and (2) Coverage B does not apply to `personal and advertising injury" arising out of an offense committed before you acquired more than 50 percent of the voting stock. 5. Additional Insured -Vendors a. Any person(s) or organization(s) (referred to throughout this additional coverage as vendor), but only with respect to "bodily injury" or "property damage", which may be imputed to that person(s) or organization(s) arising out of "your products" shown with the Schedule which are distributed or sold in the regular course of the vendor's business is an insured. However: (1) The insurance afforded to such vendor only applies to the extent permitted by law; and (2) If coverage provided to the vendor is required by a contract or agreement, the insurance afforded to such vendor will not be broader than that which you are required by the contract or agreement to provide for such vendor. b. With respect to the insurance afforded to these vendors, the following additional exclusions apply: (1) This insurance afforded the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (b) Any express warranty unauthorized by you; CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 12 CG 72 80 07 17 (c) Any physical or chemical change in the product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container. (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of products. (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product. (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: 1. The exceptions contained in Sub-paragraphs d. or f.; or fl. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 6. Additional Insured — Lessor of Leased Equipment — Automatic Status When Required in Lease Agreement With You a. Any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to your liability for "bodily injury", "property damage" or "personal and advertising injury" directly arising out of the maintenance, operation or use of equipment leased to you, which may be imputed to such person or organization as the lessor of equipment. However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. b. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. 7. Additional Insured —Managers or Lessors of Premises a. Any person(s) or organization(s), but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises. (2) Structural alterations, new construction or demolition operations performed by or on behalf of the person(s) or organization(s) shown in the Schedule. However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, inc., with its permission. Page 6 of 12 CG 72 80 07 17 8. Additional insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured a. Any architects, engineers or surveyors who are not engaged by you are insureds, but only with respect to liability for "bodily injury" or "property damage" or "personal and advertising injury" which may be imputed to that architect, engineer or surveyor arising out of: (1) Your acts or omissions; or (2) Your acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. But only if such architects, engineers or surveyors, while not engaged by you, are contractually required to be added as an additional insured to your policy. However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services, including: (1) The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services. 9. Additional Insured - State or Governmental Agency or Subdivision or Political Subdivision - Permits or Authorizations Any state or governmental agency or subdivision or political subdivision is an insured, subject to the following provisions: a. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) if coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. This insurance does not apply to: (1) "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) 'Bodily injury" or "property damage" included within the "products-completed operations hazard". 10. Additional Insured Consolidated Insurance Program (Wrap-Up) Off-Premises Operations Only - Owners, Lessees or Contractors a. Any persons or organizations for whom you are performing operations, for which you have elected to seek coverage under a Consolidated Insurance Program, when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy is an insured. Such person or organization is an additional insured only with respect to your liability which may be imputed to that person or organization directly arising out of your ongoing operations performed for that person or organization at a premises other than any project or location that is designated as covered under a Consolidated Insurance Program. A person's or organization's status as an insured under this endorsement ends when your operations for that insured are completed. CG 72 80 07 17 includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 12 CG 72 80 07 17 b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies. This insurance does not apply to: "Bodily injury", "property damage", or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection 11. Additional Insured - Employee injury to Another Employee With respect to your "employees" who occupy positions which are supervisory in nature: Paragraph 2.a.(1) of SECTION II—WHO IS AN INSURED is amended to read: a. `Bodily injury" or"personal and advertising injury" (1) To you, to your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); (2) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph (1)(a) above; or (3) Arising out of his or her providing or failing to provide professional healthcare services. Paragraph 3.a. is deleted. For the purpose of this Item 11 only, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, direct, discipline or discharge. SECTION III o LIMITS OF INSURANCE A. The following Items are deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the 'products-completed operations hazard'; and c. Damages under Coverage B; and d. Damages under Coverage H. 3. The Products-Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products-completed operations hazard" and Coverage G. 6. Subject to 5. above, the Damage to Premises Rented to You Limit is the most we will pay under Coverage A for damages because of 'property damage" to any one premises, while rented to you, or in the case of damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage while rented to you or temporarily occupied by you with permission of the owner. B. The following are added: 8. Subject to Paragraph 5. of SECTION III — LIMITS OF INSURANCE $25,000 is the most we will pay under Coverage H for Water Damage Legal Liability. 9. Coverage G - Product Recall Expense Aggregate Limit $50,000 Each Product Recall Limit $25,000 a. The Aggregate Limit shown above is the most we will pay for the sum of all "product recall expense" you incur as a result of all 'product recalls" you initiate during the endorsement period. CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 12 CG 72 80 07 17 b. The Each Product Recall Limit shown above is the most we will pay, subject to the Aggregate and $1,000 deductible, for "product recall expense" you incur for any one "product recall' you initiate during the endorsement period. We will only pay for the amount of Product Recall Expenses which are in excess of the deductible amount. The deductible applies separately to each Product Recall. The limits of insurance will not be reduced by the amount of this deductible. We may, or will it required by law, pay all or any part of any deductible amount. Upon notice of our payment of a deductible amount, you shall promptly reimburse us for the part of the deductible amount we paid. 10. Aggregate Limits of Insurance (Per Location) The General Aggregate Limit applies separately to each of your 'locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Aggregate Limits of insurance (Per Project) The General Aggregate Limit applies separately to each of your projects away from premises owned by or rented to you. 12. With respects to the insurance afforded to additional insureds afforded coverage by items 5 through 11 of SECTION II —WHO IS AN INSURED above, the following is added: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; b. Available under the applicable Limits of Insurance shown in the Declarations; Whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 13. Subject to 5. of SECTION ill — LIMITS OF INSURANCE, a $5,000 "occurrence" limit and a $10,000 "aggregate" limit is the most we will pay under Coverage A for damages because of "property damage" covered under Coverage D -Voluntary Property Damage Coverage. For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted discretion in making payments under this coverage. 14. Subject to 5. of SECTION ill — LiMITS OF INSURANCE, a $25,000 'occurrence" limit and a $100,000 "aggregate" limit is the most we will pay under Coverage E - Care, Custody and Control Coverage regardless of the number of: a. insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing "suits". Deductible - Our obligation to pay damages on your behalf applies only to the amount of damages in excess of $500. This deductible applies to all damages because of "property damage" as the result of any one "occurrence" regardless of the number of persons or organizations who sustain damages because of that 'occurrence". We may pay any part or all of the deductible amount to effect settlement of any claim or "suit' and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. As respects this coverage "Aggregate" is the maximum amount we will pay for all covered 'occurrences" during one policy period. CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 9 of 12 CG 72 80 07 17 For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted discretion in making payments under this coverage. 15. Subject to $. of SECTION III — LIMITS OF INSURANCE, the most we will pay for "property damage" under Coverage F - Electronic Data Liability Coverage for lass of "electronic data" is $50,000 without regard to the number of"occurrences". SECILOK IV m (10MMERCIAL GENERAL LIABILITY CONDITIONS A. The following conditions are amended: 1. Knowledge of Occurrence a. Condition 2., Items a. and b, are deleted and replaced by the following: (1) Duties In The Event Of Occurrence, Offense, Claim Or Suit (a) You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. Knowledge of an "occurrence" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. To the extent possible, notice should include: i. How, when and where the "occurrence" took place; III. The names and addresses of any injured persons and witnesses, and Ill. The nature and location of any injury or damage arising out of the 'occurrence" or offense. (b) If a claim is made or"suit" is brought against any insured, you must: i. Immediately record the specifics of the claim or"suit" and the date received; and fl. Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit" as soon as practicable. Knowledge of a claim or "suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. 2. Where Broad Form Named Insured is added in SECTION Ii — WHO IS AN INSURED of this endorsement, Condition 4. Other Insurance b. Excess Insurance (1).(a) is replaced by the following: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis, that is available to an insured solely by reason of ownership by you of more than 50 percent of the voting stock, and not withstanding any other language in any other policy. This provision does not apply to a policy written to apply specifically in excess of this policy. B. The following are added: 10. Condition (5) of 2.c. (5) Upon our request, replace or repair the property covered under Voluntary Property Damage Coverage at your actual cost, excluding profit or overhead. 11. Blanket Waiver Of Subrogation We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: premises owned or occupied by or rented or loaned to you, ongoing operations performed by you or on your behalf, done under a contract with that person or organization, "your work", or "your products". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury" or "property damage" occurs or the "personal and advertising injury' offense is committed, 12. Liberalization If a revision to this Coverage Part, which would provide more coverage with no additional premium becomes effective during the policy period in the state designated for the first Named Insured shown in the Declarations, your policy will automatically provide this additional coverage on the effective date of the revision. CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 10 of 12 CG 72 80 07 17 13. Unintentional Failure to Disclose All Hazards Based on our reliance on your representations as to existing hazards, if you unintentionally should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. 14. The following conditions are added in regard to Coverage G - Product Recall Expense In event of a "product recall", you must a. See to it that we are notified as soon as practicable of a "product recall'. To the extent possible, notice should include how, when and where the "product recall' took place and estimated "product recall expense". b. Take all reasonable steps to minimize "product recall expense". This will not increase the limits of insurance. c. If requested, permit us to question you under oath at such times as may be reasonably required about any matter relating to this insurance or your claim, including your books and records. Your answers must be signed. d. Permit us to inspect and obtain other information proving the loss. You must send us a signed, sworn statement of loss containing the information we request to investigate the claim. You must do this within 60 days after our request. e. Cooperate with us in the investigation or settlement of any claim. f. Assist us upon our request, in the enforcement of any rights against any person or organization which may be liable to you because of loss to which this insurance applies. 15. limited Railroad Contractual Liability The following conditions are applicable only to coverage afforded by reason of the redefining of an "insured contract" in the DEFINITIONS section of this endorsement: a. Railroad Protective Liability coverage provided by ISO form CG 0035 with minimum limits of$2,000,000 per occurrence and a $6,000,000 general aggregate limit must be in place for the entire duration of any project. b. Any amendment to the Other Insurance condition of form CG 0035 alters the primacy of the coverage or which impairs our right to contribution will rescind any coverage afforded by the redefined "insured contract' language. c. For the purposes of the Other Insurance condition of form CG 0035 you, the named insured, will be deemed to be the designated contractor. SECTION V- DEFINITIONS A. At item 12. Mobile Equipment the wording at f.(1) is deleted and replaced by the following: f.(1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; except for such vehicles that have a gross vehicle weight less than 9,000 lbs which are not designed for highway use. B. Item 3. "bodily injury" is deleted and replaced with the following: 3. "bodily injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. C. Item 9. "Insured Contract" c. is deleted and replaced with the following: c. Any easement or license agreement; CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 11 of 12 CG 72 80 07 17 D. Item 9. "Insured Contract" f.(1) is deleted E. The following definitions are added for this endorsement only: 23. "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD-ROMS, tape drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 24. "Product recall" means a withdrawal or removal from the market of "your product" based on the determination by you or any regulatory or governmental agency that: a. The use or consumption of "your product" has caused or will cause actual or alleged `bodily injury" or "property damage"; and b. Such determination requires you to recover possession or control of "your product" from any distributor, purchaser or user, to repair or replace "your product", but only if "your product" is unfit for use or consumption, or is hazardous as a result of. (1) An error or omission by an insured in the design, manufacturing, processing, labeling, storage, or transportation of"your product"; or (2) Actual or alleged intentional, malicious or wrongful alteration or contamination of "your product" by someone other than you. 25. "Product recall expense"means reasonable and necessary expenses for: a. Telephone, radio and television communication and printed advertisements, including stationery, envelopes and postage. b. Transporting recalled products from any purchaser, distributor or user, to locations designated by you. c. Remuneration paid to your employees for overtime, as well as remuneration paid to additional employees or independent contractors you hire. d. Transportation and accommodation expense incurred by your employees. e. Rental expense incurred for temporary locations used to store recalled products. f. Expense incurred to properly dispose of recalled products, including packaging that cannot be reused. g. Transportation expenses incurred to replace recalled products. h. Repairing, redistributing or replacing covered recalled products with like products or substitutes, not to exceed your original cost of manufacturing, processing, acquisition and/or distribution. These expenses must be incurred as a result of a "product recall'. CG 72 80 07 17 Includes copyrighted material of insurance Services Office, Inc., with its permission. Page 12 of 12 Policy #85316434 COMMERCIAL AUTO CA 71 09 01 17 THIS ENDORSEMENT CHANGES THE POLICY. PLE.ASU READ IT CAREFULLY. BUSINESS AUTO ULMA FNID®RSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM COMMON POLICY CONDITIONS COVERAGE INDEX DESCRIPTION PAGE Temporary Substitute Auto Physical Damage 2 Broad Form Insured 2 Employee as Insureds 2 Additional Insured Status by Contract, Agreement or Permit 2 Bail Bond Coverage 3 Loss of Earnings Coverage 3 Amended Fellow Employee Coverage 3 Towing and Labor 3 Physical Damage Additional Transportation Expense Coverage 3 Extra Expense -Theft 3 Rental Reimbursement and Additional Transportation Expense 4 Personal Effects Coverage 4 Personal Property of Others 4 Locksmith Coverage 4 Vehicle Wrap Coverage 5 Airbag Accidental Discharge 5 Audio, Visual and Data Electronic Equipment Coverage 5 Auto Loan/Lease Total Loss Protection 5 Glass Repair —Deductible Amendment 5 Amended Duties in the Event of Accident, Claim, Suit or Loss 6 Waiver of Subrogation Required by Contract 6 Unintentional Failure to Disclose 6 Hired, Leased, Rented or Borrowed Auto Physical Damage 6 Mental Anguish 7 Extended Cancellation Condition 7 The COVERAGE INDEX set forth above is informational only and grants no coverage. Terms set forth in Gold Italics) are likewise for information only and by themselves shall be deemed to grant no coverage. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 7 (Temporary Substitute Auto Physical Damage) A. TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE SECTION I — COVERED AUTOS, paragraph C. Certain Trailers, Mobile Equipment and Temporary Substitute Autos is amended by adding the following at the end of the existing language: If Physical Damage Coverage is provided under this Coverage form for an "auto" you own, the Physical Damage coverages provided for that owned "auto" are extended to any "auto" you do not own while used with the permission of its owner as a temporary substitute for the covered "auto" you own that is out of service because of its breakdown, repair, servicing, 'loss", or destruction B. BROADENED LIABILITY COVERAGES SECTION II — LIABILITY COVERAGE in Paragraph A. Coverage at 1. Who is An Insured is amended to include the following. (goad Form Insured) d. Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date of the Coverage Form. However, the Named Insured does not include any subsidiary that is an "insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of its Limit of insurance. e. Any organization that is acquired or formed by you, during the term of this policy and over which you maintain majority ownership. However, the Named Insured does not include any newly formed or acquired organization: (1) That is a joint venture or partnership, (2) That is an "insured" under any other policy, (3) That has exhausted its Limits of Insurance under any other policy, or (4) 180 days or more after its acquisition or formation by you, unless you have given us notice of the acquisition or formation Coverage does not apply to "bodily injury" or "property damage" that results from an accident that occurred before you formed or acquired the organization. (Employee as Insureds) f. Any employee of yours while acting in the course of your business or your personal affairs while using a covered "auto" you do not own, hire or borrow. (Additional insured Status by Contract, Agreement or Permit) g. Any person or organization whom you are required to add as an additional insured on this policy under a written contract or agreement; but the written contract or agreement must be: (1) Currently in effect or becoming effective during the term of this policy; and (2) Executed prior to the "bodily injury" or "property damage." The additional insured status will apply only with respect to your liability for "bodily injury" or "property damage" which may be imputed to that person(s) or organization(s) directly arising out of the ownership, maintenance or use of the covered "autos" at the location(s) designated, if any. Coverage provided by this endorsement will not exceed the limits of liability required by the written contract or written agreement even if the limits of liability stated in the policy exceed those limits. This endorsement shall not increase the limits stated in Section ll. C. Limits of insurance. For any covered "auto" you own this Coverage Form provides primary coverage. Page 2 of 7 includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 C. BROADENED SUPPLEMENTARY PAYMENTS SECTION Ii. LIABILITY A. Coverage 2. Coverage Extensions a. Supplementary Payments (2) and (4) are replaced by the following: (Bail Bond Coverage) (2) Up to $5,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (Loss of Earnings Coverage) (4) Ail reasonable expenses incurred by the "insured" at our request, including actual loss of earning up to $500 a day because of time off from work. (Amended Fellow Employee Exclusion) D. AMENDED FELLOW EMPLOYEE EXCLUSION Only with respect to your "employees" who occupy positions which are supervisory in nature, SECTION ll. LIABILITY B. Exclusion 5. Fellow Employee is replaced by: 5. Fellow Employee "Bodily Injury". a. To you, or your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); b. To your "executive officers" and directors (if you are an organization other than a partnership, joint venture, or limited liability company) but only with respect to performance of their duties as your officers or directors; c. For which there is an obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph a and b above; or d. Arising out of his or her providing or failing to provide professional health care services. For purposes of this endorsement, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, transfer, direct, discipline or discharge. E. BROADENED PHYSICAL DAMAGE COVERAGES SECTION III —PHYSICAL DAMAGE COVERAGE A. Coverage is amended as follows: (Towing and Labor) 2. Towing is deleted and replaced with the following: 2. Towing and Labor We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" is disabled: a. For private passenger type vehicles we will pay up to $900 per disablement. b. For all other covered "auto's" we will pay up to $500 per disablement However, the labor must be performed at the place of disablement. (Physical Damage Additional Transportation Expense Coverage) 4. Coverage Extensions a. Transportation Expenses is amended to provide the following limits: We will pay up to $60 per day to a maximum of$9,800. All other terms and provisions of this section remain applicable. The following language is added to 4. Coverage Extensions: (Extra Expense— Theft) c. Theft Recovery Expense If you have purchased Comprehensive Coverage on an "auto" that is stolen, we will pay the expense of returning that stolen auto to you. The limit for this coverage extension is$5,000. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 7 (Rental Reimbursement and Additional Transportation Expense) d. Rental Reimbursement We will provide Rental Reimbursement and Additional Expense coverage only for those Physical Damage coverages for which a premium is shown in the Declarations or schedule pages. Coverage applies only to a covered "auto". (1) We will pay for auto rental expense and the expense incurred by you because of "loss" to remove and transfer your materials and equipment from a covered "auto" to a covered "auto." Payment applies in addition to the otherwise applicable coverage you have on a covered "auto." No deductible applies to this coverage. (2) We will pay only for expenses incurred during the policy period and beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: (a) The number of days reasonably required to repair or replace the covered "auto." If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you, or (b) 30 days. (3) Our payment is limited to the lesser of the following amounts: (a) Necessary and actual expenses incurred; or (b) $75 per day. (c) This coverage does not apply while there are spare or reserve "autos" available to you for your operations. (d) If"loss" results from the total theft of a covered "auto" of the private passenger or light truck type, we will pay under this coverage only that amount of your rental reimbursement expense which is not already provided for under the SECTION IiI — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, a. Transportation Expenses. (Personal Effects Coverage) e. Personal Effects If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $500 for Personal Effects stolen with the "auto". The insurance provided under this provision is excess over any other collectible insurance. For this coverage extension, Personal Effects means tangible property that is worn or carried by an "insured". (Personal Property of Others) f. Personal Property of Others We will pay up to $500 for loss to personal property of others in or on your covered "auto." This coverage applies only in the event of "loss" to your covered "auto" caused by fire, lightning, explosion, theft, mischief or vandalism, the covered "auto's" collision with another object, or the covered "auto's" overturn. No deductibles apply to this coverage. (Locksmith Coverage) g. Locksmith Coverage We will pay up to $250 per occurrence for necessary locksmith services for keys locked inside a covered private passenger "auto". The deductible is waived for these services. Page 4 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 (Vehicle Wrap Coverage) h. Vehicle Wrap Coverage If you have Comprehensive or Collision coverage on an "auto" that is a total loss, in addition to the actual cash value of the "auto", we will pay up to $1,000 for vinyl vehicle wraps which are displayed on the covered "auto" at the time of total loss. Regardless of the number of autos deemed a total loss, the most we will pay under this Vehicle Wrap Coverage for any one 'loss" is $5,000. For purposes of this coverage provision, signs or other graphics painted or magnetically affixed to the vehicle are not considered vehicle wraps. (Airbag Accidental Discharge) F. SECTION III — PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended at 3. to include the following language: If you have purchased Comprehensive or Collision Coverage under this policy, this exclusion does not apply to mechanical breakdown relating to the accidental discharge of an air bag. This coverage applies only to a covered auto you own and is excess of any other collectible insurance or warranty. No deductible applies to this coverage. G. BROADENED LIMITS OF INSURANCE (Audio, Visual and Data Electronic(Equipment Coverage) SECTION III — PHYSICAL DAMAGE COVERAGE — C. Limit of Insurance at 1.b. is amended to provide the following limits: b. Limits of $1,000 per 'loss" is increased to $5,000 per 'loss". All other terms and provisions of this section remain applicable. (Auto Loan/Lease Total Loss Protection) SECTION III — PHYSICAL DAMAGE COVERAGE — C. Limit of Insurance is amended by adding the following language: 4. In the event of a total 'loss" to a covered "auto" shown in the Schedule pages, subject at the time of the 'loss" to a loan or lease, we will pay any unpaid amount due including up to a maximum of $500 for early termination fees or penalties on the lease or loan for a covered"auto" less: a. The amount paid under the Physical Damage Coverage Section of the policy; and b. Any. (1) Overdue lease 1 loan payments at the time of the 'loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (5) Carry-over balances from previous loans or leases. (Glass Repair—Deductible Amendment) H. GLASS REPAIR —DEDUCTIBLE SECTION III —PHYSICAL DAMAGE COVERAGE —D. Deductible is amended by adding the following: Any deductible shown in the Declarations as applicable to the covered "auto" will not apply to glass breakage if the damaged glass is repaired, rather than replaced. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 7 (Amended Duties in the Event of Accident, Claim, Suit or Loss) 1. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Under SECTION IV — BUSINESS AUTO CONDITIONS, A. Loss Conditions , the following is added to paragraph 2. Duties In The Event of Accident, Suit or Loss: d. Knowledge of any "accident", "claim", "suit" or "loss" will be deemed knowledge by you when notice of such "accident", "claim", "suit" or"loss" has been received by: (1) You, if you are an individual; (2) Any partner or insurance manager if you are a partnership; (3) An executive officer or insurance manager, if you are a corporation; (4) Your members, managers or insurance manager, if you are a limited liability company; or (5) Your officials, trustees, board members or insurance manager, if you are a not-for-profit organization. (Waiver of Subrogation by Contract) J. WAIVER OF SUBROGATION REQUIRED BY CONTRACT Under SECTION IV, BUSINESS AUTO CONDITIONS, A. Loss Conditions 5. Transfer of Rights of Recovery Against Others to Us the following language is added: However, we waive any rights of recovery we may have against the person or organization with whom you have agreed in writing in a contract, agreement or permit, to provide insurance such as is afforded under the policy to which this endorsement is attached. This provision does not apply unless the written contract or written agreement has been executed, or permit has been issued, prior to the "bodily injury" or"property damage." (Unintentional Failure to Disclose) K. UNINTENTIONAL FAILURE TO DISCLOSE Under SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions , the following is added to 2. Concealment, Misrepresentation Or Fraud: Your unintentional error in disclosing, or failing to disclose, any material fact existing at the effective date of this Coverage Form, or during the policy period in connection with any additional hazards, will not prejudice your rights under this Coverage Form. (Hired, Leased, Rented or Borrowed Auto Physical Damage) L. HIRED, LEASED, RENTED OR BORROWED AUTO PHYSICAL DAMAGE Under SECTION IV — BUSINESS AUTO CONDITIONS B. General Conditions 5. Other Insurance Paragraph 5.b. is replaced by the following: b. (1) For "Comprehensive" and "Collision" Auto Physical Damage coverage provided by this endorsement, the following are deemed to be covered "autos" you own: (a) Any Covered "auto" you lease, hire, rent or borrow; and (b) Any Covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto" (2) Limit of Insurance For This Section The most we will pay for any one "loss" is the lesser of the following: (a) $75,000 per accident, or (b) actual cash value at the time of loss, or (c) cost of repair. Page 6 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 Minus a $500 deductible. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total loss. No deductible applies to "loss" caused by fire or lightning. (3) This Hired Auto Physical Damage coverage is excess over any other collectible insurance. (4) Definitions For This Section (a) Comprehensive Coverage: from any cause except the covered "auto's" collision with another object or the covered "auto's" overturn. We will pay glass breakage, "loss" caused by hitting a bird or animal and, "loss" caused by falling objects or missiles. (b) Collision Coverage: caused by the covered "auto's" collision with another object or by the covered "auto's" overtum. (Mental Anguish) M. MENTAL ANGUISH Under SECTION V—DEFINITIONS, C. is replaced by the following: C. "Bodily injury" means bodily injury, sickness or disease sustained by a person including mental anguish or death resulting from bodily injury, sickness, or disease. (Extended Cancellation Condition) N. EXTENDED CANCELLATION CONDITION Under CANCELLATION, of the COMMON POLICY CONDITIONS form, item 2.b. is replaced by the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, inc., with its permission. Page 7 of 7 Policy #8537.6434 CA 73 34 09 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY m OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The following language replaces SECTION IV BUSINESS AUTO CONDITIONS Dart B. General Conditions 5. Other Insurance c.: C. Regardless of the provisions of Paragraph a. above, this Coverage Form's Covered Autos Liability Coverage is primary for any liability assumed under an "insured contract". This coverage will also be non-contributory if it is required by the terms of the "insured contract". CA 73 34 09 15 includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 WORKERS COMPENSATION APJD EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All TX Operations 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. This endorsement changes the policy to which it is attached and Is effective on the date issued unless otherwise stated. Date Prepared: June 21, 2018 Carrier: Bridgefield Casualty Insurance Company Effective Date of Endorsement: August 12, 2018 Policy Number: 196-43838 Countersigned by; Insured: William J Schultz Inc WC 42 03 04 B (Ed. 6-14) "Includes copyright material of the National Council on Compensation Insurance, Inc. used with its permission. Copyright 2014 NCCI" N Policy #ZUP41M1142817NF r' UMBRELLA EXCESS FOLLOW-FORM AND UNBRELLA LIABILITY INSURANCE I44I4 POLICY, IN PART, PROVIDES FOLLOW-FORM LIABILITY COVERAGE. COVERAGE WILL AMPLY ON A CLAIMS-MADE BASIS WHEN g FOLLOWING CLAIMS-MADE UNDERLYING INSURANCE. COVERAGE WILL APPLY ON A DEFENSE-WITHIN-LIMITS BASIS g WHEN FOLLOWING UNDERLYING INSURANCE UNDER WHICH ° DEFENSE EXPENSES ARE PAYABLE WITHIN AND NOT IN ADDITION DITION TO, THE LIMITS OF INSURANCE. WIDEN FOLLOWING SUCH a UNDERLYING INSURANCE PAYMENT OF DEFENSE EXPENSES UNDER THIS POLICY WILL REDE AND MAY EXHAUST, THE LIMITS OF INSURANCE OF THIS POLIO' . r- PLEASE READ THE ENTIRE POLICY CAREFULLY. N Various provisions In this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy, the words "you" and "your" refer to the Named Insured shown In the Declarations and any other person or organization qualifying as a Named Insured under this policy. The words "we", "us" and "our" refer to the company providing this insurance. N The word "insured" means any person or organization qualifying as such under SIICTION 11 - o WHO IS AN INSURED. Other words and phrases that appear in 4uotation marks have special meaning. Refer to * SECTIGN VI -- DEFINITIONS. SECTION 1 - COVERAGES a. The applicable limit of insurance A. COVERAGE A - NXCESS FOLLOW-FORM stated for the policies of LIABILITY "underlying insurance" in the Schedule of Underlying Insurance 1. We will pay on behalf of the insured will be considered to be reduced those sums, in excess of the or exhausted only by the "applicable underlying limit", that the following payments. insured becomes legally obligated to pay as damages to which Coverage A (1j Payments of judgments or settlements for damages that of this insurance applies, provided are covered by that that the "underlying insurance" would underlying apply to such damages but for the of insurance". However, if such exhaustion of its applicable limits of underlying insurance" has a Insurance. If a sublimit is specified in policy Period which differs any "underlying insurance", coverage from the policy period of this A of this Insurance applies to Excess Follow-Form And damages that are in excess of that Umbrella Liability insurance, i® sublimit only if such sublimit is any such payments for shown for that "underlying insurance" damages that would not be covered by this Excess Follow- Insurance. the Schedule Of Underlying Insurance, Form And Umbrella Liability Insurance because of its 2. Coverage A of this Insurance is different policy period will not subject to the same terms, reduce or exhaust the conditions, agreements, exclusions applicable limit of insurance and definitions as the "underlying stated for such "underlying insurance", except with respect to insurance"; any provisions to the contrary (2) Payments of "medical exp- contained in this insurance. ansae that are covered by S. The amount we will pay for damages that "underlying insurance" and Is limited as described in SECTION III are incurred for "bodily injury" - LIMITS Of INSURANCE. caused by an accident that takes +4licy . For the purposes of Paragraph 1. period pofc th surExcesseFolow- above. Form And Umbrella Liability Insurance; or EU 00 01 07 fB 0 2018 The Trrrrelers Indemnity Company. All rights reserved Page 1 of 23 UMBRELLA (3) Payments of defense expenses "property damage", "personal injury" ~ that are covered by that or "advertising injury" to which "underlying insurance", only if Coverage B of this insurance applies. such "underlying insurance" 2, Coverage B of this insurance includes such payments within g applies the limits of Insurance, to "bodily injury" or "property However, if such "underlying damage" only if: insurance" has a policy period a, The "bodily injury" or "property which differs from the policy damage" is caused by an period of this Excess Follow- "occurrence" that takes place Form And Umbrella Liability anywhere In the world; Insurance, any such payments for defense expenses that b. The "bodily injury" or "property would not be covered by this damage" occurs during the policy Excess Follow-Form And period; and Umbrella Liability Insurance C. Prior to the policy period, no because of its different policy insured listed under Paragraph 1. period will not reduce or in Paragraph R., COVKNAOE U - exhaust the applicable limit of UMBRELLA LIABILITY, of SUCTIM 11 Insurance stated for such WHO 13 AN 10893ED and no underlying insurance "employee" authorized by you to If the applicable limit of insurance give or receive notice of an stated far the policies of "occurrence" or claim, knew that 'underlying insurance" in the the "bodily injury" or "property Schedule Of Underlying Insurance damage" had occurred, in whol Is actually reduced or exhausted or in part. If such a listed Insured by other payments, Coverage A of or authorized "employee" knew, this Insurance is not Invalidated. prior to the policy period, that the However, in the event of a loss, "bodily injury" or "property we will pay only to the extent damage" occurred, in whole or in that we would have paid had such part, then any continuation, change limit not been actually reduced or or resumption of such "bodily exhausted by such other payments. injury" or "property damage" b. If any "underlying insurance" has during or after the policy period a limit of insurance greater than will be deemed to have been the amount shown for that known prior to the policy period. insurance In the Schedule of 3. Coverage B of this insurance applies Underlying Insurance, this to "personal injury" or "advertising insurance will apply In excess of injury" caused by an offense arising that greater amount. If any out of your business, but only if the "underlying Insurance" has a limit offense was committed during the of insurance, prior to any policy period anywhere in the world. p ymeintn ofordamages, sti"medical The amount we will pay for damages expenses" or defense expenses is limited as described in SECTION III described in Paragraph a. above, - LIMITS OF INSUiRANC6. that is less than the amount S. "Bodily injury" or "property damage": shown for that insurance in the Schedule Of Underlying Insurance, a Which occurs during the policy this insurance will apply in excess period, and of the amount shown for such It. Which was not prior to, but was insurance in the Schedule Of during, the policy period known to Underlying insurance. have occurred by any insured 5. When the "underlying Insurance" listed underParagraph 1. in applies on a claims-made basis and Paragraph &. COVERAGE S -- Includes a retroactive date provision, UMBRELLA LIABILITY of SECTION If the retroactive date for Coverage A WHO IS AN INSURED, or any of this insurance is the same as the WHO authorized by you to retroactive date of that "underlying give notice of an "occurrence" or Insurance". claim; B. COVERAGE B - RMORKLA LIABILITY Includes any continuation, change or 1. We will pay on behalf of the insured resumption of the "bodily injury," or those sums in excess of the "self- or"property damage" after the end of insured retention" that the insured the policy period. becomes legally obligated to pay as 6. "Bodily injury." or "property damage" damages because of "bodily injury", will be deemed to have been known Page 2 of 23 0 2016 The Travelers Indemnity Company. All rights reserved EU 00 01 07 16 N in O UMBRELLA to have occurred at the earliest time b. End when we decide that the when any insured listed under trials no longer exists or when Paragraph 1. in Paragraph B., COVERAQ the Crisis Management Service B - UMBRELLA LIABILITY, of SECTION II Expenses Limit has been WHO IS AN IIE'3IIM or any exhausted, whichever occurs first. "employee" authorized by you to give 4 The amount we will or receive notice of an "occurrence" Ray for "crisis or claim: management service expenses" is $ limited as described in SECTIGN III - & Reports all, or i&ny part, of the LIMITS OF INSIIRAMM. "bodily" Injury" or "property damage to us oP any ogler retention"� A "self-insured idoes not C� insurer; apply to "crisis management service k Receives a written or verbal expenses". r, demand or claire for damages 6. Any payment of "crisis management ° because of the "bodily injury" or service expenses" that we make will "property damage"; or not be determinative of our obligations under this insurance with " t6. Becomes aware by any other respect to any claim or "suit" or means that the "bodily injury" or create any duty to defend or N "property damage" has occurred indemnify any insured for any claim 4 or has begun to occur. or "suit". Go 7. Damages because of "bodily injury" U IWFENSE MO SIMILt, I;�'A11Y �AYMFNTS person orinclude organization ones irforl cars, loss I. We will have the right and duty to Of services or death resulting at any defend the insured: time from the "bodily injury". m Under Coverage A, against a "suit` O B. Coverage B of this Insurance sloes seeking damages to which such ° not apply to damages covered by any coverage applies, If: 4 to Insurance or that would (1) The "applicable underlying have been covered by any "underlying limit" is the applicable limit of insurance" but for the exhaustion of insurance stated for a policy its applicable limit of insurance. ,r of underlying insurance„ in C• COVEI1;iAGig C - CRISIS MANAGEMIMIT the Schedule Of Underlying SERVICE EXPENSES Insurance and such limit has I. We will reimburse the insured, or a been exhausted solely due to on the insured's behalf, "crisis payments as permitted in Paragraphs 4.a{11. (Z) and LO of ,r management service expenses to Cf�V�i�AGI: A -- EXCESS FOLLOW- which Coverage C applies. F110 LIABILITY of SECTION I - 2. Coverage C of this insurance applies COVERAGE$; or to "crisis management service (2) The "applicable underlying expenses” that: limit" is the applicable limit of ML Arise out of a "crisis management any "other insurance" and such event" that first commences limit has been exhausted by during the policy period; payments of judgments, settle- n 6. Are incurred by the insured, after ments or medical expenses, or related costs or a "crisis management event" first expenses {if ex commences and before such event such costs ar expenses reduce ends; and such limits). For any "suit" for which we have L Are submitted to us within 180 the right and duty to defend the days after the "crisis management insured under Coverage A, defense advisor" advises you that the „ expenses will be within the limits crisis management event no of insurance of this policy when longer exists, such expenses are within the La 3. A "crisis management event" will be limits of insurance of the deemed to: applicable "underlying insurance"; L First commence at the time when or any "executive officer" first k Under Coverage B, against a "suit" becomes aware of an "event" or seeking damages to which such "occurrence" that leads to that coverage applies. "crisis management event"; and 2. We have no duty to defend any Insured against any "suit": EU 00 01 07 16 0 2016 The Travelers Indemnity Company. All rights reserved. Nage 3 of 23 UMBRELLA IL Seeking damages to which this we have paid, offered to pay or Insurance does not apply; or deposited in court the part of the b. If any other insurer has a duty to judgment that is within the - defend. applicable limit of insurance. If we do not pay part of the 3 When we have the duty to defend, judgment for any reason other we may, at our discretion, investigate than it is more than the applicable and settle any claim or "suit". In all limit of insurance, we will not other cases, we may, at our pay any Interest that accrues on discretion, participate In the that portion of the judgment. Investigation, defense ,and settlement With respect to a claim we of any claim or "suit for damages investigate or settle, or " to which this insurance may apply. if we exercise such right suit" against h right to participate, an insured we defend under COVERAGEA - EXCESS FOLLOW_FOW LIABILITY, all expenses we incur in doing so these payments will not reduce the will not reduce the applicable limits of insurance. but applicable thlemiappl able insurance,s of "underlying 4. Our duty to defend ends when we insurance" provides for such have used up the applicable limit of payments in addition to its limits of Insurance in the payment of insurance. With respect to a claim we judgments or settlements, or defense investigate or settle, or "suit" against expenses If such expenses are within an insured we defend under COVERAGE the limits of insurance of this policy. 0 - UMBRELLA LIABILITY, these S. We will pay, with respect to a claim payments will not reduce the we investigate or settle, or "suit" applicable limits of insurance. against an insured we defend: W.CTIOW ii - WHO IS AN INSURED a All expenses we incur. A, COVERAGE A - EXCESS FOLLOW-FORM b. The cost of: LIABILITY (1) Ball bonds required because of With respect to Coverage A, the accidents or traffic law following persons and organizations violations arising out of the qualify as insureds: use of any vehicle to which 1. The Named Insured shown in the this insurance applies; or Declarations; and (2) Appeal bonds and bonds to 2, Any other person or organization release attachments; qualifying as an insured In the but only for bond amounts within "underlying insurance". If you have the applicable limit of insurance. agreed to provide insurance for that We do not have to furnish these person or organization in a written bonds. contract or agreement: c. All reasonable expenses incurred a. The limits of insurance afforded by the insured at our request to to such person or organization assist us in the Investigation or will be: defense of such claim or "suit", (1) The amount by which the includin actual loss of earnings minimum limits of Insurance UP to 11,000 a day because of you agreed to provide such time off from work. person or organization In that d. All court costs taxed against the written contract or agreement insured in the "suit". However, exceed the total limits of these payments do not include insurance of all applicable attorneys' fees or attorneys' "underlying Insurance"; or expenses taxed against the {2) The limits of insurance of this Insured. policy; 6. Prejudgment interest awarded whichever is less; and against the insured on that part of the judgment we pay. If we make b. Coverage under this policy does an offer to pay the applicable not apply to such person or limit of insurance, we will not organization If the minimum limits pay any prejudgment interest of Insurance you agreed to based on that period of time after P person or the offer, organization In that written f. All interest that accrues on the contract or agreement are wholly within the total limits of insurance full amount of any judgment after of all available applicable entry of the judgment and before "underlying insurance". Page 4 of 23 0 2016 The Travelers Indemnity Company. All rights reserved. EIS 00 01 07 10 n LO a UMBRELLA B. COVERAGES - UMBRELLA LIABILITY course of his or her With respect to Coverage B: employment or performing dues 1. The Named Insured shown In the conduct oflated to the Declarations is an insured. or to your other "our volunteer 2. If you are: workers" while performing duties related to the a, An individual, your spouse is also conduct of your business; $ an Insured, but only with respect to the conduct of a business of (h) To the spouse, child, which you are the sole owner, parent, brother or sister of that co-"employeell or h. A partnership or joint venture, "volunteer worker" els a your members, your partners and consequence of Paragraph «, their spouses are also insureds, ('()(A) above; a but only with respect to the (�) For which there is an conduct of your business. y Obligation to share damages C. A limited liability company, your with or repay someone else members are also Insureds, but who must pay damages only with respect to the conduct because of the In'ury of your business. Your managers described in Paragraph F7)(11) are also insureds, but only with or (6) above; or respect to their duties as your managers. (d) Arising out of his or her d. An organization other than a providing or failing to provide professional health partnership, joint venture or care services. limited liability company. your Unless you are in the business o "officers" and directors are also 0 insureds, but only with respect to or occupation of providing their duties as your "officers" or professional health care + directors. Your stockholders are services. Paragraphs (1)(*), (6), also insureds, but only with (e) and (d) above do not respect to their liability as apply to "bodily injury" arising stockholders. out of providing or failing e. A trust, your trustees are also to provide first aid or "Good with respect to Samaritan services" by any Insureds, but only p of your "employees" or their duties as trustees. "volunteer workers" other than 3. Each of the following is also an an employed or volunteer insured: doctor. Any such "employees" >� Your "volunteer workers" onlyor "volunteer workers" while performing duties related tfirst providing or "Goor od tSamaitan the conduct of your business, or services" during their work your "employees", other than hours for you will be deemed either your "officers" (if you are to be acting within the scope an organization other than a of their employment by you or partnership, joint venture or performing duties related to limited liability company) or your the conduct of your business. managers (if you are a lirnited liability company), but only for (Z) "Property darnage" to property: acts within the scope of their (a) Owned, occupied or used employment by you or while by, or performing duties related to the conduct of your business. (b) Rented to, in the care, However, none of these custody or control of, or "employees" or "volunteer over which physical control workers" are insureds for: is being exercised for any (9) "Bodily injury" or "personal purpose by; injury": you, any of your "employees- (a) employees.'( To or "volunteer workers", any of you, to your partners or your partners or members (if members (if you are a you are a partnership or joint partnership or joint venture), venture), or any of your to your members (if you members (if you are a limited are a limited liability liability company). company), to a co- "employee" while in the Lru 00 01 07 is 0 2016 The Travelers Indemnity Company. All rights reserved. Page 5 of 23 UMBRELLA It. Any person (other than your No person or organization Is an insured . "employee" or "volunteer or will qualify as a Named Insured with worker"), or any organization, respect to the conduct of any current or while acting as your real estate past partnership, joint venture or limited manager. liability company that is not shown as a c. Any person or organization having Named Insured in the Declarations. This proper temporary custody of your paragraph does not apply to any such property if you die, but only partnership, joint venture or limited liability company that otherwise qualifies (11 With respect to liability arising as an insured under Paragraph f of out of the maintenance or use SECTION II — WO IS AN INSURED. of that property; and C. COVERAGE C — CRISIS MAvjAg EI��if (Z) Until your legal representative SERVICE EXPENSES has been appointed. With respect to Coverage C, the d. Your legal representative if you following persons and organizations are die, but only with respect to insureds and will qualify as Named duties as such. That representative Insureds: will have all your rights and duties under this insurance. 1, The Named insured shown in the 4. Any organization, other than a Declarations. partnership, joint venture or limited 2. Any organization, other than a liability company, of which you are partnership, joint venture or limited the sole owner, or in which you liability company, of which you are maintain an ownership interest of the sole owner, or In which you more than 50%, on the first day of maintain an ownership interest of the policy period is an insured and more than 50%, on the first day of will qualify as a Named Insured. No the policy period. No such such organization is an insured or organization is an insured or will will qualify as a Named Insured for qualify as a blamed Insured for "bodily injury" or "property damage" "crisis management service expenses" that occurred, or "personal injury- or arising out of a "crisis management "advertising injury" caused by an event" that first commences after the offense committed after the date, if date, if any, during the policy period, any, during the policy period, that that you no longer maintain an you no longer maintain an ownership ownership interest of more than 50% interest of more than 50% in such in such organization. organization. I Any organization you newly acquire 5. Any organization you newly acquire or form, other than a partnership, or form, o;her than a partnership, joint venture or limited liability joint venture or limited liability company, and of which you are the company, and of which you are the sole owner, or in which you maintain sola owner, or In which you maintain an ownership interest of more than an ownership interest of more than 50%, if there is no other similar 50%, is an insured and will qualify as insurance available to that a Named Insured if there is no other organization. However: similar insurance available to that a. Coverage under this provision is organization. However. afforded only until the 180th day a Coverage under this provision is after you acquire or form the afforded only until the 980th day organization or the end of the after you acquire or form the policy period, whichever is earlier; organization or the end of the and ptollicy period, whichever is earlier; b. Coverage for such organization does not apply to "crisis b. Coverage for such organization management service expenses" does not apply to: arising out of a "crisis manage- ment event" that occurred before (1) `Bodily injury„ or "property you acquired or formed the damage" that occurred; or organization, even if an "executive (2) "Personal injury" or officer" only first becomes aware advertising injury arising out of an "event" or "occurrence" that of an offense committed; leads to such "crisis management event" after the date you acquired before you acquired or formed the or formed the organization. organization. Page 6 of 23 41) 2016 The Travelers Indemnity Company. All rights reserved. EU 06 01 07 16 N In O UMBRELLA No person or organization Is an insured because of "bodily injury" or "property or will qualify as a Named Insured with damage" included In the "products- ' v respect to the conduct of any current or completed operations hazard". past partnership, joint venture or limited Paragraph Subject to D. Sub liability company that Is not shown ass j gra h B. or C. above, Named Insured in the Declarations. whichever applies, the Occurrence l..imit SECTIONIII - LUTS OF 1lNSURA'UCE Is the most we will pay for the sum of ,. all. $ A. The Limits of Insurance shown In the 1. Damages, and defense expenses if Declarations and the rubes below fix the such expenses are within the limits r most we will pay for the amounts of Insurance of this policy, under described below to which this insurance Coverage A arising Out of any one applies regardless of the number of; "event" to which the "underlying 1. Insureds; insurance" applies a limit of g insurance that is separate from any 2. Claims made or "suits" brought; aggregate limit of insurance; and 3. Number of vehicles Involved; 2. Damages under Coverage B because g. Persons or organizations making of all "bodily injury", "property claims or bringing "suits"; or damage", ,•personal Injury" or inr v 5. Coverages provided under this onevertising"occurrrence"y" arising out of any insurance. -for the purposes of determining the As indicated in Paragraph II.1. of SECTIQ;a applicable Occurrence Limit, all related I a COVERAGES, for any "suit" for which acts or omissions committed in the we have the right and duty to defend the providing or failing to provide first aid V insured under Coverage A, defense or "Good Samaritan services" to any o expenses will be within the limitsof one person will be considered one a insurance of this policy when such "occurrence". W expenses are within the limits of ° insurance of the E, The Crisis Management Service Expenses insurance", applicable 'underlying Limit is the most we will pay for the sum of all "crisis management service B. The General Aggregate Limit is the most expenses" arising out of all "crisis we will pay for the sum of all: management events". Payment of such 1. Damages; and crisis management service expenses" is in addition to, and will not reduce, any 2. Defense expenses if such expenses other limit of insurance of this policy. are within the limits of insurance of F. The limits of insurance of this policy this policy; apply separately to each consecutive except: annual period and to any remaining !ri® 1. Damages and defense expenses period of less than 12 months, starting p with the beginning of the policy period l because of "bodily injury" a shown In the Declarations. If the policy "property damage" included in the period is extended after issuance for an to hazard"; additional period of less than 12 months, 2. Damages and defense expenses the additional period will be deemed part because of "bodily injury,, or of the last preceding period for purposes "property damage" included in the of determining the limits of insurance. eNm Ulawl "products-completed operations SECTION IV - EXGLIISIDmS hazard"; or '91 S. Damages and defense expenses for This insurance does not apply to: which insurance is provided under any A, with respect to Coverage A and Aircraft Liability coverage included as Coverage B: "underlying insurance" to which no 1. Asbestos j aggregate limit applies. C. The Products-Completed Operations Damages arising out of the actual Aggregate Limit is the most we will pay or alleged presence or actual, for the sum of all; alleged or threatened dispersal of asbestos, asbestos fibers or 1. Damages; and products containing asbestos, 2. Defense expenses if such ex enses provided that the damages are p caused or contributed to by the are within the limits of insurance of hazardous properties of asbestos. this policy; Il. Damages arising out Of the actual or alleged presence or actual, alleged or threatened dispersal of BU 00 01 07 16 0 2016 The Travelers indemnity Company. All rights reserved, Page 7 of 23 UMBRELLA any solid, liquid, gaseous or 8. Whether the insured may be liable . thermal irritant or contaminant, as an employer or In any other including smoke, vapors, soot, capacity; and fumes, acids, alkalis, chemicals and waste, and that are part of b. To any obligation to share any claim or "suit" which also damages with or repay someone alleges any damages described in else who must pay damages Paragraph a above. because of the injury. C. Any loss, cost or expense arising 3. ERISA, COCA And Similar Laws out of any: Any obligation of the insured under. (1) Request, demand, order or P. The Employees Retirement Income statutory or regulatory Security Act Of 1974 (EfiISA) or requirement that any insured or any of its amendments; others test for, monitor, clean up, remove, contain, treat, b. The Consolidated Omnibus Budget detoxify or neutralize, or in Reconciliation Act of 1988 any way respond to, or assess (COBRA) or any of its the effects of, asbestos, amendments; or asbestos fibers or products c. Any similar common or statutory containing asbestos; or law of any jurisdiction. (2) Claim or "suit" by or on 4. Medical Expenses Or Piaynants behalf of any governmental authority or any other person Any obligation of the insured under or organization because of any "medical expenses" or medical testing for, monitoring, clean- payments coverage. ing up, removing, containing, S, Nacie� litrteitlal treating, detoxifying or neutral- izing, or in any way [Damages arising out of. responding to, or assessing the IL The actual, alleged or threatened effects of, asbestos, asbestos exposure of any person or fibers or products containing property to; or asbestos. 2. i-rffilPlayfiiant-Relr0d Practi&es h. The "hazardous properties" of; Damages because of injury to: any "nuclear material". a. A person arising out of any: As used in this exclusion: (1) Refusal to employ that person; a° "Hazardous properties" includes radioactive, toxic or explosive (2) Termination of that person's properties, employment; or b. "Nuclear material" means "source (3) Employment-related practice, material", "special nuclear policy, act or omission, such mrd aterial" or "by-product material"; as coercion, demotion, evaluat- ion, reassignment, discipline, C. "Source material", "special nuclear failure to promote or advance, material" and "by-product mater- harassment, humillation, dis- ial" have the meanings given there crimination, libel, slander, in the Atomic Energy Act of 1954 violation of the person's right or any of its amendments. of privacy, malicious prosecution or false arrest, 6. Uninsured or Vadefinsured MOIDdsts, N©- detention or imprison-ment, Fault And Siailior Lawns applied to or directed at that Any liability imposed on the insured, person, regardless of whether or the insured's insurer, under any of such practice, policy, act or the 'fallowing laws: omission occurs, is applied or Is committed before, during or 0, Uninsured motorists; after the time of that person's b. Underinsured motorists; employment; or b. The spouse, child, parent, brother c. Auto no-fault or other first-party or sister of that person as a personal injury protection (PIP); consequence of injury to that d. Supplementary person as described in Paragraphs uninsured/underinsured motorists ail), (2) or (S) above. (New York); or This exclusion applies: e. Medical expense benefits and income loss benefits (Virginia). Page 8 of 23 0 2016 The Travelers Indemnity Company. All rights reserved. FU 00 IN 07 10 UMBRELLA 7. War gift, distribution or use of Dgas arising out of: alcoholic beverages, S. War, including undeclared or civil A. EtMployers Liability war; or ,Bodily injury" to: IL Warlike action by a military force, a. An "employee" of the insured including action in hindering or arising out of and in the course g defending against an actual or of: expected attack, by any govern- ment, sovereign or other authority (1) Employment by the insured, or using military personnel or other (2) Performing duties related •to agents; or the conduct of the insured's C. Insurrection, rebellion, revolution, business; or usurped power or action taken by Ib• The spouse, child, parent, brother governmental authority in or sister of that "employee" as a hindering or defending against any consequence of "bodily injury" of these. described in Paragraph & above. . WOrkOFS fsompe118Mlan Atli 6ialllav Lavas This exclusion applies: Any obligation of the insured under a � workers compensation, disability IL Whether the insured may be liable asan employer or in any other benefits or unemployment compensation law or any similar law. capacity; and B. With respect to Coverage 0,- b. To any obligation to share damages with or repay someone I. Expected Or Intended Bodily Injury 0else who must pay damages Preparty Damage because of the "bodily injury•• 0 "Bodily injury" or "property damage" 5. �allutloa expected or intended from the a. "Bodily injury", , standpoint of the insured. This property exclusion does not apply to "bodily damage", "Personal injury or injury" or "property damage" If injury" arising out of g the actual, alleged or threatened resulting from the use of reasonable discharge, dispersal, seepage, force to protect persons or property. migration, release or escape of Z. Contractual Liability "pollutants". "Bodily injury", "property damage", b. Any loss, cast or expense arising "personal Injury" or "advertising out of any: injury" for which the insured is obligated to pay damages by reason (�) Request, demand, order or of the assumption of liability in a statutory or regulatory require- contract or agreement. This exclusion that any insured or any does not apply to liability for other person t organization test for. monitor, damages that the insured would have or, clean up, in the absence of the contract or remove, contain, treat, detoxify agreement. or neutralize, or in any way respond to, or assess the 3. Liquor Liability effects of, "pollutants"; or "Bodily injury" or "property damage" (2) Claim or "suit" by or on for which any insured may be liable behalf of any governmental by reason of: authority or any other person a. Causing or contributing to the or organization because of testing for, monitoring, intoxication of an Including causing or contriibutin person, cleaning removing, nntain- to the intoxication of any person Ing, treating, detoxifying neutralizing, or or y because alcoholic beverages were a any way permitted to be brought on your responding to, ssessing the premises for consumption on your effects of, pollll autants . premises; 6. Aircraft b. The furnishing of alcoholic "Bodily injury" or "property damage„ beverages to a person under the arising out of the ownership, legal drinking age or under the maintenance, use or entrustment to influence of alcohol; or others of any aircraft owned or c• Any statute, ordinance or operated by or rented or loaned to any insured. Use includes operation regulation relating to the sale, and "loading or unloading". EU CO 01 07 16 0 2016 The Travelers Indenanndy Company. All rights reserved Fuge 9 of 23 UMBRELLA, This exclusion applies even if the (2) You do not own and is not claims against any insured allege being used to carry any person negligence or other wrongdoing in the or property for a charge. - supervision, hiring, employment, training or monitoring of others by 9. kleculmile Date that insured, if the "occurrence" Damages claimed for the loss of, which caused the "bodily injury" or loss of use of, damage to, corruption "property damage" involved the of, inability to access, or inability to ownership, maintenance, use or manipulate "electronic data". entrustment to others of any aircraft that is owned or operated by or 10. 04111090 TO PI;@p8IFty, Products Dr Work rented or loaned to any insured, "property damage" to: 7. Auto IL Property you own, rent or occupy, "Bodily injury" or "property damage" including any costs or expenses arising out of the ownership, Incurred by you, or any other maintenance, use or entrustment to person or organization, for repair, others of any "auto". Use includes replacement, enhancement, operation and "loading or unloading". restoration or maintenance of such n if the property for any reason, including This exclusion applies eve prevention of injury to a person claims against any insured allege or damage to another's property, negligence or other wrongdoing In this supervision, hiring, employment, h. Premises you sell, give away or training or monitoring of others by abandon if the "property damage" that insured, if the "occurrence" arises out of any part of those which caused the "bodily Injury" or premises; "property damage" involved the C. Property loaned to you; ownership, maintenance, use or entrustment to others of any "auto". A Personal property in the care, This exclusion does not apply to custody or control of the insured; "bodily injury" or "property damage" e. That particular part of real caused by an "occurrence" that takes property on which you or any Place outside of the United States of contractors or subcontractors America ('including its territories and working directly or Indirectly on Possessions), Puerto Rico and Canada. your behalf are performing $. Watercraft operations if the "property Bodily injury,r damage" arises out of those or property damage" operations; arising out of the ownership, f. 'Chat maintenance, use or entrustment to particular part rof e any others of any watercraft owned or property that must be restored, repaired or replaced because " our operated by or rented or loaned to work" was incorrectl y any insured. Use Includes operation y performed and "loading or unloading , on it; This exclusion applies even if the g. „Your product" arising out of claims against any insured allege your product" or any part of It; negligence or other wrongdoing in the or supervision, hiring, employment, IL "Your work" arising out of "your training or monitoring of others by work" or any part of It and that insured, if the "occurrence" included In the "products- which caused the "bodily injury" or completed operations hazard". "property damage" involved the ownership, maintenance, use or 11. 0091109=; to Ifilvi lred Property Or Property entrustment to others of any NOt Physically lejuved watercraft that is owned or operated "Property damage" to "impaired by or rented or loaned to any property", or property that has not insured, been physically Injured, arising out This exclusion does not apply to a of: watercraft: a= A defect, deficiency. inadequacy EL While ashore on premises owned or dangerous condition in "your by or rented to any insured; or product" or "your work"; or 6. That is 50-feet long or less and h. A delay or failure by you, or that: anyone acting on your behalf, to (9) You own; or fulfill the terms of a contract or agreement, Fuge 10 of 23 0 2018 The Travelers Indemnity Company. All rights reserved. EU 00 01 07 16 N In `A k LA This exclusion does not apply to the 1I. fi aterM rMbIished With f1Hptrr1e911e of loss of use of other property arising Falsity out of sudden and accidental physical injury to "your product" or "your "Personal Injury" or "advertising work" after it has been put to its injury" arising out of oral or written intended use. publication, including Publication by d 12- IFt ca ll Of reetts, � ee[s Or I ejPed electr0hIC means, of material, if done frepel�l7y, MA by or at the direction of the Insured $ with knowledge of Its falsity. Damages claimed for any loss, cost paftlislfled Of 9886 Prior T® or expense incurred by you or others Palin ®f�lod for the loss of use, withdrawal, recall, inspection, repair, replacement, 8. "Personal injury" or "advertising adjustment, removal or disposal of: Injury" arising out of oral or o A "Your product"; written publication, including publication by electronic means, K "Your work"; or of material whose first publication ' took place before the beginning of C. "Impaired property", the policy period; or if such product, work or property Is D. "Advertising Injury" arising out of withdrawn or recalled from the Infringement of copyright, "title" market or from use by any person or or "slogan" in your "advertise- organization because of a known or mens" whose first infringement in suspected defect, deficiency your "advertisement" was inadequacy or dangerous condition in comrnftted before the, beginning of it. the policy period. 13. VIDIt-VO i Of Consuarnr Finsncfal Pr©4et;ti®p Tawe 9.f rfmiireo4 Acts N o "Bodily injury", "property damage", "Personal injury" or "advertising"Bodily "personal injury"` or "advertising injury" arising out of a criminal act committed by or at the direction of ' injury" arising out of any actual or the insured. alleged violation of a "consumer financial protection law", or any 20.grengh Of Coad: other "bodily injury", "property 'Personal injury" or "advertising damage", "personal injury" or injury" arising out of a breach of "advertising injury" alleged in any contract. claim or "suit" that also alleges any such violation. 21. Quality pr perf9yftMCe Of Goods — 14. Unsolfelted Communication Failure TO Cranford To Stairuments "Bodilyinjury", "Advertising injury" arising out of the 1 Y , prop®rty damage failure of goods, products or services "personal Injury" or "advertising to conform with any statement of Injury" arising out of any actual or quality or performance made in alleged violation of any law that "advertisement". Your restricts or prohibits the sending, transmitting or distributing of 22. Wrong Description Of Pries$ "unsolicited communication". "Advertising injury" arising out of the 15.Access Or DISCltastare Of Conflrlential fir wrong description of the price of Ptrrsonal Information goods, products or services stated In "Bodily injury", "property damage", Your "advertisement". "personal Injury" or advertising 23. Intellectual property injury" arising out of any access to "Personal injury" or "advertising or disclosure of any person's or Injury" arising out of any actual or organization's confidential or personal alleged infringement or violation of Information. any of the following rights or laws, 16. Knowing Violation Of Rights fit Anothae or any other "personal injury" or "Personal injury" alleged in any Personal injury" or "advertising claim or "suit" that also alleges any injury" caused by or at the direction such infringement or violation. of the insured with the knowledge that the act would violate the rights ae Copyright; of another and would Inflict "personal b. Patent; injury" or "advertising injury". c. Trade dress; d. Trade name; EU 00 01 07 16 0 2078 Th® Travelers Indemnity Company. All rights reserved. Page 11 of 23 UMBRELLA 0. Trademark; to mislead another's potential ' f. Trade secret; or customers. g Other intellectual property rights It With respect to Coverage C: or laws. Newly Acquired, Or Vuerued This exclusion does not apply to: Entities a: "Advertising injury" arising out of "Crisis management service expenses" any actual or alleged Infringement arising out of a "crisis management Or violation of another's copyright, event" that involves any organization "title" or "slogan" in your you newly acquire or form and that "advertisement"; or occurred prior to the date you acquired or formed that organization, even if an L Any other "personal injury" or "executive officer" only first becomes "advertising injury" alleged in any aware of an "event" or "occurrence" that Claim or "suit" that also alleges leads to such "crisis management event" any such infringement or violation after the date you acquired or formed of another's copyright, "title" or such organization. „slogan" in your "advertisement". %C ION V s CONOMONS � . InsuwCdS il liiledle And hiterijet T��e �. APPEALS Business "Personal injury" or "advertising I. If the Insured or the Insured's injury" arising out of an offense underlying insurer" elects not to committed by an insured whose appeal a judgment whlLll exceeds the business is: applicable underlying limit" or "self- e. Advertising, "broadcasting., or insured retention", we may do so. publishing; 2. If we appeal such a judgment, we will pay all costs of the appeal, b. Designing or determining content These payments will not reduce the of websites for others; or applicable limits of insurance. In no C. An Internet search, access, event will our liability exceed the content or service provider. applicable limit of insurance. This exclusion does not apply to 8. [tAMKRUPTCY Paragraphs W), (2) and (3) of the 1. Bankruptcy or insolvency of the definition of "personal injury". insured or of the insured's estate will For the purposes of this exclusion: not relieve us of our obligations under this insurance. e Creating and producing 2, In the event of bankruptcy or correspondence written In the conduct of your businessinsolvency of any "underlying , insurer", this insurance will not bulletins, financial or annual replace such bankrupt or insolvent reports, or newsletters about your „ goods, products or services will underlying insurer's" policy, and this not be considered the business of insurance will apply as if such publishing; and "underlying insurer' had not become L The planing of frames, borders or bankrupt or insolvent. C. CANCELLATIONlinks, or advertising, for you or others anywhere on the Internet 1. The first Named Insured shown In the will not, by Itself, be considered Declarations may cancel this the business of advertising, insurance by mailing or delivering to "broadcasting" or publishing. us advance written notice of 25 610C&®ttiC CFtMOMIs Of Int 1011ie Boards cancellation. "Personal injury" or "advertising 2. We may cancel this insurance by injury arising out of an electronic mailing or delivering to such first chatroom or bulletin board the Named Insured written notice of insured hosts, owns or over which cancellation at least: the Insured exercises control. a. 10 days before the effective date �C,I autb�irizeel Use Of Another's Nprae Or of cancellation if we cancel for Product nonpayment of premium, or "Personal injury" or "advertising b. 60 days before the effective date injury" arising out of the unauthorized of cancellation if we cancel For use of another's name or product in any other reason• your e--mail address, domain name or metatag, or any other similar tactics Page 12 of 23 0 2016 The Travelers Indemnity Company. All rights reserved. EU 00 Q1 07 16 N UMBRELLA 3. We will mail or deliver our notice to insurance, you must see to it that we such first Named insured's last receive written notice of the claim: or mailing address known to us. "suit" as soon as practicable. 4. Notice of cancellation will state the 3. With respect to Coverage A, the effective date of cancellation. The insured must: policy period will and on that date. A. Cooperate with us in the 5. If this insurance is cancelled, we will investigation, settlement or send such first Named Insured any defense of any claim or "suit"; Premium refund due. If we cancel, the b, Comply with the terms of refund will be pro rata. If such first the ° Named Insured cancels, the refund "underlying insurance", and $ may be less than Piro rata. The C. Pursue all rights of contribution or cancellation will be effective even if indemnity against any person or M we have not made or offered a organization who may be liable to d refund. the Insured because of the injury, a. If notice Is mailed, proof of mailing damage or loss for which * will be sufficient proof of notice. insurance is Provided under this . CHARGESpolicy or any policy of "underlying insurance". This policy contains all the agreements 4. With respect to Coverage B, the between you and us concerning the insured must: n insurance afforded. No change can be made In the terms ofa #h€s insurance . Immediately send us copies of except with our consent. The terms of any demands, notices, summonses this Insurance can be amended or waived or legal papers received in V only by endorsement issued by us and connection with the claire or o made a part of this policy. suit"; . ClRDEiCi' b. Authorize us to obtain necessary Payments for damages or expenses records and other Information; * described In Paragraph 5. of Paragraph D., c. Cooperate with us In the "EFF06 AND SUPPLEMENTARY PAYMENTS, investigation, settlement or Of SECTION I — €OVERAGES will be in the defense of any claim or "suit"; currency of the United States of and America. At our sole option, we may iL Assist us, upon our request, in the make these Payments in a different enforcement of any right against currency. Any necessary currency any person or organization which conversion for such payments will be may be liable to the insured calculated based on the rate of exchange because of injury or damage to published In the Wall Street Journal which Coverage B may apply. immediately preceeding the date the payment is processed. 5. No insured will, except at that F. 'i"I�S REGA1iDlNG AN EVENT, DCCllRR insured's own expense, voluntarily CUTIS DR SUIT ENI' make a payment, assume any obligation, make any admission or t You must see to it that we are incur any expense, other than for first notified as soon as practicable of an aid for "bodily Injury" covered by "event" or "occurrence" which maythis insurance, without our consent. result in a claim under this insurance. 6. Knowledge of an "event", To the extent possible, notice should "`occurrence", claim or "stilt" by your Include: agent, servant or "employee" will not a. How, when and where the "event" constitute knowledge by you, unless or "occurrence" took place, your insurance or risk manager, or anyone working in the capacity as b. The names and addresses of any your insurance or risk manager, or persons or organizations anyone you designate with the 1> sustaining injury, damage or loss, responsibility of reporting an "event", and the names and addresses of "occurrence", claim or "suit": any witnesses; and a. Has received notice of such c. The nature and location of any "event", "occurrence claim or injury or damage arising out of "suit" from such agent, servant or the event or "occurrence". „employee"; or 2. If a claim is made or "suit" is b. Otherwise has knowledge of such brought against any Insured which "event", "occurrence", claim or may result in a claim under this "suit". Ell 00 01 07 16 0 2016 The Travelers Indemnity Company. All rights reserved. Page 13 of 23 UMBRELLA G. DUTIES REGAWvi ViR A CnISIS kgAfUA0E1WEW7 I►. You haus paid all premiums due • EVENTb. this You must: make such policy the time you '�. Notify us within 30 days of a "crisis C. You promptly pay the additional management event" that may result in premium we charge for the „crisis management service Extended Reporting Period expenses". endorsement for this insurance when due. Wethat 2. Provide written notice of the "crisis additional pemuml aftter wee have management event" as soon as received your request for the practicable. To the extent possible, Extended Reporting Period notice should include: endorsement for this insurance. a How, when and where that "crisis That additional premium is not management event" tool; place; subject to any limitation stated in the underlying Insurance" on the b. The names and addresses of any amount or percentage of persons or organizations additional premium that may be sustaining injury, damage or loss, charged for the "extended and the named and addresses of reporting period" in such any witnesses; "underlying insurance", and c. The nature and location of any d. That Extended Reporting Period injury or damage arising out of endorsement is issued by us and that "crisis management event"; made a part of this policy. and 3. Any Extended Reporting Period d. The reason that "crisis endorsement for this insurance will management event" is likely to not reinstate or increase the Limits involve damages covered by this of Insurance or extend the policy insurance in excess of the period. "applicable underlying limit" or"self-insured retention" andd 4. Except with respect to any provisions involve regional or national media to the contrary contained in coverage. Paragraphs 1., 2. or 3. above, all ons of R EXAMINATION OF YOUR BOOKS APID RICCH"S anovisi"extended any reportingptto purchase ranted to , period" We may examine and audit your books g t you in the 'underlying and records as they relate to this insurance apply to this insurance. insurance: J. IMSPECTIOI'AS AND SURVEYS 1. At any time during the policy period; 1. We have the right but are not 2. Up to three years after the encs of obligated to: the policy period; and a Make Inspections and surveys at 3. Within one year after final settlement any time; of all claims under this insurance, h. Give you reports on the L EXTENDEO IMPORTING PERIOD OPTION conditions we find; and 1. When the "underlying insurance„ c• Recommend changes. applies on a claims-made basis, any 2. Any inspections, surveys, reports or automatic or basic "extended recommendations relate only to reporting period" In such "underlying insurability and the premiums to be insurance" will apply to this charged. We do not make safety insurance, inspections. We do not undertake to 2. When the "underlying insurance" perform the duty of any person or applies on a clairns--made basis and organization to provide for the health You elect to purchase an optional or or safety of workers or the public. supplemental "extended reporting We do not warrant that conditions: period" in such "underlying a Are safe or healthful; or Insurance," that "extended reporting Ig, comply with laws, reputations, period" will apply to this insurance only If: codes or standards. as, A written request to purchase an K. LEGAL ACTION AGAINST US Extended Reporting Period 1. No person or organization has a right endorsement for this insurance is under this insurance: made by you and received by us within 90 days after the end of a To join us as a party or otherwise the policy period; bring us into a "suit" asking for damages from an Insured; or Pago 14 of 23 0 2016 The Trzvelers Indemnity Company. All rights reserved GU 00 Of 07 16 N La UMBRELLA o b. To sue us on this insurance unless JW. 0SIIER INSIMANeg all Its terms have been fully complied with. This insurance is excess over any valid and collectible "other Insurance" whether 2. A person or organization may sue us such "other insurance" Is stated to be to recover on an agreed settlement primary, contributing, excess, contingent or on a final judgment against an or otherwise. This provision does not Insured. We will not he liable for apply to a policy bought specifically to damages that: apply as excess of this insurance. e. Are not payable under the terms However, if you specifically agree in a of this insurance; or written contract or agreement that the b. Are in excess of the applicable insurance provided to any person or limit of insurance, organization that qualifies as an insured under this Insurance must apply on a o An agreed settlement means a primary basis, or aprimary and non- settlement and release of liability contributory basis, then insurance signed by us, the insured and the provided under Coverage A is subject to g claimant or the claimant's legal the following provisions; representative. 1. This Insurance will apply before any L, MAINTEIIIANCE OF UNDERLYING INSURANCE "other insurance" that is available to 1. The Insurance afforded by each such additional Insured which covers Policy of "underlying insurance" will that person or organization as a be maintained for the fully named insured, and we will not share v period of this Excess Follow-Form with that "other Insurance", provided that the injury And Umbrella Liability Insurance. This coverage is sougg damage for which v provision does not ripply to the event ht is caused r an is reduction or exhaustion of the that takes place or s Q aggregate limit or limits of such committed subsequent to the signing o "underlying Insurance" solely by of that contract or agreement by you. 0 payments as permitted in Paragraphs Z This insurance is still excess over and (2) of CDYI:RRABE A - any valid and collectible "other EXCESS FOLLOW-FORM LIABILITY of insurance", whether primary, excess, SECTION I - COVIRAGES. As such contingent or otherwise, which covers Policies expiro, you will renew them that person or organization as an at limits and with coverage at least additional insured or as any other equal to the expiring limits of insured that does not qualify as a insurance. If you fail to comply with named insured. the above requirements, Coverage A N, ppEMI1jM is not Invalidated. however, in the aim � event of a loss, we will pay only to i. The first Named Insured shown in the the extent that we would have paid Declarations Is responsible for the had you complied with the above payment of all premiums and will be requirements. the payee for any return premiums. 2. The first Named Insured shown In the 2. If the premium is a flat charge, it is Declarations must give us written not subject to adjustment except as notice of any change in the provided in Paragraph 4. below. „underlying insurance" as respects: If the premium is other than a flat a. Coverage; charge, it is an advance premium h. Limits of insurance; only. The earned premium will be computed at the encs of the policy c. Termination of any coverage; or period, or at the end of each year of A Exhaustion of aggregate limits. the policy period if the policy period Is two years or longer, at the rate 3. If you are unable to recover from shown In the Declarations, subject to any "underlying insurer" because the Minimum Premium. YOU fail to comply with any term 4. Additional premium may become I or condition of the "underlying payable when coverage Is provided insurance", Coverage A is not for additional insureds under the Invalidated. However, we will pay for provisions of SECTION it - WHO IS AN any loss only to the extent that we INSURED. would have paid had you complied with that term or condition in that G• PREMIUM AUDIT "underlying insurance". The premium for this policy is the amount stated in Item S. of the Declarations. The premium is a flat EU 00 01 07 16 0 2016 The Travelers Indemnity Company. All rights reserved. Page 15 of 23 UMBRELLA charge unless it is specified in the 2. Separately to each insured against ' Declarations as adjustable. whom claim is made or "suit" is P. IF RIBITED COVERAOF - UNLICENSED brought. INSURANCE T. WAIVER OR TRANSFER OF RIGHTS OF I. With respect to loss sustained by any RECDVFRY AGAREST OTHERS TO US Insured in a country or Jurisdiction in 1. If the insured has rights to recover which we are not licensed to provide all or part of any payment we have this Insurance, this Insurance does made under this insurance, those not apply to the extent that insuring rights are transferred to us and the such loss would violate the laws or Insured must do nothing rafter loss to regulations of such country or impair them. At our request, the jurisdiction. insured will bring suit or transfer 2. We do not assume responsibility for: those rights to us and help us, and at. The payment of any fine, fee, *,underlyingth insurer",ct to insurer", ,Coverage a themthe penalty or other charge that may if the insured has agreed In be Imposed on any person or 9 organization in any country or a contract or agreement to waive jurisdiction because we are not that insured's right of recovery licensed to provide insurance In against any person or organization, such country or jurisdiction; or we waive our right of recovery It, The furnishing of certificates or but in t thafarperson or organization, y payments we make other evidence of insurance in any because of an "event" that takes country or Jurisdiction in which we place or is committed subsequent to are not licensed to provide the execution of that contract or insurance. agreement by such insured. Q. PROHIBITED COVEIIAOE - RADE DR 2. Reimbursement of any amount ECONOMIC SANCTIONS recovered will be made in the We will provide coverage for any loss, following order. or otherwise will provide any benefit, a, First, to any person or only to the extent that providing such organization (including us or the coverage or benefit does not expose us insured) who has paid any amount or any of our affiliated or parent in excess of the applicable limit companies to: of insurance; 1. Any trade or economic sanction under h. Next, to us; and any law or regulation of the United States of America; or C. Then, toany person or 2. Any other applicable trade or organization (including the insured economic sanction, prohibition or and with respect Coverage A, the "underlying inss Coverage that is restriction. entitled to claim the remainder, if R. IRAPRESENTATiONS any. By accepting this insurance, you agree: 3. Expenses incurred in the process of 1. The statements in the Declarations recovery will be divided among all persons or organizations receiving and any subsequent notice relating to amounts recovered according to the "underlying insurance" are accurate ratio of their respective recoveries. and complete, U. TRANSFER OF YOUR RIGHTS AND DUTIES 2. Those statements are based upon UNDER THIS IIIISURARICE representations you made to us; and 3. We have issued this insurance in 1. Your rights and duties under this reliance upon Insurance may not be transferred p your representations. without our written consent except in S. SEPARATION OF INSUREDS the case of death of an individual Except with respect to the Limits of Named Insured. Insurance, and any rights or duties 2. If you die, your rights and duties will specifically assigned in this policy to be transferred to your legal the first Named Insured shown in the representative but only while acting Declarations, this insurance applies: within the scope of duties as your legal representative. Until your legal 9. As if each Named Insured were the only Named insured; and representative is appointed, anyone having proper temporary custody of your property will have your rights and duties but only with respect to that property. Page 16 of 23 0 2016 The Travelers Indemnity Company, All rights reserved EU 00 01 07 16 C4 UMBRELLA V, UNINTENTIONAL OMISSION OR ERROR 3. "Electronic data" means information, The unintentional omission of, or facts or programs stored as or on, unintentional error in, any information created or used on, or transmitted to provided by you which we relied upon in or from computer software (Includin issuing this policy will not prejudice systems and applications software}, your rights under this insurance, hard or floppy disks, CO-ROMs, However, this provision does not affect tapes, drives, cells, date processing $ our right to collect additional premium devices or any other media which are Of to exercise our rights of cancellation used with electronically controlled or nonrenewal in accordance with equipment. 0 applicable Insurance laws or regulations. 4. "Event" means an "occurrence", W. WHEN LOSS IS PAYABLE offense, accident, act, error, If we are liable under this Insurance, we omission, wrongful act or loss. o will pay for injury, damage or loss after. S. "Extended reporting period" means 1. The insured's liabilityis established any period of time, starting with the end of the policy period of your by, claims-made insurance, during which a A court decision; or claims or "suits" may be first made, brought or reported for that 0) b. A written agreement between the insurance. claimant. the Insured. any S. ® "underlying insurer" and us; and "Medical expenses" means expensesto which any Medical Payments 2. The amount of the "applicable section of any policy of Commercial underlying limit" or "Self--insured General Liability "underlying retention" is paid by or on behalf of Insurance" applies. N the insured. T. "Other insurance" means insurance, or a SECTION VI - I IRfIT'IURlS the funding of losses. that is A. With respect to all coverages of this provided by, through or on behalf of: Insurance: a Another insurance company; 1, "Applicable underlying limit" means Ir. Us or any of our affiliated the sum of: insurance companies; i!. The applicable limit of insurance �. Any risk retention group; stated for the policies theof "underlying Insurance" in d. Any self-insurance method or Schedule Of Underlying Insurance program, in which case the Insured subject to the provisions In will be deemed to be the provider Paragraphs 4.e.(1), (2) and (3) of of such insurance, or COVERAGE A W EXCESS FOLLOW- a Any similar risk transfer or risk FORAM LIABILITY of SECTION I s management method. COVERAGES; and "Other insurance" does not Include: b. The applicable limit of Insurance a Any "underlying insurance"; or of any other insurance that applies. 6. Any policy of insurance The limits of insurance in any policy specifically purchased to be of "underlying insurance" will apply excess of the limits of insurance even if: of this policy shown in the Declarations.a The "underlying insurer" claims g, "Products-completed operations the insured failed to comply with hazard": - any term or condition of the policy; or a. Includes all "bodily injury and h. The "underlying insurer" becomes fporoperty damage" occurring away bankrupt or insolvent. premises you own or rent and arising out of "your product" 2. "Auto hazard" means all "bodily or "your work" except: injury" and "property damage" to (9) Products that are still In your Which liability insurance afforded physical possession; or under an auto policy of "underlying insurance" would apply but for the (2) Work that has not yet been exhaustion of its applicable limits of completed or abandoned. Insurance. however, "your work" will be deemed completed at the earliest of the following times: Eli 00 01 07 9Q 9 2018 The Travelers Indemnity Company. All rights reserved. Page 17 of 23 UMBRELLA (a) When all the work called Liability Insurance. for in your contract has been completed; C. Does not include any part of the (6) When all the wank to be policy period of any of the ' policies described in Paragraphs a done at the job site has or lie, above that began before, or been completed if your that continues after, the policy contract calls for work at period of this Excess Follow-Form more than one job site; or And Umbrella Liability Insurance. (c) When that part of the work (. "Underlying Insurer" means any done at a job site has been insurer which provides a policy of Put to its intended use by insurance listed In the Schedule Of any person or organization Underlying Insurance. other than another con- tractor or subcontractor With respect to Coverage b and, to the working on the some extent that the following terms are not project. defined In the "underlying insurance". to Work that may need service, Coverage A: maintenance, correction, repair • "Advertisement" means a notice that or replacement, but which is is broadcast or published to the otherwise complete, will be general public or specific market treated as completed. segments about your goods, products b. Does not Include "bodily Injury" or services for the purpose of or "property damage" arising out attracting customers or supporters. of. For the purposes of this definition: (1). The transportation of property, IL Notices that are published include unless the injury or damage material placed on the Internet or arises out of a condition In or an similar electronic means of on a vehicle not owned or communication; and operated by you, and that b. Regarding web sites, only that condition was created by the part of a web site that is about "loading or unloading" of that your goods, products or services vehicle by any insured; for the purposes of attracting (2) The existence of tools, customers or supporters is uninstalled equipment or considered an advertisement. abandoned or unused materials; 2. "Advertising injury": or a Means Injury. other than "personal (3) Products or operations for injury", caused by one or more of which the classification listed the following offenses: in a policy of Commercial General Liability "underlying Ara(1) Ora tiding publication l or written publication,by b insurance" states that products- electronic means, of material completed operations are subject to the Generalin your "advertisement" that slanders or libels a Aggregate Limit, person or organization or disparages a 9. "Suit" means a civil proceeding which person's or organization's alleges damages. "Suit" includes: goods, products or services, a An arbitration proceeding in which provided that the claim is damages are claimed and to which made or the "suit" is brought the insured must submit or does by a person or organization that claims to have beensubmit with our consent; or slandered or libeled, or that b. Any other alternative dispute claims to have had its goods, resolution proceeding to which the products or services insured submits with our consent. disparaged; 10. "Underlying insurance": (2) Oral or written publication, S Means the policy or policies of including publication by electronic means, of material insurance listed in the Schedule Of Underlying Insurance, in Your advertisement" that: b. Includes any renewal or replace- (a) Appropriates a person's name, voice, photograph or meat of such policies if such likeness; or renewal or replacementIs during the policy period of this Excess (b) Unreasonably places a Follow-Form And Umbrella person in a false light; or Page 18 of 23 0 2016 The Travelers Indemnity Company. All rights reserved. EU 00 01 07 16 N In ' S0� UMBRELLA ? (3) Infringement of copyright, of any credit, debit, bank or other "title" or "slogan" in your financial account; n "advertisement", provided that , Information bearing the claire is made or the 'suit" B on a person's Is brought by a person or credit worthiness, credit standing organization that claims owner- or credit capacity; ship of such copyright, "title" L Social security number; or "slogan". 8 h. Includes "bodily injury" caused by EL Driver's license number; or one or more of the offenses e. Birth date. g7~ described in Paragraph lab above. ," . Consumer financial protection law 3. "Auto" means: means: m a. A land motor vehicle, trailer or a The Fair Credit Reporting Act p semitrailer designed for travel on (FCRA) and any of its public roads, including any amendments, including the Fair attached machinery or equipment; and Accurate Credit Transactions * or Act (FACIA); Lo b, Any other land vehicle that is b. California's Song-Beverly Credit subject to a compulsory or Card Act and any of its financial responsibility law or amendments; or other motor vehicle insurance law C Any other law or regulation that where it is licensed or principally restricts or prohibits the garaged. collection, dissemination, trans- However, "auto" does not include mission, distribution or use of "mobile equipment". "consumer financial identity o 4. "Bodily injury" means: information". L) 8. "Employee" includes a "leased a. Physical harm, Including sickness worker". "Employee" does not Include * or disease, sustained by a person; a "temporary worker". or 9. "Good Samaritan services" means b. Mental anguish, Injury or illness, any emergency medical services for or emotional distress, resulting at which no compensation is demanded any time from such physical harm, or received. sickness or disease. 5. "Broadcasting" means transmitting 90. "Impaired property" means tangible any audio or visual material for any or "y t r other than "your beused product" purpose: "your work". that cannot be used or is fess useful because: L By radio or television; or It incorporates "your product" or K In, by or with any other electronic "your work" that Is known or means of communication, such as thought to be defective, deficient, the Internet, if that material is Inadequate or dangerous; or part of; b. You have failed to fulfill the 11 terms of a contract or Nadia or television agreement, programming being transmitted; if such property can be restored to (2) Other entertainment, educat- use by the repair, replacement, lonal, instructional, music or adjustment orremoval of "your news programming being trans- product" ul d c i or your work" or your mitted; or g the terms of the contract or agreement. (3) Advertising transmitted with It. "Leased worker" means a any such programming, person lensed to you by a labor leasing firm 6. "Consumer financial identity under an agreement between you and i� information" means any of the the labor leasing firm, to perform following information for a person duties related to the conduct of your that is used or collected for the business. "Leased worker" doss not purpose of serving as a factor in include a "temporary worker". establishing such person's eligibility M "Loading or unloading" means the for personal credit, insurance or handling of property: employment or for the purpose of conducting a business transaction: a. After it is moved from the place a Part or all of the account number, where It Is accepted for the expiration date or the balance movement into or onto an aircraft, EU 00 01 07 16 0 2016 The Trsveiers indemnity Company. All rights reserved. Page 19 of 23 UMBRELLA watercraft or "auto"; (1) Equipment designed primarily b. While it is in or on an aircraft, for: watercraft or "auto"; or (a) Snow removal; C. While it is being moved from an (b) Road maintenance, but not aircraft, watercraft or "auto" to the construction or resurfacing; place where it is finally or del ivered; but "loading or unloading" does not (C) Street cleaning; include the movement of property by (2) Cherry pickers and similar means of a mechanical device, other devices mounted on automobile than a hand truck, that is not or truck chassis and used to attached to the aircraft, watercraft or raise or lower workers, and "auto". Air compressors, pumps and 13. "Mobile equipment" means any of the generators, including spraying. following types of land vehicles, welding, building cleaning„ Including any attached machinery or geophysical exploration, lighting equipment: and well servicing equipment. a Bulldozers, farm machinery, However, "mobile equipment" does forklifts and other vehicles not include any land vehicle than is designed for use principally off subject to a compulsory or financial public roads. responsibility law, or other motor b. vehicle insurance law, where it is Vehicles maintained for use solely licensed or principally garaged. Such on or next to premises you own land vehicles are considered "autos". or rent. C, Vehicles that travel on crawler 14 "Occurrence" means: treads, a. With respect to "bodily injury" or d. Vehicles, whether self-propelled or "property damage", not, maintained primarily to (1) An accident, including contin- provide mobility to permanently uous or repeated exposure to mounted: substantially the same general harmful conditions, which (1) Power cranes, shovels, loaders, results in "bodily injury" or diggers or drills; or "property damage". All "bodily (2) Road construction or injury" or "property damage' resurfacing equipment such as caused by such exposure to graders, scrapers or rollers. substantially the same general e. Vehicles not described in Para rah harmful conditions will be a, b., c. or d above that are not #occur encdeemed e"hflrcaused 6y one self-propelled and are maintained primarily to provide mobility to (2) An act or omission committed permanently attached equipment of in providing or failing to the following types: provide first aid or "Good Samaritan services" to a (1} Air compressors, pumps and person by any of your generators, including spraying, "employees" or "volunteer welding, building cleaning, workers" other than an geophysical exploration, lighting employed or volunteer doctor, and well servicing equipment; unless you are in the business or or occupation of providing (2) Cherry pickers and similar professional health care devices used to raise or lower services; workers. IL With respect to "personal injury", if. Vehicles not described in Paragraph an offense arising out of your �. IIE, C or d, above maintained business that results In "personal primarily for purposes other than injury". All "personal injury" the transportation of persons or caused by the same or related cargo. injurious material, act or offense will be deemed to be caused by However, self-propelled vehicles one "occurrence regardless of with the following types of the frequency or repetition permanently attached equipment thereof, the number and kind of are not "mobile equipment ' but media used or the number of will be considered "autos": persons or organizations making claims or bringing "suits"; and Page 20 of 23 2016 The Travelers Indemnity Company. All rights reserved. EU 00 01 07 10 UMBRELLA C. With respect to "advertising Ix Includes "bodily injury" caused by Injury", an offense committed in one or more of the offenses v the course of advertising your described in Paragraph a, above. goods, products and services that results in "advertising injury". All 17. "Pollutants" mean any solid, liquid, "advertising injury" caused by the gaseous or thermal irritant or same or related Injurious material, contaminant, including smoke, vapor, .- act or offense will be deemed to soot, fumes, acids, alkalis, chemicals $ be caused by one "occurrence and waste. Waste includes materials regardless of the frequency or to be recycled, reconditioned or repetition thereof, the number and reclaimed. kind of media used or the number 18. "Property damage" means: of persons or organizations making claims or bringing "suits". Physical Injury to tangible 8 19. "Officer" means a person holding any Property, including all resulting of the officer positions created b loss of use of that property. All your charter, constitution, bylaws or such loss of use will be deemed any other similar governing document. to occur at the time of the 1b. "Personal injury": physical injury that caused It; or h IN. loss of use of tangible property �r a Means injury, other than that is not physically injured All it Injury", caused by such loss of use will be deemed one or more of the following to occur at the time of the N offenses: "occurrence" that caused It. g (1) False arrest, detention or For the purposes of this insurance, a imprisonment, toelectronic data" Is not tangible a (2) Malicious prosecution; property. ° 19. "Self-insured retention" is the greater U (3) The wrongful eviction from, of: wrongful entry into, or invasion of the right of private a The amount shown In the occupancy of a room, dwelling Declarations which the insured or premises that a person must first pay under Coverage _0 occupies, provided that the for damages because of all wrongful eviction, wrongful "bodily injury", "property entry or invasion of the right damage", "personal injry' r of private occupancy Is "advertising injury" arising out of committed by or on behalf of any one "occurrence"; or the owner, landlord or lessor b. The applicable limit of insurance Of that room, dwelling or of any "other Insurance" that premises; appiies. f41 Oral or written publication, 20. "Slogan": including publication by electronic means, of material a Means a phrase that others use that slanders or libels a person for the purpase of attracting or organization or disparages a attention In their advertising. person's or organization's e® b. floes not include a phrase used goods, products or services. as, or in, the name of: I provided that the claim is made or the "suit" is brought (1) Any person or organization by a person or organization other than you; or that claims to have been slandered or libeled, or that (2) Any business, or any of the claims to have had its goods, premises, goods, products, products or services services or work, of any disparaged; or person or organization other 15) Oral or written publication, than you. 11. including publication by "Temporary worker,. means a person electronic means, of material who Is furnished to you to substitute that: for a permanent "employee" on leave OF to meet seasonal or short-term (8) Appropriates a person's workload conditions. name, voice, photograph or 22. "Title" means the name of a literary likeness; or or artistic work. (b) Unreasonably places a person in a false light. EU 00 01 07 16 0 2016 The Travelers Indemnity Company. All rights reserved. Page 21 of 23 UMBRELLA 23. "Unsolicited communication" means C. With respect to Coverage C: ` any communication, in any form, that the recipient of such communication 1. "Crisis management advisor" means did not specifically request to any public relations firm or crisis receive. management firm approved by us that 24. "Volum arson"Volunteer worker" means a is hired by you to perform "crisis who it not your "employee-,P management services" in connection and with a "crisis management event". who donates his or her work and acts at the direction of and within the 2. "Crisis management event" means an scope of duties determined by you, ;event" or "occurrence" that your and is not paid a fee, salary or other executive officer" reasonably compensation by you or anyone else determines has resulted, or may for their work performed by you, result, in: 25. "Your product": ao Damages covered by this a. Means: Coverage A or Coverage 6 that are in excess of the total (1) Any goods or products, applicable limits of the "under- other than real property, lying insurance" or "self-insured manufactured, sold, handled, retention",- and distributed or disposed of by: b. Significant adverse regional or (a) You; national media coverage. (h) Others trading under your 2• "Crisis management service name; or expenses" means amounts incurred by W A person or or anization S you, after a "crisis management event" first commences and before whose business or assets such event ends: you have acquired; and a. For the reasonable and necessary: (2) Containers (other than vehicles), materials, parts or equipment (1) Fees and expenses of a "crisis furnished in connection with management advisor" In the such goods or products. performance for you of "crisis b. Includes: management services" solely for a "crisis management [1) Warranties or representations event"; and made at any time with respect (2) Costs for printing, advertising, to the fitness, quality, dura-- mailing of materials or travel bility, performance or use of by your directors, officers, `your product"; and employees or agents or a (2) The providing of or failure to "crisis management advisor" provide warnings or solely for a "crisis manage- instructions. ment event"; and e. Does not Include vending b• For the following expenses machines or other property rented resulting from such "crisis to or located for the use of management event", provided that others but not sold. such expenses have been approved 26. "Your work": by us: � IUleans: (1) Medical expenses; (1) Work or operations performed (2) Funeral expenses; by you or on your behalf; and (3) Psychological counseling, (2) Materials, parts or equipment (4) Travel expenses; furnished In connection with (6) Temporary living expenses; such work 'or operations. b. Includes: (6) Expenses oto secure the scarfs of a crisis management (1) Warranties or representations event"; or made at any time with respect (7) Any other expenses Pre- to the fitness, quality, approved by us, durability, performance or use of "your work"; and (2) The providing of or failure to provide warnings or Instructions. Page 22 of 23 40 2016 The Travelers Indemnity Company, All rights reserved, Ell 00 01 07 16 N to a UMBRELLA d. "Crisis management services" means d, President; those services performed by a "crisis management advisor" In advising you 0. General Counsel; or minimizing potential harm to you f. General partner (if you are a from a "crisis management event" by partnership); or maintaining or restoring public confidence in you. g, Sole proprietor (if you are a sole 5. "Executive officer" meansproprietorship); your. or any person acting in the same #. Chief Executive Officer; capacity as any individual listed h. Chief Operating Officer; above. L Chief Financial Officer; a �r fn v N v r r a N O C U tp r i� Now EU 00 01 07 16 0 2016 The Travelers Indemnity Company. All rights reserved. Page 23 of 23 006t25-I CERTIFICATE OF INSURANCE Page I of 1 SECTION 00 6125 CERTIFICATE OF INSURANCE JFIssenihler: l or (:ontrrrr,t Docrrrnent execution, remove this page and replace with standard .CORD C.'el'tificate of 1nstrronce form.J END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July I,2011 City Project No.100276 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCU14ENTS Revision:Fdxuaiy2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I—Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2--Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents.......................................................................... .........................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting........................ 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3—Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................l 1 Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ................................................................................................. ..........13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5—Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdm3my2,2016 6.02 Labor;Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site................................................................................................................ .35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Revision:Febnnimyy2,2016 Article 10-Changes in the Work; Claims;Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work;Allowances;Unit Price Work;Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price;Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections;Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 Cn Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feb"g2,2016 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fei noy2,2016 00 72 00-1 GENERAL CONDITIONS Page I 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. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdx=y2,2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. 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. 14. 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. 15. City Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. 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. 19. 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. 20. 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. 21. 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). 22. 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. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmy 2016 00 72 00-1 GENERAL CONDITIONS Page 3 of 63 25. 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. 26. Day or day—A day,unless otherwise defined,shall mean a Calendar Day. 27. 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. 28. 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. 29. 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. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant, or agents. 31. 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. 32. 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. 33. 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. 34. Engineer-----The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. 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. 36.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. 37. Final Acceptance The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. 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. 39. General Requirements Sections of Division 1 of the Contract Documents. 40. 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. 41. 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. 42. 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. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item–An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal,event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46.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. 47. 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. 48. PCBs Polychlorinated biphenyls. 49. 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. 50. Plans--See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmiy2,2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. 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. 55. 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. 56. Regular Working Hours -- Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. 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. 58. 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. 59. 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. 60. 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. 61. 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. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECMCATION DOCUMENTS Revision:Febrmy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 6 of 63 63. 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. 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 Facilitie"ll 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 1.023 through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuty2,2016 00 72 00-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "Satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the ward "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents;or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," 'or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (t) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F'ebnny2,2016 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: tWENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued.by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CrFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felmruy2,2016 00 72 00-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section Or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications,Codes,Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents.No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall fake precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements .of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FeUnauy2,2016 007200-1 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 Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4---AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted,and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Febr=y 2,2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners, employees, agents,consultants, or subcontractors with respect to: t. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions,or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents;or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwaiy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if- 1. f:1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities,including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.- 1. ndicated:1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmmy 2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4,05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. .Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnxuy2,2016 00 72 00-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any-required permits related thereto and delivered: written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniazy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febamiy ,2016 00 72 00-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M.Best Property&CasuaIty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and .for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRICTION SPECIFICATION DOCUMENTS Revision:FebnmFy2,2016 007200-1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdwuary2,2016 00 72 00-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured.There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of'Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdm�y2,2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, EngIish- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend.Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor,transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source,kind,and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCT10N SPECIFICATION DOCUMENTS Revision:Felxu uy2,2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: if in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felnmy2,2016 007200-1 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 Rems: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified;and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febamy2,2016 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty;and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance,repair, and replacement services;and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.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 from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 00 72 00-t GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdr my2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are includedin these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th 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. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CrrY OF FORT WORTH STANDARD CONSTRUCHON SPECIFICATION DOCUMENTS Revision:Febn=yZ 2016 007200-1 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 CrrY OF FORT WORTH STANDARD CONSTRUMON SPECIFICATION DOCUMENTS Revision:Febnkvy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling ,011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711;or 2. http:/fwww.window.state.tx.us/taxin.foltax:forms/93-form..s..html 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrmy2,2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnjary2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or Ioss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. Ill emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnxy 2,2016 007200-1 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 dyable 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. Far-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbnoy2,2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuaty2,2016 007200-1 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 5.02.13. 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. IMS INDEMNIFICATIUNPROVISION I INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR ERQ)X& THAT ALL OR SOME OF THE DAMAGES BEINCz SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BYANY_ACT, ONUSSIM OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISIO]y IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 00 7200-1 GENERAL.CONDITIONS Page 34 of 63 SPEC LY INTENDED TE AND BE EF E IF IT IS A1,r,EGED_OR PROVEN THAT ALL QROME OF THE DAMAGFSIIEJNG S12 GHT FERE CAUSED.r II+T.WHOLE OR IN PART. BY A T OMISSI Y_ Q NEGLIGENCE OF THE CITY, 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design• drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts Hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdxuaFy2,2016 007200-1 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 Vl, 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbnmy 2,2016 007200-1 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 City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felxuary2,2016 007200-1 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 < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here>. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety,City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felauazy2,2016 007200-1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febuny2,2016 00 72 00-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the stark of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto(unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal(unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februmy%2016 007200-1 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 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed 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 pants thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Februay 2,2016 00 72 00-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which '. Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable,and royalty payments and fees for permits and licenses. c. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 007200-1 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 11.01.A.1 or specifically covered by Paragraph 11.0 LAA, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-b id Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fetm my 2,2016 007200-1 GENERAL CONDITIONS Pago 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 pI'ovisions 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febf=y2,2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. b. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felauary2,2016 007200-I GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 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 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0l.A.5,the Contractor's fee shall be five percent(50/o); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 7200-1 GENERAL CONDITIONS Page 47 of 63 tier,will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent(5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs l I.OI.A.6, and 11.013; 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 cast 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuy2,2016 007200-1 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 thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or -.approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUWIINTS Revision:Fdlxuiuy2,2016 0072 00-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material,and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages(including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmoty 2,2016 007200-1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmoy2,2016 007200-1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniazy 2,2016 007200-1 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, rogresspayment, Contractor shall submit to City for review an Application far 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 stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehmazy2,2016 00 72 00-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehu;Ky%2016 00 72 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 deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article t4 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaty2,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed 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 by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use,subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is 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. 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 of the City 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. 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. CrrY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Revision:Febnmry 2,2016 00 72 00-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c, a list of all pending or released Damage Claims against City that Contractor believes are unsettled;and d. affidavits of payments 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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Felauazy2,2016 007200-1 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision!Fdmuy2,2016 00 72 00-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City;or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any fiords 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. I. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuaiy2,2016 00 72 00-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City.may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere,and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is fmished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.023, 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 STANDARD CONSTRUCnON SPECIFICATION DOCUMENTS Revision:Fdmiary2,2016 00 72 00-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may,without cause and without prejudice to any other right or remedy of City,terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified In the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination;and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnery2,2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1, completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason"of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other 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 10.06.13 shall become final and binding 30 days after termination of the mediation unless,within that time period,City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCT TM TS Revision:Febnruy2,2016 007200-1 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—AUSCELLAIVEOUS 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdnoy2,2016 00 72 00-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febntiuy2,2016 007300-1 SUPPLEMENTARY CONDITIONS Page I 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 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions,unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.0313.2,"Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the brawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1.,"Availability of Lands" The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of October 2018: Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5)Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2,"Availability of Lands" CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised January 22,2016 City Project No.100276 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 Utilities or obstructions to be removed,adjusted,and/or relocated The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated as of October 2018: EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None ................... ............. ........ ...........-- The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, and do not bind the City. SC-4.02A.,"Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: Report NO.DO-16-10112,a Geotechnical Study performed by RVJ Associates The following are drawings of physical conditions in or relating to existing surface and subsurface structures(except Underground Facilities)which.are at or contiguous to the site of the Work: NONE SC-4.06A.,"Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: NONE SC-5.03A.,"Certificates of Insurance" The entities listed below ate"additional insureds as their interest may appear"including their respective officers,directors,ageqts and employees. (1) city (2) Consultant:Teague Nall and Perkins,Inc. (3) Other: Gorrondona and Associates,Inc.,Perkins Engineering,HVJ Associates SC-5.04A.,"Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A.Workers'Compensation,under Paragraph GC-5.04A. Statutory limits L'inployer's liability 8100,000 each accidenLIoccurrence $100,000 Disease-each employee 5500,000 Disease-policy flinit SC-5.04B.,"Contractor's Insurance" CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised January 22,2016 City Project No. 100276 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with minimum limits of: $I,000,000 each occurrence $2,000.000 aggregate limit The policy must have an endorsement(Amendment–Aggregate Limits of Insurance)making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C.,"Contractor's Insurance" 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under Paragraph GC-5.04C.,which shall he 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: S250,000 Bodily Injury per person/ $500,000 Bodily Injrrryper accident:' $100,000 Property Damage SC-5.04D.,"Contractor's Insurance" The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and material deliveries to cross railroad properties and tracks of NONE. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property_ Such operations on railroad properties may require that Contractor to execute a"Right of Entry Agreement"with the particular railroad company or companies involved,and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.041)of the General Conditions shall provide coverage for not less than the following amounts,issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy,or touch railroad property: (1) General Aggregate: $10000,0(1(1 (2) Each Occurrence: 85000,000 —Required for this Contract X Not r equirerl,for this Contract With respect to the above outlined insurance requirements,the following shall govern: CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised.January 22,2016 City Project No.100276 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company,separate coverage may be required,each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their awn separate rights-of-way,the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at- grade crossing,insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way,all such other work may be covered in a single policy for that railroad,even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named,as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured,together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6,04.,"Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07.,"Wage Rates" The following is the prevailing wage rate table(s)applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates(Heavy and Highway Construction Projects) 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-6.09$."City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: None CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For village Creek Basin Revised January 22,2016 City Project No.100276 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 SC-6.09C."Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired,if any as of October 2018 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION Crowley Floodplain Development Permit OCTOBER 2018 City of Fort Worth Floodplain Development Permit NOVEMBER 2018 City of Fort Worth Urban Forestry Permit OCTOBER 2018 SC-7.02.,"Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority None SC-8.01,"Communications to Contractor" NIA SC-9.01.,"City's Project Manager" The City's Project Manager for this Contract is Rakesh Chaubey,P.E.,or his/her successor pursuant to written notification from the Director of City of Fort Worth Water.Department. SC-13.03C.,"Tests and Inspections" None SC-16.01C.1,"Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1122/2016 F. Griffin SC-9.01.,"City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For village Creek Basin Revised January 22,2016 City Project No.100276 01 11 00-1 SUMMARY OF WORK Page 1 of 3 SECTION 01 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 Specification Sections include,but are not necessarily limited to: 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USEDI 1.4 -ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor,materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work I. Any and all Work specifically governed by documentary requirements for the project,such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list,then the item shall be considered as a subsidiary item of Work,the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys,or other public places or other rights-of-way as provided for in the ordinances of the City,as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools,materials, and equipment for construction purposes may be stored in such space,but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No. 100276 01 1100-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks,the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to,all trees, shrubbery, plants, lawns,fences,culverts,curbing, and all other types of structures or improvements, to all water,sewer, and gas lines,to all conduits,overhead pole lines,or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the - Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual,or other,either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work,or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight,and/or at all times to provide site security. c. The cost for all fence work within easements,including removal,temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No. 100276 01 1100-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY]NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Crowley Relief interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 01 2500-1 SUBSTITUTION PROCEDURES Page l of 4 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. 'Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division I —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. 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 Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form(attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule,when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) `telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product,including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product" characteristics including,but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved,the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 01 2500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion,acceptance will require substantial revision of the original design d. In the City's opinion,substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 INOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 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 specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better(explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature _Recommended Y Recommended as noted Firm _Not recommended _Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Rev ised July 1,2011 City Project No. 100276 01 31 19-1 PRECONSTRUCTION MEETING Page l of 3 SECTION 01 31 19 PRECONSTRUCTION MEETING PART l- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division i —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A_ Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded,tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting,prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised August 17,2012 City Project No. 100276 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way,utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1, Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification f, 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 cc. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised August 17,2012 City Project No. 100276 01 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 Lag ..DATE' NAME SUMMARY OF CHANGE CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised August 17,2012 City Project No. 100276 013120-1 PROJECT MEETINGS Page 1 of 3 SECTION 013120 PROJECT MEETINGS PARTI - 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 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 L 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 l Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 013120-2 PROJECT MEETINGS Page 2 of 3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general,the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include,but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings,prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others,as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations,problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication,delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period L Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions In. Review proposed changes for: l) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 013120-3 PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable,meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS ]NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS ]NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Crowley Relief interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 01 32 16-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PARTI - GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation,submittal,updating,status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None, C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division l 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 A. Definitions 1. Schedule Tiers a. Tier 1 -No schedule submittal required by contract. Small, brief duration projects b. Tier 2-No schedule submittal required by contract,but will require some milestone dates. Small,brief duration projects c. Tier 3-Schedule submittal required by contract as described in the Specification and herein.Majority of City projects,including all bond program projects d. Tier 4- Schedule submittal required by contract as described in the Specification and herein.Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Schedule submittal required by contract as described in the Specification and herein.Large and/or very complex projects with Iong durations,high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule-Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule-Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative-Concise narrative of the schedule including schedule changes,expected delays,key schedule issues,critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost-loaded baseline Schedule using approved software and the Critical Path Method(CPM)as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost-loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative(Project Scheduler)responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders,resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift,shifts per day,working days per week,the amount of construction equipment,or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities,and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City,the City may direct the Contractor to increase the level of effort in manpower(trades),equipment and work schedule(overtime,weekend and holiday work,etc.)to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 01 3216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled,the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which,according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time,it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions,weather, technical difficulties,strikes,unavoidable delays on the part of the City or its representatives,and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions,the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 0132 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time,will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts,the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors,the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases,the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera(P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City,no further progress schedules are required. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS ]NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 01 32 33-1 PRECONSTRUCTION VIDEO Page 1 oft SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video I. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 01 33 00- 1 SUBMITTALS Page 1 of S SECTION 0133 00 SUBMITTALS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data(including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal,of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities,or within the time specified in the individual Work Sections,of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including,but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For village Creek Basin Revised December 20,2012 City Project No. 100276 013300-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. A=2nd submission,B=3rd submission,C=4th submission,etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission(second resubmission)of that particular shop drawing C. Contractor Certification I. Review shop drawings,product data and samples, including those by subcontractors,prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal,I hereby represent that I have determined and verified field measurements,field construction criteria,materials, dimensions, catalog numbers and similar data and 1 have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format I. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 '/2 inches x l finches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items/Table of Contents c. Product Data/Shop Drawings/Samples/Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No. 100276 013300-3 SUBMITTALS Page 3 of 8 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 S. Applicable standards,such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation(working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions c. Custom templates E Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data I. For submittals of product data for products included on the City's Standard Product List,clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include,but is not necessarily limited to: a. Standard prepared data for manufactured products(sometimes referred to as catalog data) I) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No. 100276 013300-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 1 1) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include,but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect S) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work,materials,fabrication, and installations in conformance with approved shop drawings,applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site,or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned,Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Traject No.100276 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 I. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility.for any errors,including details, dimensions,and materials c. Approving departures from details furnished by the City,except as otherwise provided herein 2. The review and approval of shop drawings,samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy,for coordinating the Work with all other associated work and trades,for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance,the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under I of the following codes: a. Code I 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No. 100276 Of 3300-6 SUBMITTALS Page 6 of 8 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. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however,all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with.revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense,based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 34 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor,and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents,then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 01 3300-7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City,the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal,appropriately coded,will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include,but are not necessarily 1 imited to,complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information(RFI) I. 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"RFT"followed by series number,"-xxx", beginning with"01"and increasing sequentially With each additional transmittal. d. Sufficient information shall be attached to permit a written response without further information. S. 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 SUBMITTALSANFORMATIONAL 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 Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 013300-8 SUBMITTALS Page 8 of 8 PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No. 100276 0135 13- 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 SECTION O1 35 13 SPECIAL PROJECT PROCEDURES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedures for special project circumstances that includes,but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0--Bidding Requirements,:Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 12 25—Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. Health and Safety Code, Title 9.Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction Specification 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 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 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. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. 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 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No. 100276 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers,de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program I. 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. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as"AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May l through October 31. c. Critical Emission Time 1) 6:00 a.m.to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality(TCEQ), in coordination with the National Weather Service,will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m.whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However,the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than I hour,or b) If equipment is new and certified by EPA as "Low Emitting",or equipment burns Ultra Low Sulfur Diesel(ULSD), diesel emulsions,or alternative fuels such as CNG. E. TCEQ Air Permit 1, Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives,Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage,24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 G. Water Department Coordination CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 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. H. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis,prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction.The notice shall be prepared as follows: a. Post notice or flyer 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 f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin an any block until the flyer is delivered to all residents of the block. I. 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. CITY OF FORT WORTH Crawley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City 1'reject No. 100276 01 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 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. J. Coordination with United States Army Corps of Engineers(USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required,meet all requirements set forth in each designated permit. K. 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 F. 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 an Site. L. Dust Control 1. 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. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No. 100276 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: T"IS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF PORT 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 INSPECTORS 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 Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No. 100276 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORTWORTH 001E NO.xxxx project manor. NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 01 45 23-1 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 01 45 23 TESTING AND INSPECTION SERVICES PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division I —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 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 City's Buzzsaw site, or another external FTP site approved by the City. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution(if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100216 015000-1 TEMPORARY FACILITIES AND CONTROLS Page I of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including,but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division I General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES (NOT USED] JA ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution,completion,testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be perforated and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. h. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised holy 1,2011 City Project No. 100276 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting,operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4, Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPFCTFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 01 5000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS ]NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS ]NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE (NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] 1 [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 01 5000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work,to a condition equal to or better than prior to Start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised duly 1,2011 City Project No. 100276 01 55 26-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL. 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs 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 34 71 13—Traffic Control 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 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. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings,prepare traffic control plans 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. 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. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For village Creek Basin Revised July 1,2011 City Project No. 100276 01 5526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) 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 Control plans in accordance with Section 3171 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. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction,then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices(MUTCD). 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 Works 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 Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 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 CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 01 5526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 0157 13-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PARTI - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 3125 00—Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1, Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be.allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment'shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination:NOT 3. Storm Water Pollution Prevention Plan: S WPPP 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 Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: I. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES)General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting,send 1 copy to City Department of Transportation and Public Works,Environmental Division,(817)392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System(TPDES)General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) . Send copy to City Department of Transportation.and Public Works, Environmental Division,(817)392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817)392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 0133 00,except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 01 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 0133 00. 1.6 ACTION SUBMITTALSANF'ORMATIONAL 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 DA'Z'E NAME SUMMARY OF CUANGE CITY OF FORT WORTH Crowley Relief interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 01 58 13- l TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I --General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS ]NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL 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 [oa] 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 Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 0158 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of'/4-inch fir plywood,grade A-C(exterior)or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed,upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USEDf 3.7 FIELD [ole] 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 Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised 3uly 1,2011 City Project No. 100276 0158 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 016000-1 PRODUCT REQUIREMENTS Page I of 2 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - 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 located on Buzzsaw as follows: t. Resources102-Construction DocumentslStandard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to,that manufacturer's standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] L7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 016000-2 PRODUCT REQUIREMENTS Page 2of2 1.1.0 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUC'T'ION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No. 100276 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PARTI - 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 SUBMITTALSANFORMATIONAL 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 Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel,adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns,sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. 'Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Reject all products or equipment that are damaged,used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 01 70 00- 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1,1 SUMMARY A. Section Includes: 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 I 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 Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised November 22,2016 City Project No. 100276 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 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. 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 Fortes and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 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 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 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised November 22,2016 City Project No. 100276 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 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.a.1) 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.l.A.4.a) 2) Demobilization as described in Section 1.I.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES INOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For village Creek Basin Revised November 22,2016 City Project No. 100276 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 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 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised November 22,2016 City Project No. 100276 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1—General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at.the.lump sum price bid for"Construction Staking". 2) Payment for"Construction Staking"shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include,but not be limited to the following: 1) Verification of control data provided by City. 2) Placement,maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of"cut sheets"using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 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 Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised February 14,2018 City Project No.100276 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 Survey-The survey measurements made prior to or while construction is in progress to control elevation,horizontal position,dimensions and configuration of structures/improvements included in the Project Drawings. 2. As-built Survey—The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking—The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings.Construction staking shall include staking casements and/or right of way if indicated on the plans. 4. Survey"Field Checks"—Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per.Project Drawings. B. Technical References 1. City of Fort Worth—Construction Staking Standards(available on City's Buzzsaw website)—017123.16.01— 7123.16.01—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 0133 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 Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised February 14,2018 City Project No.100276 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work,including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit"Cut-Sheets"conforming to the standard template provided by the City (refer to 017123.16.01 —Attachment A—Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B.As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor(RPLS)responsible for the work(refer to 017123.16.01—Attachment A —Survey Staking Standards). 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one(1)week prior to scheduling the project final inspection for City review and comment.Revisions,if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason,the Contractor will be responsible for costs to perform staking.If in the opinion of the City,a sufficient slumber of stakes or markings have been lost,destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut,the Contractor shall perform construction survey and verify control data including,but not limited to,the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised February 1A,2018 City Project No.100276 017123-4 CONSTRUCTION STAKWG AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades,if requested,and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City,if requested,to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it,as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances(as outlined in Sections 33 05 23 and/or 33 05 24),immediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor's responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12"and under in diameter,it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey including the elevation and location(and provide written documentation to the City)of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection,curvature, etc. (3) Fire line tee (4) Plugs,stub-outs,dead-end lines (5) Casing pipe(each end)and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines(non-gravity facilities)at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection,curvature, etc. 3) Stormwater—Not Applicable CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised February 14,2018 City Project No.100276 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as-built survey including the elevation and location(and provide written documentation to the City)of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter bones/vaults(All sizes) d) Fire hydrants e) Valves(gate,butterfly,etc.) f) Air Release valves(Manhole rim and vent pipe) g) Blow off valves(Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater—Not Applicable 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART2- 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 Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised February 14,2018 City Project No.100276 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file(.csv),formatted with X and V coordinates in separate columns(use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3- EXECUTION 3.1 INSTALLERS A. Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental.The tolerances listed hereafter are based on generalities and,under certain circumstances,shall yield to specific requirements.The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft.vertical tolerance.Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft.tolerance. b. Horizontal alignment on a structure shall be within_0.1ft tolerance. c. Paving or concrete for streets,curbs,gutters,parking areas,drives,alleys and walkways shall be located within the confines of the site boundaries and, occasionally,along a boundary or any other restrictive line.Away from any restrictive line,these facilities should be staked with an accuracy producing no more than 0.058.tolerance from their specified locations. d. Underground and overhead utilities,such as sewers,gas,water,telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas,these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely.Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained.Underground and overhead utilities on planned profile, but not depending on gravity flow for performance,should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. I. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions,corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised February 14,201H City Project No.100276 017123-7 CONSTRUCTION STAYJNG AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR/RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City,the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey"Field Check"of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION[NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3'd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised February 14,2018 City Project No.100276 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M.Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance;added PART 2—PRODUCTS; Added 3.1 Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. Removed"blue text";revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built survey"during"and "after"construction;and revised acceptable digital survey file format CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised February 14,2018 City Project No.100276 FORTWORTH. Secti®n 01712 3.01 - Attachment A Survey Staking Standards February 2017 0:\PROJECTS\FTWI6077\docs\Specs\Div 01-General Requirements\017123.16.01 Attachment A_Survey Staking Standards.docx Page 1 of 26 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects.These are not to be considered all inclusive, but only as a general guideline.For projects on MOTright-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.goy/txdotmanuaIs/ess/ess.adf) 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 0:\PROJECTS\FTW16077\docs\Specs\Div 01-General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 26 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth,Texas 76116 Office: (817)392-7925 Survey Superintendent,direct line: (817)392-8971 IL Construction Colors The following colors shall be used for staking or identifying features in the field.This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. (Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOVV TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND PINK ALL PAVING INCLUDING CURB,SIDEWALK, BUILDING CORNERS SANITARYSEWER •:I.; ,li IRRIGATION AND RECLAIMED WATER III. Standard Staking Supplies Item Minimum size Lath/Stake 36"tall Wooden Hub(2"x2" min.square preferred) 6"tall Pin Flags(2.5"x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods(1/2"or greater diameter) 18" long Survey Marking Paint Water-based Flagging 1"wide Marking Whiskers (feathers) 6"long Tacks(for marking hubs) 3/4" long O:\PROJECTS\FTW16077\docs\Specs\Div 01-General Requirements\017123.16.01 Attachment A_Survey Staking Standards.docx Page 3 of 26 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http:/jfortworthtexas.gov/­­`itsolutions/­GIS/­­­ Look for`Zoning Maps'. Under'Layers', expand `Basemap Layers', and check on `Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S.and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work.A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W,forced-main water lines,and rough-grade only. No GPS staking for concrete sanitaLiL sewer,storm drain final grade,or anything that needs vertical grading with a tolerance of 0.25'or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable)of the point set. Control points can be set rebar, 'V in concrete,or any other appropriate item with a stable base and of a semi-permanent nature.A rebar cap is optional, but preferred if the cap is marked 'control point'or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance.--If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North:0, East=O C. Geoid model used, Example:GEOID12A 0:\PROJECTS\FTW16077\docs\Specs\Div 01-General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 26 E. Preferred Grid Datum Although many plan sets can be in surface coordinates,the City's preferred grid datum is listed below.Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North Central_FIPS 4202_Feet Projection: Lambert—Conformal_Conic False_Easting: 1968500.00000000 False—Northing: 6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard—Parallel-2. 33.96666667 Latitude_Of Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS—North—American-1983 Datura: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Nate: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datura. 1 copy of the deliverable should be in the project datura (whatever it may be)and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format .txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes(if applicable) H. Preferred File Naming Convention This is the preferred format:City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234 As-built of Water on Main Street Grid NAD83 TXSP 4202.csv 0:\PROJECTS\FTW16077\docs\Specs\Div 01-General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 26 File 2:C1234—As-built of Water on Main Street—Project Specific Datum.csv Example Control Stakes 0:\PROJECTS\FTW16077\docs\Specs\Div 01-General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 26 ,1 . (bl C)1 15 EL- 10O.OD" m Q, 1'tl.E iz ZIE L-- i i! 7 � i'13 F L C.) � � ��_ Ll� f F LL— V. V. plater Stat=ing Standards 0:\PROJECTS\FTW16077\docs\Specs\Div 01-General Requirements\017123.16.01_Attachment A Survey Staking Standards.docx Page 7 of 26 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/I_)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 Stages O:\PROJECTS\F FW16077\docs\Specs\Div 01-General Requirements\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 8 of 26 EE LE Z LO LJ wj ................. 0 7' 0/, A LL it 07�)k W4 ',ST-A LL I F12-A of Ul !i cc) V1. Sa n ita ry Sewer Stakin 0:\PROJECTS\FTW16077\docs\Specs\Div 01-General Requirements\01 71 23.16.01—Attachment A—Survey Staking Standards.docx Page 9 of 26 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 pians 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:Actualstokes 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 ll. 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 0:\PROJECTS\FTW16077\docs\Specs\Div 01-General Requirements\017123.16.01 Attachment A_Survey Staking Standards.docx Page 10 of 26 Example Sanitary Sewer Stakes 7 t$W i � Cin I W C-41AII z C-CM 0 tO SS C-A -,v t-- C-OAL F— r La 7 _,I 6 LIP r IL S 0 LL. CL w 'p, kj/s q ss �j 0-62 P-C-Oil k4l La LJ cl 0:\PROJECTS\FTWI6077\docs\Specs\Div 01-General Requirements\01 71 23.16.01-Attachment A-Survey Staking Standards.docx Page 11 of 26 VII. Storm Sewer & Inlet Staking A. Centerline Staking Straight Line Tangents I. 1 offset stake every 200'on even stations II. Grades are to flowline of pipe unless otherwise shown on pians III. Stakes at every grade break IV. Cut sheets are required on all staking Optional.Actual stakes shag consist of a 60D nail or hub set with a whisker B. Centerline Staking s Curves L 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 Ill. 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 prayided in the plans 0:\PROJECTS\FTW16077\docs\Specs\Div 01-General Requirements\017123.16.01—Attachment A_Survey Staking Standards.docx Page 12 of 26 Example Storm Inlet Stales FRONT FRONT (SIDE FACING (51 DE FACING ) � b 4 _ a i BACK BACK FSIQL FLdNC p.tLYf.- r� (SHE P,Imc'ma w.� t 1[�H1IFFES.4�1p�kl WEhI#riL'%%:►b4'FI 1 tNT 0 T11b 0r T}IE 1flG r�t� eun CF THE Wom t {1FIHai SFN{f�1 MNo gTe*W HUB ELEiATICWi WI.C' WIf :i rAn7FFR, 1 f t [IF IMTU UL awtij V CT/ �-�-. fTjC� 10 W OF CUR11 -T/IQ - ' QR _ - IDENT1FIES GRADE I h -la 111_STkN f.FS_FOR INLETS 51AMdAR6�0' - 16:- t-� —�...... RECESSED 10 21' STANDARD 00LI E 10' - 26.6Y RECESSED 0UME 10'� a0_6Y ........... I —..._.__...____.........�..�......,._._..—.Y....___........_..V.._._.._.._—.._....._.._..�—.—— Hurl Mm W9K i I RAG-C LV IMLET :.� rl r I BACY OF WFSt" K. OF CURB ..._....................«..,.,,.....,........ _ .yyltr .y { •.�: :'ti: !1 R. .1. J•��1 °+: —. _— — -- .�.�.�_.•_ €LUAVRE ._...._.. FACE-OF INLET FACE QF WMT F1.:pYsiJP1E EDGE OF Frt O&NT— EDGE OF PA'YMAE14T EfXX OF PAA0AENT �E913E€V PAVEMEW — 0:\PRODECTS\FTW16077\docs\Specs\Div 01-General Requirements\017123.16.01 Attachment A_Survey Staking Standards.docx Page 13 of 26 VIII. Curb and Gutter Staking A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50'on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional.Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves III. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted 0:\PROJECTS\F7W16077\docs\Specs\Div 01-General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 26 Example Curb 9% Gutter Stales FRONT (SIDE FACING ) FRONT IC 4h�15t�9�dD FRONT � (RDE FACIttC 97c: FRONT (SIDE FACINGwvrcT cr u€uE PCpE FACIhIp } �0. u 6C ar n BACK rrt �ursltfa., nrr*�rrl� r� '•`� � (SIDE FACING MOX)PONT a kLPJILrEuflhlf I'; ? I I t mi M mr 1 euFa — �' ray Jaz gra: HUB E1.E IA'P611i a IL I ' TOP OF CURB DACK OF CURB a , FACS OF CURL FLOM NE EWE OF PAVEMENT Example Curb & Gutter Stakes at Intersection 0:\PROJECTS\FTW16077\docs\Specs\Div 01-General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 26 A/4(9wjyr. x*l lj 2 rtou P s, W4 {� r 41 y rLq y; "4 2 s �.F R 1y • i. xt*�I� I LcLT,*,- �r 1 „~, '. X4 x t 0:\PRC}JECTS\F1W16477\docs\Specs\Div 01-General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 16 of 26 IX. C"t Sheets A. Date of field work B. Staking Method (GPS,total station) C. Project Name D. City Project Number(Example:001234) 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 itam I above) Standard CitV Cut Sheet City Project Gate: Number: Project Name: ❑ TOTAL Staking Method: ❑GPS STATION ❑ OTHER LOCATION: CONSULTANTICONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWL,INE OR TOP OF CURB UNLESS OTHERWISE NOTED. OFFSET PROP. STAKED PT# STATION DESCRIPTION �CUT +FILL_ . -LT/+RT GRADE ELEV. 0:\PROJECTS\FTW16077\docs\Specs\Div 01-General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 26 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore,the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted.See section!V. As-built survey should include the following(additional items may be requested): Manholes Tap of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults(All sizes) Fire lines Fire hydrants Gate valves(rim and top of nut) Plugs,stub-outs, dead-end lines Air Release valves(Manhole rim and vent pipe) Blow off valves(Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe(each end) Inverts of pipes Turbo Meters 0:\PROJECTS\FTW16077\docs\Specs\Div 01-General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 26 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases.This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write"NOT FOUND"to notify the City. 0:\PROJECTS\FfW16077\docs\Specs\Div 01-General Requirements\017123.16.01 Attachment A_Survey Staking Standards.docx Page 19 of 26 J_ ............ 4" 3. L bill. 0' r-1 J _ X;N t1_'4a L. q f Ji i cd 7 0:\PROJECTS\FrW16077\docs\Specs\Div 01-General Requirements\01 71 23.16.01—Attachment A—Survey Staking Standards.docx Page 20 of 26 pOWL w"LN MWECT TO EMT.S-RArE?? DarAm.�-d!'.lAA c SIFF.1,F 5T8c*`SW-Am . PDX 2PREMAYN WAUA cur m I NSF WITMAW'WAO t-W WE VAWf ruc- dj el 2. ,� •9 Yh'2 .1/iI�fLSlNMw Kaaags #fro y WRTA opm nw -fir W04TER . SANIrAW Sl �: . a=WEV E SHEV _ yy 4 wr it oe Pe "Do roc A:y OMWMt rn rka:�r vu�M �s u 43 0:\PROJECTS\FTW16077\docs\Specs\Div01-General Requirements\017123.16.01—AttachmentA_Survey Staking Standards.docx Page 21 of 26 A ZfG W.07,'^IVd A10 F 5k-LI.—'VR I U 1M3+FS.Iz 4?i h3fF Y JW WZM1 vajq4 C� F!7Mt� �S•rItJ�.Fc!pS-0V�,3' :�Mf7 rl.�1Y'� _r.' - `[, � - .L 'f74 UA..I _ ri` r Lr Te I —. I ' , rya "+ SPT .._.... r jep -7j LrL- P:li"a'' i 1. i�qy'yi �w� ; �' _LII.s O:\PR _ _ aking Standards.docx Page 22 of 26 _ G � _Vol .2. SINr =� MMIllmom rwml Rai POW Hal orm WIN NO a Fr 53 MOM nr— 9 � ! 21 — � � Obviously the .omor.txtfile cannot besigned/sealed byasurveyor|nthe format requested.This isjust onexample and all this information should benoted when delivered tothe City soit|uclear towhat coordinate system the data |sin. 22%W,,)155 726-(A 135MK Biro 72S.669 GV atm 3 6946307,399 2 z�HW38,305 726,35 GV RIM 6 2296022.721 722,325 F�4 614UI�6-012 22'35992.115 719.448 WPIA RIM 1) 6946M.056 22959MAI$ 713,(i52 cc RIM 10 4.4459M,677 2295WO q2 711,662 11�smm RIM 15 f�q4&q3&727 2295930.4,11 71AU34 GD RIM kg j5945768.563 22t)57MAM 710,086 ov HIM 20 6945143.318 2295188,392 10.631 GV Ai m 21 6945723-219 22S5754,394 711949 GV Rim 22 6945a2ll 221)574422 716,686 WN4 RIM 24 6945641�-407 2295736.03 711)111(�U%M 25 6945571,059 22,95655J95 727514 55MH RIM 29 61;45456,557 2295543.145 7aG1451 co RIM 30 64145337,-356 22��597,101 740,756 GV RIM 31 �iS45370.608 22�J5605JW1 740.976 GV RIM 32 69453AAS3 225500.05 740.1109 Fit 34 690�3.19365 2295539-728 746,777 C-0 WM 3S 6945242-289 229S570.715 743-04 WM RtM 36 W45233624 2Z<J5544.6?6 74959 SSMH RIM 37 6945206,4P,3 22U5529,305 751M VVM RIM 38 6945142-015 2295-S57-Mf) '50-853 WM F04 6945113,44.5 ZZ,35r,20,135 7-51,871 WM RIM .10 045q49,02 2Z%627.34'� 752,257 V5M"RIM 41 594.5G41 AN 2295552-675 751,79�W HrM 42 6W50".878 22�W52.147 7,51,88 V0A Rim 43 6945W&AW 2295518,1-15 752-615 WM Him 41� 694494A 432 2295556,479 752A�6 WM R" O:\pRO] 01,Genen^| Requi,ementd017123.16.01-vttochment A-SurveyStok|ng Standordo.docx Page 24of26 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. 0:\PROJECTS\FTW16077\docs\Specs\Div 01-General Requirements\017123.16.01 Attachment A_Survey Staking Standards.docx Page 25 of 26 ............... � \ �� \ � $ ( $ � } ] ] ) . � �� m \ \ 4 § � ± a . $ \` ^ A-;JLLj � � \ ` � \ � � _� § � � J 114 1-.-j- '0 G � � �� � � } q ) \ ) ) § ) q � § � 44 \ \\ � � k ) \ � � \ ; \ § rl 0:\PROJECTS\FrWl6O77\docs\Specs\Div 01-General Requirements\01 71 23.16.01—Attachment A—Survey Staking Standees ocx Page 26 e2 01 74 23- 1 CLEANING Page 1 of SECTION 0174 23 CLEANING PART 1 - 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 I —General Requirements 3. Section 32 92 13 Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS {NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 01 7423-2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Crowley Relief interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 017423-3 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 bum on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health,safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which may become airborne or transported by flawing water during the storm. C. Interior Final Cleaning I. 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 I. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks,pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, junction boxes and inlets. CITY OF FORT WORTH Crowley Relieflnterceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 01 7423-4 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 SLTNOAARY OF CHANGE CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 01 77 19- 1 CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily Iimited 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. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees,bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 0177 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection,submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 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 Contractor present. 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. 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. 4. 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 D. Notice of Project Completion CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 0177 19-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). E. Supporting Documentation I. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report(if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions,City will issue Letter of Final Acceptance and release the final Payment Request for payment. 3.5 REPAIR/RESTORATION [NOT USED] 3.5 RE-INSTALLATION ]NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 01 78 23-1 OPERATION AND MAINTENANCE DATA Page I of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1 - GENERAL 1.1 SUMMARY A. Section includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers(to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. LS SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 '/2 inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data,or neatly typewritten CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No. 100276 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 INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available,provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume,arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name,address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize inconsistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No. 100276 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty,bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content,for architectural products, applied materials and finishes: a. Manufacturer's data,giving full information on products 1) Catalog number,size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data,giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection,maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content,for each unit of equipment and system,as appropriate: a. Description of unit and component parts 1) Function,normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up,break-in, routine and normal operating instructions 2) Regulation,control, stopping,shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No. 100276 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts,manufacturer's current prices,and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content,for each electric and electronic system,as appropriate: a. Description of system and component parts 1) Function,normal operating characteristics, and limiting conditions 2) Performance curves,engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly,repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts,manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Crowley Relief interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Viltage Creek Basin Revised December 20,2012 City Project No. 100276 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION ]NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.I—title of section removed CITY OF PORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No. 100276 017839- l PROJECT RECORD DOCUMENTS Page l of4 SECTION 0178 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 Iimited 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 t. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents,making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 01 7939-2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records,make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work,both concealed and visible,to enable future modification of the Work to proceed without lengthy and expensive site measurement,investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data,use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED toR] 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, I 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 l complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS-JOB SET". CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 017839-3 PROJECT RECORD DOCUMENTS Page 3 o1`4 2. Preservation a. Considering the Contract completion time,the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed,devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil(not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. in the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits,circuits,piping, ducts,and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor,subject to the City's approval. 2) However,design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings,by dimension accurate to within I inch,the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note,the vertical location of the Item("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment,conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents,coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No. 100276 Of 7839-4 PROJECT RECORD DOCUMENTS Page 4 o1`4 c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly,consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents,other than Drawings,have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling,and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Viliage Creek Basin Revised July 1,2011 City Project No. 100276 26 00 00-1 Electrical—General Provisions Page 1 of 8 26 00 00 ELECTRICAL w GENERAL PROVISIONS 1.00 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials and equipment required to install, test and provide an operational, electrical system as specified and as shown on the Drawings. B. All equipment described herein shall be submitted and furnished as an integral part of equipment specified elsewhere in these Specifications. C. All electrical work provided under any Division of the Specifications shall fully comply with the requirements of Division 26. D. The work shall include furnishing, installing and testing the equipment and materials detailed in each Section of Division 26. E. The work shall include furnishing and installing the following: 1. Conduit, wire and field connections for all motors, motor controllers, control devices, control panels and electrical equipment furnished under other Divisions. The Contractor shall coordinate his construction schedule and electrical interface with the supplier of electrical equipment specified under other Divisions. 2. Conduit, wiring and terminations for all field-mounted instruments furnished and mounted under other Divisions, including process instrumentation primary elements, transmitters, local indicators and control panels. Lightning and surge protection equipment wiring at process instrumentation transmitters. Install vendor furnished cables specified under other Divisions. 3. A complete raceway system for the Data Cables and specialty cable systems, including those furnished under other Divisions. Install the Data Cables and other specialty cable systems; in accordance with the system manufacturers' installation instructions. Review the raceway layout, prior to installation, with the Process Control System supplier and the cable manufacturer to ensure raceway compatibility with the systems and materials being furnished.Where redundant cables are furnished, install the cables in separate raceways. 4. Furnish and install precast electrical and instrumentation manholes, handholes and light pole foundations. Pole foundations shall be designed and installed in accordance with the structural Divisions of these Specifications. 1.02 ELECTRICAL WORK CONTAINED IN OTHER DIVISIONS A. Where references are made to the Related Work paragraph in each Specification Section, referring to other Sections and other Divisions of the Specifications, the Contractor shall provide such information or additional work as may be required in those references,and include such information or work as may be specified. B. Process Divisions 1. The Contractor shall be responsible for examining all Process Equipment Specifications and Drawings,determining power and wiring requirements and providing external wiring and raceways, as required to provide a fully functioning Process Control System. If the equipment requires more conductors and/or wiring, due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring, at no cost to the Owner. C. Mechanical Divisions 1. The Contractor shall be responsible for examining all Mechanical Equipment Specifications and Drawings,determining power and wiring requirements and providing CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL—GENERAL PROVISIONS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 00 00-2 Electrical—General Provisions Page 2of8 external wiring and raceways, as required to provide fully functioning Mechanical Equipment Control Systems. If the equipment requires more conductors and/or wiring, due to different equipment being supplied,the Contractor shall furnish the additional conductors, raceways and/or wiring at no cost to the Owner. D. Electric Valve Operator Divisions 1. The Contractor shall be responsible for examining all Electric Valve Operator Equipment Specifications and Drawings,determining power and wiring requirements and providing external wiring and raceways, as required to provide a fully functioning Electric Valve Operator Control System. If the equipment requires more conductors and/or wiring due to different equipment being supplied, the Contractor shall furnish the additional conductors, raceways and/or wiring at no cost to the Owner. 1.03 SUBMITTALS A. Submit Shop Drawings, in accordance with Division 1 requirements, for equipment, materials and all other items furnished under each Section of Division 26, except where specifically stated otherwise. An individually packaged submittal shall be made for each Section, and shall contain all of the information required by the Section. Partial submittals will not be accepted and will be returned unreviewed. B. Submittals will not be accepted for Section 26 00 00. C. Each Section submittal shall be complete, contain all of the items listed in the Specification Section, and shall be clearly marked to indicate which items are applicable on each cut sheet page. The Submittal shall list any exceptions to the Specifications and Drawings, and the reason for such deviation. Shop drawings, not so checked and noted, will be returned unreviewed. D. The Contractor shall check shop drawings for accuracy and contract requirements prior to submittal to the Owner/Engineer. Errors and-omissions on approved shop drawings shall not relieve the Contractor from the responsibility of providing materials and workmanship required by the Specifications and Drawings. Shop drawings shall be stamped with the date checked and a statement indicating that the shop drawings conform to Specifications and Drawings. Only one Specification Section may be made per transmittal. E. Material shall not be ordered or shipped until the shop drawings have been approved. No material shall be ordered or shop work started if shop drawings are marked "APPROVED AS NOTED CONFIRM", "APPROVED AS NOTED RESUBMIT"or"NOT APPROVED". F. At the time of jobsite delivery of the equipment, the Contractor shall have an approved shop drawing in his possession for the Owner's Inspector and Owner's Engineer,for verification. G. Up-to-date Record Drawings shall be promptly furnished when the equipment installation is complete. Payment will be withheld until Record Drawings have been furnished and approved. 1.04 REFERENCE CODES AND STANDARDS A. Electric equipment, materials and installation shall comply with the National Electrical Code (NEC) and with the latest edition of the following codes and standards: 1. National Electrical Safety Code (NESC) 2. Occupational Safety and Health Administration (OSHA) 3. National Fire Protection Association (NFPA) 4. National Electrical Manufacturers Association (NEMA) 5. American National Standards Institute (ANSI) 6. Insulated Cable Engineers Association (ICEA) CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL—GENERAL PROVISIONS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 00 00-3 Electrical—General Provisions Page 3 of 8 7. Instrument Society of America(ISA) 8. Underwriters Laboratories (UL) 9. Factory Mutual (FM) B. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. C. All material and equipment, for which a UL standard exists, shall bear a UL label. No such material or equipment shall be brought onsite without the UL label affixed. D. If the issue of priority is due to a conflict or discrepancy between the provisions of the Contract Documents and any referenced standard, or code of any technical society, organization or association, the provisions of the Contract Documents will take precedence if they are more stringent or presumptively cause a higher level of performance. If there is any conflict or discrepancy between standard specifications, or codes of any technical society, organization or association, or between Laws and Regulations,the higher performance requirement shall be binding on the Contractor, unless otherwise directed by the Owner/Engineer. E. In accordance with the intent of the Contract Documents, the Contractor accepts the fact that compliance with the priority order specified shall not justify an increase in Contract Price or an extension in Contract Time nor limit in any way,the Contractor's responsibility to comply with all Laws and Regulations at all times 1.05 HAZARDOUS AREAS A. Equipment, materials and installation in areas designated as hazardous on the Drawings shall comply with NEC Articles 500, 501, 502 and 503. B. Equipment and materials installed in hazardous areas shall be UL listed for the appropriate hazardous area classification. C. Equipment, rriateriais and installation,in areas designated as hazardous on the Drawings shall comply with NFPA standards. 1.06 CODES, INSPECTION AND FEES A. Equipment, materials and installation shall comply with the requirements of the local authority having jurisdiction. B. Obtain all necessary permits and pay all fees required for permits and inspections. C. The Owner will negotiate with the electric utility for the costs of new or revised services and make payment to the electric utility for such costs, but the Contractor shall be responsible for the coordination with the electric utility during the installation of such services. 1.07 SIZE OF EQUIPMENT A. Investigate each space in the structure through which equipment must pass to reach its final location. Coordinate shipping splits with the manufacturer to permit safe handling and passage through restricted areas in the structure. B. The equipment shall be kept upright at all times during storage and handling. When equipment must be tilted for passage through restricted areas, brace the equipment to ensure that the tilting does not impair the functional integrity of the equipment. 1.08 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of Project Contract Drawings, hereinafter called the "Retard Drawings". The Record Drawings and Specifications shall be kept up to date throughout the project. CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL—GENERAL PROVISIONS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 00 00-4 Electrical--General Provisions Page 4 of 8 B. The Record Drawings shall be reviewed in a meeting with the Owner/Engineer on a monthly basis. C. Record Drawings shall accurately show the installed condition of the following items: 1. One-line Diagram(s). 2. Raceways and pull-boxes. 3. Conductor sizes and conduit fills. 4. Panel Schedule(s). 5. Control Wiring Diagram(s). 6. Lighting Fixture Schedule(s). 7. Lighting fixture, receptacle and switch outlet locations. 8. Underground raceway and duct bank routing. 9. Plan view,sizes and locations of switchgear, distribution transformers,substations, motor control centers and panelboards. D. Submit atypical example of a schedule of control wiring raceways and wire numbers, including the following information: 1. Circuit origin, destination and wire numbers. 2. Field wiring terminal strip names and numbers. E. Submit the record drawings and the schedule of control wiring raceways and wire numbers (or the point-to-point connection diagram) to the Owner/Engineer. F. The Contractor's retainage shall not be paid until the point-to-point connection diagrams have been furnished to the Owner/Engineer. 1.09 EQUIPMENT INTERCONNECTIONS A. Review shop drawings of equipment furnished under other related Divisions and prepare coordinated wiring interconnection diagrams or wiring tables. Submit copies of wiring diagrams or tables with Record Drawings. B. Furnish and install all equipment interconnections. 1.10 MATERIALS AND EQUIPMENT A. Materials and equipment shall be new, except where specifically identified on the Drawings to be re-used. B. The Contractor shall not bring onsite, material or equipment from a manufacturer, not submitted and approved for this project. Use of any such material or equipment, will be rejected, removed and replaced by the Contractor, with the approved material and equipment,at his own expense. C. Material and equipment shall be UL listed, where such listing exists. D. The Contractor shall be responsible for all material, product, equipment and workmanship being furnished by him for the duration of the project. He shall replace the equipment if it does not meet the Contract Documents. 1.11 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests,will not be permitted., CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL—GENERAL PROVISIONS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 00 00-5 Electrical—General Provisions Page 5 of 8 B. Equipment and materials shall be handled and stored in accordance with the manufacturer's instructions, and as specified in the individual Specification Sections. 1.12 WARRANTIES . A. Manufacturer's warranties shall be as specified in each of the Specification Sections. 1.13 EQUIPMENT IDENTIFICATION A. Identify equipment(disconnect switches, separately mounted motor starters, control stations, etc) furnished under Division 16 with the name of the equipment it serves. Motor control centers, control panels, panelboards, switchboards, switchgear,junction or terminal boxes, transfer switches, etc, shall have nameplate designations as shown on the Drawings. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION 3.01 INTERPRETATION OF DRAWINGS A. The Drawings are not intended to show exact locations of conduit runs. Coordinate the conduit installation with other trades and the actual supplied equipment. B. Install each 3 phase circuit in a separate conduit unless otherwise shown on the Drawings. C. Unless otherwise approved by the Owner/Engineer, conduit shown exposed shall be installed exposed; conduit shown concealed shall be installed concealed. D. Where circuits are shown as "home-runs"all necessary fittings and boxes shall be provided for a complete raceway installation. E. Verify the exact locations and mounting heights of lighting fixtures,switches and receptacles prior to installation. F. Except where dimensions are shown, the locations of equipment, fixtures, outlets and similar devices shown on the Drawings are approximate only. Exact locations shall be determined by the Contractor and approved by the Owner/Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Owner/Engineer and furnish all labor and materials necessary to complete the work in an approved manner. G. Circuit layouts are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power, lighting and other electrical systems shown. H. Redesign of electrical or mechanical work, which is required due to the Contractor's use of a pre-approved alternate item, arrangement of equipment and/or layout other than specified herein, shall be done by the Contractor at his/her own expense. Redesign and detailed plans shall be submitted to the Owner/Engineer for approval. No additional compensation will be provided for changes in the work, either his/her own or others,caused by such redesign. I. Raceways and conductors for lighting, switches, receptacles and other miscellaneous low voltage power and signal systems as specified are not shown on the Drawings. Raceways and conductors shall be provided as required for a complete and operating system. Refer to riser diagrams for signal system wiring. Homeruns, as shown on the Drawings, are to assist the Contractor in identifying raceways to be run exposed and raceways to be run concealed. Raceways installed exposed shall be near the ceiling or along walls of the areas through which they pass and shall be routed to avoid conflicts with HVAC ducts, cranes hoists, monorails, equipment hatches,doors, windows, etc. Raceways installed concealed shall be run in the center of concrete floor slabs, above suspended ceilings, or in partitions as required. CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL—GENERAL PROVISIONS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 00 00-6 Electrical—General Provisions Page 6 of 8 J. The Contractor shall run all conduit and wire to RTU and/or PLC termination cabinets, where designated on the Drawings. The conduit and wire as shown on the interface drawings may not necessarily be shown on the floor plan. K. Install conductors carrying low voltage signals (typically twisted shielded pair cables) in raceways totally separate from all other raceways containing power or 120-volt control conductors. L. Raceways and conductors for thermostats controlling HVAC unit heaters, exhaust fans and similar equipment are not shown on the Drawings. Provide raceways and conductors between the thermostats,the HVAC equipment and the motor starters for a complete and operating system. All raceways and power conductors shall be in accordance with Division 26. Raceways shall be installed concealed in all finished space and may be installed concealed or exposed in process spaces. defer to the HVAC drawings for the locations of the thermostats and controls. M. Raceways and conductors for the fire alarm, sound and page party systems are not shown on the Drawings. Provide raceways and conductors as required by the system manufacturer for a complete and operating system. All raceways and power conductors shall be in accordance with Division 26. Raceways shall be installed concealed in all finished spaces and may be installed exposed or concealed in process spaces. 3.02 EQUIPMENT PADS AND SUPPORTS A. Electrical equipment pads and supports, of concrete or steel including structural reinforcing and lighting pole foundations, are shown on the Structural Drawings. B. No electrical equipment or raceways shall be attached to or supported from, sheet metal walls. 3.03 SLEEVES AND FORMS FOR OPENINGS A. Provide and place all sleeves for conduits penetrating floors, walls, partitions, etc. Locate all necessary slots for electrical work and form before concrete is poured. B. Exact locations are required for stubbing-up and terminating concealed conduit. Obtain shop drawings and templates from equipment vendors or other subcontractors and locate the concealed conduit before the floor slab is poured. C. Where setting drawings are not available in time to avoid delay in scheduled floor slab pours, the Owner/Engineer may allow the installations of such conduit to be exposed. Requests for this deviation must be submitted in writing. No additional compensation for such change will be allowed. D. Seal all openings,sleeves, penetration and slots as specified in Section 26 05 33. 3.04 CUTTING AND PATCHING A. Coordinate with Divisions 03 and 31 for cutting and patching. S. Core drill holes in concrete floors and walls as required. The Contractor shall obtain written permission from the Owner/Engineer before core drilling any holes larger than 2 inches. C. Install work at such time as to require the minimum amount of cutting and patching. D. Do not cut joists, beams, girders,columns or any other structural members. E. Cut opening only large enough to allow easy installation of the conduit. F. Patching shall be of the same kind and quality of material as was removed. G. The completed patching work shall restore the surface to its original appearance or better. CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL--GENERAL PROVISIONS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 00 00-7 Electrical—General Provisions Page 7 of 8 H. Patching of waterproofed surfaces shall render the area of the patching completely waterproofed. I. Remove rubble and excess patching materials from the premises. J. When existing conduits are cut at the floor line of wall line;they shall be filled with grout of suitable patching material. 3.05 INSTALLATION A. Any work not installed according to the Drawings and this Section shall be subject to change as directed by the Owner/Engineer. No extra compensation will be allowed for making these changes. B. All dimensions shall be field verified at the job site and coordinated with the work of all other trades. C. Electrical equipment shall be protected at all times against mechanical injury or damage by water. Electrical equipment shall not be stored outdoors. Electrical equipment shall be stored in dry permanent shelters as required by each Specification Section. Do not install electrical equipment in its permanent location until structures are weather-tight. If any apparatus has been subject to possible injury by water, it shall be thoroughly dried out and tested as directed by the Owner/Engineer, or shall be replaced at no additional cost at the Owner/Engineer's discretion. D. Equipment that has been damaged shall be replaced or repaired by the equipment manufacturer, at the Owner/Engineer's discretion. E. Repaint any damage to the factory applied paint finish using touch-up paint furnished by the equipment manufacturer. If the metallic portion of the panel or section is damaged,the entire panel or section shall be replaced, at no additional cost to the Owner. 3.06 PHASE BALANCING A. The Drawings do not attempt to balance the electrical loads across the phases. Circuits on motor control centers and panelboards shall be field connected to result in evenly balanced loads across-all phases. B. Field balancing of circuits shall not alter the conductor color coding requirements as specified in Section 26 05 19. 3.07 MANUFACTURER'S SERVICE A. Provide manufacturer's services for testing and start-up of the equipment as listed in each individual Specification Section. All settings, including those settings and arc flash labels required by the Power System Study, shall be made to the equipment and approved by the Owner/Engineer prior to energizing of the equipment. B. Testing and startup shall not be combined with training. Testing and start-up time shall not be used for manufacturer's warranty repairs. 3.08 TESTS AND SETTINGS A. Test systems and equipment furnished under Division 16 and repair or replace all defective work. Make adjustments to the systems as specified and/or required. B. Prior to energizing electrical equipment, make all tests as required by the individual specification Sections. Submit a sample test form or procedure. Submit the required test reports and data to the Owner/Engineer for approval at least two weeks prior to the startup of the tested equipment. Include names of all test personnel and initial each test. CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL—GENERAL PROVISIONS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 00 00-8 Electrical—General Provisions Page 8 of 8 C. Check motor nameplates for correct phase and voltage. Check bearings for proper lubrication. D. Check wire and cable terminations for tightness. E. Check rotation of motors prior to energization. Disconnect driven equipment if damage could occur due to wrong rotation. If the motor rotates in the wrong direction,the rotation shall be immediately corrected, or tagged and locked out until rotation is corrected. F. Verify all terminations at transformers, equipment, capacitor connections, panels, and enclosures by producing a 1 2 3 rotation on a phase sequenced motor when connected to "A", "B"and "C"phases. G. Mechanical inspection,testing and setting of circuit breakers,disconnect switches, motor starters, control equipment, etc for proper operation. H. Check interlocking, control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. I. Check the ampere rating of thermal overloads for motors and submit a typed record to the Owner/Engineer of same, including MCC cubicle location and load designation, motor service factor, horsepower, full load current and starting code letter. If inconsistencies are found, new thermal elements shall be supplied and installed. J. Verify motor power factor capacitor ratings. K. Testing shall be scheduled and coordinated with the Owner/Engineer at least two weeks in advance. Provide qualified test personnel, instruments and test equipment. L. Refer to the individual equipment sections for additional specific testing requirements. M. Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. 3.09 TRAINING A. The Contractor shall provide manufacturer's training as specified in each individual section of the Specifications. TEND OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL—GENERAL PROVISIONS For Village Creek Basin Revised September 17,2018 City Project No. 100276 260519-1 Wires and Cables(600 Volt Maximum) Page 1 of 8 260519 WIRES AND CABLES (600 VOLT MAXIMUM) 1.00 GENERAL 1.01 SCOPE OF WORK A. Furnish, install and test all wire, cable and appurtenances as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Provide and install all 4-20mA signal circuits, process control wiring, signal wiring to field instruments, RTU and/or PLC input and output wiring and other field wiring and cables. B. Section 26 05 33 Raceways, Boxes and Fittings C. Section 26 05 43 Underground System 1.03 SUBMITTALS A. Shop Drawings 1. Submit catalog data of all wire and cable, connectors and accessories, specified under this Section with all selections, options and exceptions clearly indicated. B. Certified Tests 1. Submit a test report of all installed wire insulation tests. C. Operation and Maintenance Manuals 1. Submit Operation and Maintenance Manuals containing installation and maintenance instructions for splice and termination kits. 1.04 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70—National Electrical Code (NEC) 2. NEMA WC-5—Thermoplastic-insufated Wire and Cable for the Transmission and Distribution of Electrical Energy 3. ANSI/TIA/EIA 606A—Standard for telecommunications Infrastructure 1.05 QUALITY ASSURANCE A. The general construction of the wire, cables and the insulation material used shall be similar to that used for cable of the same size and rating in continuous production for at least 15 years and successfully operating in the field in substantial quantities. B. Wire and cable with a manufacture date of greater than twelve (12) months previous will not be acceptable. C. Wire and cable shall be in new condition, with the manufacturer's packaging intact, stored indoors since manufacture, and shall not have been subjected to the weather. Date of manufacture shall be clearly visible on each reel. D. The manufacturer of these materials shall have produced similar electrical materials for a minimum period of five (5)years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. CITY OF FORT WORTH Crowley Relief Interceptor M-325A WIRES AND CABLES(600 VOLT MAXIMUM) For Village Creek Basin Revised September 17,2018 City Project No. 100276 260519-2 Wires and Cables (600 Volt Maximum) Page 2 of 8 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery,the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. B. Check for reels not completely restrained, reels with interlocking flanges or broken flanges, damaged reel covering or any other indication of damage. Do not drop reels from any height. C. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows shown on the reel and on surfaces free of obstructions that could damage the wire and cable. D. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or tarpaulin. Do not lay reels flat. 1.07 WARRANTY A. The Manufacturer shall warrant the wiring and installation to be free from defects in material and workmanship for 1 year from date of final acceptance of the equipment.Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the installation to new operating condition. 2.00 PRODUCTS 2.01 GENERAL A. Wires and cables shall be of annealed, 98 percent conductivity, soft drawn tinned copper. B. All conductors shall be stranded. C. Except for control, signal and instrumentation circuits, wire smaller than No. 12 AWG shall not be used. 2.02 BUILDING WIRE A. All building wire shall be tinned stranded copper conductors, Type XHHW-2,as manufactured by Southwire, General Cable or approved equal. 2.03 GROUNDING ELECTRODE CONDUCTOR A. Grounding electrode conductor shall be tinned stranded copper conductor,Type XHHW-2 with green insulation, as manufactured by Southwire, General Cable, or approved equal. 2.04 BONDING JUMPER A. Bonding Jumper shall be bare tinned stranded copper conductor, as manufactured by Southwire, General Cable, or approved equal. 2.05 CONTROL WIRE AND CABLE A. Control wire shall be tinned NEC Type XHHW-2 as manufactured by Southwire or approved equal. B. Multi-conductor control cable, shall be stranded, tinned, No.14 AWG 600V, XHHW-2, insulated, PVC outer jacket overall, Type TC, UL rated for underground wet location, as manufactured by Southwire, Okonite, General Cable or approved equal. 2.06 INSTRUMENTATION CABLE A. Cables for 4-20 ma, R.T.D., potentiometer and similar signals shall be PLTC rated and shall be: CITY OF FORT WORTH Crowley Relief Interceptor M-325A WIRES AND CABLES(600 VOLT MAXIMUM) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 19-3 Wires and Cables(600 Volt Maximum) Pago3of8 1. Single pair cable: Conductors: 2#16 stranded,tinned and twisted on 2-in lay Insulation: PVC with 600-volt, 90 degrees C rating Shield: 100 percent mylar tape with drain wire Jacket: PVC with manufacturer's identification Misc: UL1685 listed for underground wet location use Manufacturers: Okonite, Belden or approved equal 2. Three conductor (triad) cable: Conductors: 3#16 stranded,tinned and twisted on 2-in lay Insulation: PVC with 1000-volt, 90 degrees C rating Shield: 100 percent mylar tape with drain wire Jacket: PVC with manufacturer's identification Misc: UL1685 listed for underground wet location use Manufacturers: Okonite, Belden or approved equal 3. Multiple pair cables (where shown on the Drawings): Conductor: Multiple pairs,#16 stranded, tinned and twisted on a2-in lay Insulation: PVC with 1000-volt, 90 degrees C rating Shield: Individual pairs shielded with 100 percent mylar tape and drain wire Jacket: PVC with manufacturer's identification Misc: UL1685 listed for underground wet location use Manufacturers: Okonite, Belden or approved equal 2.07 COMMUNICATION CABLES A. Cables for Ethernet and RS485 shall be rated and shall be: 1. Category 5e above Grade shielded Cable Conductors: 4 bonded pair 24AWG Bare Copper Insulation: Polyolefin Shield: 100 percent aluminum foil polyester tape with drain wire Jacket: PVC with 600 volt rated and manufacturer's identification Misc.: UL21047 and UL1666 listed for indoor and dry locations use Manufacturers: Belden 7957A or approved equal 2. Category 5e above Grade un-shielded Cable Conductors: 4 bonded pair 24AWG Bare Copper Insulation: Polyolefin Jacket: PVC with 300 volt rated and manufacturer's identification NEC CMR Misc.: UL1666 listed for indoor and dry locations use Manufacturers: Belden 7923A or approved equal 3. 485 Communications Cable Conductors: 1 pair 24AWG Tinned Copper Insulation: Polyethylene Shield: 100 percent aluminum foil polyester tape with tinned copper drain wire Jacket: PVC with 300 volt rated and manufacturer's identification Misc.: UL2919 listed for indoor and dry locations use CITY OF FORT WORTH Crowley Relief Interceptor M-325A WIRES AND CABLES(600 VOLT MAXIMUM) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 19-4 Wires and Cables(600 Volt Maximum) Page 4 of 8 Manufacturers: Belden 9841 or approved equal 2.08 TERMINATION MATERIALS A. Power Conductors:Termination materials, of conductors at equipment, shall be as specified in the relevant equipment Section. B. Control and Instrumentation Conductors (including graphic panel, alarm, low and high level signals):Termination connectors shall be of the set screw,tongue type, as manufactured by Phoenix Contact, Entrelec, Allen Bradley, or equal. C. Motor Conductors: Motor connections shall be ring type compression terminations on the motor leads and secured with bolt, nut and spring washer. Connections shall be-30C rubber insulated, half lap, and two layers minimum of Scotch 33 or equal vinyl tape. D. Lugs and Connectors 1. All lugs and connectors shall be tin plated copper and shall be crimped type, with standard industry tooling. Lugs and connectors shall match the wire size where used, and shall be clearly identified and color coded on the connector. All connections shall be made for stranded wire and shall be made electrically and mechanically secured. The lugs and connectors shall have a current carrying capacity equal to the conductors for which they are rated and meet UL 486 requirements for 75 degrees C. Lugs larger than 8 AWG shall be two-hole lugs with NEMA spacing. The lugs shall be of closed end construction to exclude moisture migration into the cable conductor. 2.09 SPLICE MATERIALS A. Power Conductors: Circuits shall be pulled from terminal to terminal, without splicing, except where splicing is shown on the Drawings. No other splicing will be permitted. For wires sizes #8 and smaller, provide color coded wire nuts, with metal inserts, 3M or Ideal, rubber insulated with half lap and two layers minimum of Scotch 33 tape. For wires greater than#8 AWG, provide a heat shrink insulated,color-coded, die-crimped splice lug, T&B 54XXX, or equal, rubber insulated, with half lap and two layers minimum of Scotch 33 tape. B. Control and Instrumentation Conductors (including graphic panel, alarm, low and high level signals): No splicing of control and instrumentation conductors will be permitted. 2.10 WALL,AND FLOOR SLAB OPENING SEALS A. Wall and floor slab openings shall be sealed with "FLAME-SAFE"as manufactured by the Thomas &Betts Corp. or equal. 2.11 WIRE AND CABLE TAGS A. The Owner has a preferred tagging format which shall be used for the project.The Contractor shall submit a typical list for each wire and cable type for approval. B. Wire tags for wire sizes,#2 AWG and smaller, shall be heat shrink type Raychem TMS-SCE, or approved equal with the tag numbers typed with an indelible marking process. Character size shall be a minimum of 118" in height. Hand written tags shall not be acceptable. Where ends are not available, attach cable tags with nylon tie cord. C. Tags for wires larger than#2 AWG and all cables shall be thermally printed polyethylene type, Brady TLS 2200 or approved equal, nylon zip tied in accordance with the manufacturer's instructions. D. Tags relying on adhesives or taped-on markers are not acceptable. E. Tagging shall be done in accordance with the execution portion of these Specifications. CITY OF FORT WORTH Crowley Relief Interceptor M-325A WIRES AND CABLES(600 VOLT MAXIMUM) For Village Creek Basin Revised September 17,2018 City Project No. 100276 260519-5 Wires and Cables(600 Volt Maximum) Page 5of8 2,12 WIRE COLOR CODE A. All wire shall be color coded or coded using electrical tape in sizes#8 or greater, where colored insulation is not available. Where tape is used as the identification system, it shall be applied in all junction boxes, manholes and other accessible intermediate locations as well as at each termination. B. The following coding shall be used: System Wire Color 1-Phase, 3 Phase A Black Wire Phase B Blue Neutral White 208Y/120, Phase A Black Volts Phase B Red 3-Phase, 4 Phase C Blue Wire Neutral White 480/277, Phase A Brown Volts Phase B Orange 3-Phase, 4 Phase C Yellow Wire Neutral Gray/White with one or more colored stripes 2.13 CABLE TAG COLOR CODE A. All cable tags shall be white in color with black printing. 3.00 EXECUTION 3.01 GENERAL A. Do not install pull wires and conductors until the raceway system is in place. No wire shall be installed between outlet points,junction points or splicing points, until raceway sections are complete, and raceway covers installed for protection of conductors from damage or exposure to the elements. The occurrence of wire installed in an incomplete installation, shall require the removal of such conductors from the project site, and completion and inspection of such raceway sections, before new conductors are installed. B. Installed unapproved wire shall be removed and replaced at no additional cost to the Owner. C. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. D. Pull all conductors into a raceway at one time, using wire pulling lubricant as needed to protect the wire. E. Except for hand-puffed conductors into raceways, all wire and cable installation shall be installed with tension-monitoring equipment. Where conductors are found to have been installed without tension—monitoring,the conductors and cables shall be immediately removed from the raceways, permanently identified as rejected material, and removed from the jobsite. New conductors and cables shall be reinstalled, tagged and raceways resealed, all at no expense to the Owner. CITY OF FORT WORTH Crowley Relief Interceptor M-325A WIRES AND CABLES(600 VOLT MAXIMUM) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 19-6 Wires and Cables (600 Volt Maximum) Page 6of8 F. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii. Where pulling compound is used, use only UL listed compound compatible with the cable outer jacket and with the raceway involved. G. Tighten all screws and terminal bolts using torque type wrenches and/or drivers to tighten to the inch-pound requirements of the NEC and UL. H. Where single conductors and cables in manholes, handholes, vaults,cable trays, and other indicated locations are not wrapped together by some other means such as arc and fireproofing tapes, bundle throughout their exposed length all conductors entering from each conduit with nylon, self-locking, releasable, cable ties placed at intervals not exceeding 4 inches on centers. I. All wire and cable installed in cable trays shall be UL Listed as Type TC, for cable tray use. 3.02 CONDUCTORS 600 VOLTS AND BELOW A. Provide conductor sizes indicated on Drawings, as a minimum. B. Use crimp connectors on all stranded conductors. C. Soldered mechanical joints insulated with tape will not be acceptable. D. Arrange wiring in cabinets and panels neatly cut to proper length, remove surplus wire, and bridle and secure in an acceptable manner. Identify all circuits entering motor control centers or other control cabinets in accordance with the conductor identification system specified herein. E. Terminate control and instrumentation wiring with methods consistent with terminals provided, and in accordance with terminal manufacturer's instructions. F. Attach compression lugs, larger than#6 AWG, with a tool specifically designed for that purpose which provides a complete, controlled crimp where the tool will not release until the crimp is complete. Use of plier type crimpers is not acceptable. G. Cap spare conductors and conductors not terminated with the UL listed end caps. H. Where conductors pass through holes or over edges in sheet metal, remove all burrs, chamfer all edges, and install bushings and protective strips of insulating material to protect the conductors. I. For conductors that will be connected by others, provide at least 6 feet spare conductors in freestanding panels and at least 2 feet spare in other assemblies. Provide additional spare conductor in any particular assembly where it is obvious that more conductor will be needed to reach the termination point. 3.03 GROUNDING A. Conduits and other raceways shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets and other equipment shall be properly grounded in accordance with NEC requirements. Where ground wire is exposed to mechanical damage, install wire in schedule 80 PVC conduit. Make connections to equipment with solderless connections.Wire connected to the ground rods of the ground mat shall be of the fused type equal to the Cadweld process. 3.04 TERMINATIONS AND SPLICES A. No splices of wire and cable will be permitted, except where specifically permitted by the Owner/Engineer in writing, or as shown on the Drawings. B. Power conductors: Terminations shall be made with connectors as specified. Splices, where specifically allowed as stated above, shall be made in a Termination Cabinet(TC). CITY OF FORT WORTH Crowley Relief Interceptor M-325A WIRES AND CABLES(600 VOLT MAXIMUM) For Village Creek Basin Revised September 17,2018 City Project No. 100276 260519-7 Wires and Cables(600 Volt Maximum) Page 7 of 8 C. Control Conductors: Splices of control conductors will not be permitted between terminal points. Terminations shall be made with approved terminals as specified. D. Instrumentation Signal Conductors (including graphic panel, alarm, low and high level signals): Splices of Instrumentation conductors will not be permitted between terminal points. Terminations shall be made with connectors as specified. The shield of pair shielded and triad shielded shall be terminated on terminal strips. 3.05 INSTRUMENTATION CABLES A. Instrumentation cables shall be installed in raceways as specified. Unless specifically shown on the Drawings, all instrumentation circuits shall be installed as single shielded twisted pair cables or single shielded twisted triads. In no case shall a circuit be made up using conductors from different pairs or triads.Triads shall be used wherever three wire circuits are required. B. Terminal blocks shall be provided at all instrument cable junction boxes, and all circuits shall be identified at such junctions. C. Shielded instrumentation wire, coaxial cable, data highway cable, discrete 110, multiple conductor cable, and fiber optic cables shall be run without splices between instruments, terminal boxes, or panels. The shield shall be continuous for the entire run. D. Shields shall be grounded at the PLC/RTU. Terminal blocks shall be provided for inter-connecting shield drain wires at all junction boxes. Individual circuit shielding shall be provided with its own block. E. Shield wire shall be wrapped and taped at the transmitter end of the signal run. Before termination, peel back the outer sheath, leaving the shield intact.Wrap the drain wire around the conductors, leaving approximately two inches exposed. Wrap the drain wire with two layers of Scotch 33 tape. 3.06 WIRE TAGGING A. All wiring shall be tagged at all termination points and at all major access points in the electrical raceways. A termination point is defined as any point or junction where a wire or cable is physically connected.This includes terminal blocks and device terminals. A major access point to a raceway is defined as any enclosure;box or space designed for wire or cable pulling or inspection and includes pull boxes, manholes, and junction boxes. B. Wire tags shall show both origination and destination information to allow for a wire or cable to be traced from point in the field. Information regarding its origination shall be shown in parenthesis. C. For multiconductor cables, both the individual conductors and the overall cable shall be tagged. Conductors that are part of a multiconductor cable shall reference the cable identification number that they are a part of, as well as a unique conductor number within the cable. 3.07 CABLE TAGGING A. All cables shall be tagged at all termination points and at all major access points in the electrical raceways as defined in the wire tag section of this Specification. B. The cable tag shall be installed where the cable enters and leaves each access point (e.g., junction box, manhole, etc.). In cases of limited access space, a single tag may be used that shows both equipment tag origination and destination. In the case where the jacket is stripped for terminations, the tag shall be installed at the end of the jacket. 3.08 RACEWAY SEALING CITY OF FORT WORTH Crowley Relief Interceptor M-325A WIRES AND CABLES(600 VOLT MAXIMUM) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 19-8 Wires and Cables (600 Volt Maximum) Page 8 of 8 A. Where raceways enter junction boxes or control panels containing electrical or instrumentation equipment, all entrances shall be sealed with 3M 1000NS Watertight Sealant, or approved equal. B. This requirement shall be strictly adhered to for all raceways in the conduit system. 3.09 FIELD TESTS A. Conductors under 600 Volts 1. Perform insulation resistance testing of all power circuits below 600 volts with a 1000- volt insulation resistance testing device, in accordance with the recommendations of the wire manufacturer. 2. Prepare a written test report of the results and submit to the Owner/Engineer prior to final inspection. 3. Minimum acceptable value for insulation resistance is 100 megaohms for cable lengths 40 feet or less. Lower values shall be acceptable only by the Owner/Engineer's specific written approval. For lengths longer than 40 feet,the minimum megaohm value shall be 2000 megaohms per foot. 4. Disconnect equipment that might be damaged by this test. Perform tests with all other equipment connected to the circuit. B. Tests: After instrumentation cable installation and conductor termination by the instrumentation and control supplier, perform tests to ensure that instrumentation cable shields are isolated from ground, except at the grounding point in the instrumentation control panel. Remove all improper grounds. END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325A WIRES AND CABLES(600 VOLT MAXIMUM) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 26-1 Grounding and Bonding System Page 1 of 4 26 05 26 GROUNDING AND BONDING SYSTEM 1.00 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to install a complete Grounding and Bonding System, in strict accordance with Article 250 of the National Electrical Code (NEC), and as shown on the Drawings and specified herein. B. The system shall include ground wires, ground rods,exothermic connections, mechanical connectors, structural steel connections, all as shown on the Drawings, and as specified herein, to provide a bonding to earth ground of all metallic materials likely to become energized. 1.02 RELATED WORK A. Section 26 00 00 Electrical—General Provisions B. Section 26 05 33 Raceways, Boxes and Fittings. C. Section 26 05 29 Electrical Support Hardware D. Section 26 06 19 Wire and Cables (600 Volt Maximum). 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Division land Section 26 00 00, shop drawings and product data,for the following: 1. Ground rods. 2. Grounding conduit hubs. 3. Waterpipe ground clamps. 4. Buried grounding connections. 5. Compression lugs. 6. Exothermic bonding system. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown an the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70—National Electrical Code (NEC) 2. UL 467-2007--Grounding and Bonding Equipment 3. NFPA 70E—Standard for Electrical Safety in the Workplace B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING CITY OF FORT WORTH Crowley Relief Interceptor M-325A GROUNDING AND BONDING SYSTEM For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 26-2 Grounding and Bonding System Page 2 of 4 A. Prior to jobsite delivery,the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 1 year from date of final acceptance of the equipment.Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment, or materials, shall be performed by the Contractor at no expense to the Owner. 2.00 PRODUCTS 2.01 RACEWAYS A. Conduit shall be as specified under Section 26 05 33. B. All raceways, conduits and ducts shall contain equipment grounding conductors sized in accordance with the NEC. Minimum sizes shall be No. 12 AWG. 2.02 CONDUCTORS A. Wire shall be as specified under Section 26 05 19. B. Ground wire shaii.be uninsulated tinned copper sized as shown on the Drawings, in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit; or where`the ground wire is directly buried in earth or concrete. In all other cases, insulate the ground wire with green insulation as specified for low voltage wire. 2.03 GROUNDING ELECTRODES A. Ground rods shall be 314 in by 10 ft stainless steel and constructed in accordance with UL 467. The minimum copper thickness shall be 10 mils. Ground rods shall be as manufactured by ERICO, Copperweld or approved equal. 2.04 CONNECTORS AND CONNECTIONS A. Waterpipe ground clamps shall be cast bronze,Thomas& Betts Co. Cat. JPT, similar by Burndy;O.Z. Gedney Co. or equal, and of the correct size for the pipe. B. Grounding connections shall be by an exothermic weld process,T&B Furseweld SCRs, or equal. C. Grounding connections in a Class 1 Division 1 Area shall use a Burndy Hyground Irreversible Compression System, or equal. 3.00 EXECUTION 3.01 INSTALLATION A. Run grounding electrode conductors in rigid conduits. Bond the protecting conduits to the grounding electrode conductors at both ends. Do not allow water pipe connections to be painted. If the connections are painted, disassemble them and remake them with new fittings. CITY OF FORT WORTH Crowley Relief Interceptor M-325A GROUNDING AND BONDING SYSTEM For Village Creek Basin Revised September 17, 2018 City Project No. 100276 26 05 26-3 Grounding and Bonding System Page 3of4 B. Install equipment grounding conductors in all raceways for the power, control and instrumentation systems. Grounding conductors shall be independent conductors and shall be separate from all shield drain wires. C. Conduits and other raceways shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets and other equipment shall be properly bonded in accordance with NEC requirements.Where ground wire is exposed to mechanical damage, install wire in rigid conduit. D. Bond all steel building columns in new structures together with ground wire in rigid conduit and connect to the distribution equipment ground bus, as shown on the Drawings. Ground wire connections to structural steel columns shall be made with long barrel type one hole heavy duty copper compression lugs, bolted through 112 in maximum diameter holes drilled in the column web,with stainless steel hex head cap screws and nuts. E. Where the grounding loop rises to bond to a column, an insulated jumper shall be installed as shown on the Drawings. An insulated ground jumper shall be used. The jumper shall be shall be bonded to the grounding loop, rise up above the ground and make connection to the building column. Steel. All connections to the ground ring and the building steel shall be of the exothermic type as specified equal to the Cadweld process. F. Metal conduits stubbed into a motor control center shall be terminated with insulated grounding bushings and connected to the motor control center ground bus. Bond boxes mounted below motor control centers to the motor control center ground bus. Size the grounding wire in accordance with NEC Table 250.122, except that a minimum No. 12 AWG shall be used. G. Liquid tight flexible metal conduit in sizes 1-112 in and larger shall have bonding jumpers. Bonding jumpers shall be external, run parallel (not spiraled) and fastened with plastic tie wraps. H. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250.66. I. Drive grounding electrodes where shown on the Drawings. All grounding electrodes shall be a minimum of 15 feet apart. J. All equipment enclosures, motor and transformer frames, conduits systems,cable tray,cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. K. Seal exposed connections between different metals with no-oxide paint, Grade A or equal. L. Lay all underground grounding conductors slack and,where exposed to mechanical injury, protect by pipes or other substantial guards. If guards are iron pipe, or other magnetic material, electrically connect conductors to both ends of the guard. Make connections as specified herein. M. Care shall be taken to ensure good ground continuity, in particular between the conduit system and equipment frames and enclosures. Where necessary,jumper wires shall be installed. N. All grounding type receptacles shall be grounded to the outlet boxes with a minimum,#12 XHHW green conductor, connected to the ground terminal of the receptacle and fastened to the outlet box by means of a grounding screw. 3.02 INSPECTION AND TESTING A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. CITY OF FORT WORTH Crowley Relief Interceptor M-325A GROUNDING AND BONDING SYSTEM For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 26-4 Grounding and Bonding System Page 4 of 4 B. Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to measure resistance to ground of the system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall-of-potential method. C. All test equipment shall be provided under this Section and approved by the Owner/Engineer. D. Resistance to ground testing shall be preceded by no precipitation for a minimum of 5 days. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. E. Testing shall be performed before energizing the electrical distribution system. F. A separate test shall be conducted for each building or system. G. Notify the Engineer immediately if the resistance to ground for any building or system is greater than five ohms. END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325A GROUNDING AND BONDING SYSTEM For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 29-1 Electrical Support Hardware Page 1 of 4 26 06 29 ELECTRICAL SUPPORT HARDWARE 1.00 GENERAL 1.01 SCOPE OF WORK A. Furnish and install electrical support hardware, as shown on the Drawings and as specified herein. B. Hardware shall include anchor systems, adhesive anchor systems, metal framing systems, and other electrical support systems, as shown on the Drawings and specified herein. 1.02 RELATED WORK A. Division 26 Specifications 1.03 SUBMITTALS A. Submit to the Owner/Engineer, in accordance with Division 1,the manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. B. The submittal information,for anchor systems, shall contain manufacturer's specifications and technical data including; 1. Acceptable base material conditions (i.e. cracked, un-cracked concrete) 2. Acceptable drilling methods 3. Acceptable bore hole conditions (dry,water saturated, water filled, under water) 4. Manufacturer's installation instructions including bore hole cleaning procedures and adhesive injection. .. 5. Cure and gel time tables, 6. Temperature ranges (storage, installation and in-service). 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 National Electrical Code (NEC) 2. NFPA 70E Standard For Electrical Safety in the Workplace 3. ASTM E 488-96 (2003); Standard Test Method for Strength of Anchors in Concrete and Masonry Elements,ASTM International. 4. ASTM E 1512-93, Standard Test Methods for Testing Bond Performance of Adhesive- Bonded Anchors,ASTM International 5. AC308;Acceptance Criteria for Post-installed Anchors in Concrete Elements, Latest revision. 6. SAE 316 Stainless Steel Grades B. All equipment components and completed assemblies specified in this Section of the Specifications, having a UL standard, shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL SUPPORT HARDWARE For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 29-2 Electrical Support Hardware Page 2 of 4 an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Adhesive Anchor Systems. 1. Deliver materials undamaged in Manufacturer's clearly labeled, unopened containers, identified with brand, type, and ICC-ES Evaluation Report number. 2. Coordinate delivery of materials with scheduled installation date, minimizing storage time at job-site. 3. Store materials under cover and protect from weather and damage in compliance with Manufacturer's requirements, including temperature restrictions. 4. Comply with recommended procedures, precautions or remedies described in material safety data sheets as applicable. 6. Do not use damaged or expired materials. 6. Storage restrictions (temperature range) and expiration date must be supplied with product D. Metal Framing Systems 1. Material shall be new and unused, with no signs of damage from handling. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 1 year from date of final acceptance of the equipment.Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. 2.00 PRODUCTS 2.01 ANCHORING SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable., a. HILTI Kwik Bolt 3 b. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings,features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Torque controlled expansion anchor consisting of anchor body, expansion element (wedges),washer and nut. Anchor shall be used for anchor sizes less than 3/8 inch. 2. All parts shall be manufactured of 316 stainless steel conforming to SAE 316. 3, UL 203 Rated. 2.02 ADHESIVE ANCHORING SYSTEMS CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL SUPPORT HARDWARE For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 29-3 Electrical Support Hardware Page 3 of 4 A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: a. HILTI NIT-RTZ with HIT-HY 200 MAX. b. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings,features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Anchor body with helical cone shaped thread on the embedded end and standard threads on the exposed end, with washer and nut, inserted into Injection adhesive. Anchor shall be used for anchor sizes 318 inch and larger. 2. All parts shall be manufactured of 316 stainless steel conforming to SAE 316 standards. 2.03 STRUT SUPPORT SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: a. Tyco Unistrut b. Cooper B-Line c. Approved equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings,features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Description 1. Metal framing system for use in the mounting or support of electrical systems, panels and enclosures, and including lighting fixture supports, trapeze hangers and conduit supports. 2. Components shall consist of telescoping channels,slotted back-to-back channels, end clamps all threads and conduit clamps. 3. Minimum sizes shall be 13116"through 3-114" 4. Components shall be assembled by means of flat plate fittings,90 degree angle fittings, braces, clevis fittings, U-fittings,Z-fittings,Wing-fittings, Post Bases, channel nuts, washers,etc. 5. Field welding of components will not be permitted. 6. Unless otherwise specified or shown on the Drawings, all parts shall be manufactured of 316 stainless steel conforming to SAE 316. 7. Framing systems for chlorine and ammonia rooms shall be manufactured of structural fiberglass. 3.00 EXECUTION 3.01 GENERAL A. The Contractor shall install all equipment strictly in accordance with the manufacturer's instructions and the Contract Drawings. B. The location of all devices is shown, in general, on the Drawings and may be varied within reasonable limits so as to avoid any piping or other obstruction without extra cost, subject to CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL SUPPORT HARDWARE For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 29-4 Electrical Support Hardware Page 4of4 the approval of the Owner. Coordinate the installation of the devices for piping and equipment clearance. C. No electrical equipment or raceways shall be attached to or supported from, sheet metal walls. D. Install required safety labels. 3.02 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. 3.03 POST INSTALLED ANCHOR SYSTEMS A. Prior to installation of the anchor systems, the hole shall be clean and dry in accordance with the manufacturer's instructions. 3.04 CLEANING A. Remove all rubbish and debris from inside and around the installation. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL SUPPORT HARDWARE For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 33-1 Raceways, Boxes and Fittings Page 1 of 10 26 05 33 RACEWAYS, BOXES AND FITTINGS 1.00 GENERAL 1.01 SCOPE OF WORK A. Furnish and install complete raceway systems as shown on the Drawings and as specified herein. A raceway system shall consist of materials designed expressly for containing wires and cables, including but not limited to, conduit, device bodies,conduit bodies, raceway boxes, and related materials. 1.02 RELATED WORK A. Section 26 00 00 Electrical—General Provisions B. Section 26 05 29 Electrical Support Hardware C. Section 26 05 19 Wires and Cables (600 Volt Maximum) D. Section 26 05 43 Underground System 1.03 SUBMITTALS A. Submit to the Owner/Engineer, in accordance with Division 1,the manufacturers' names and product designation or catalog numbers of all materials specified. B. Submit to the Owner/Engineer,certification that the electricians installing the PVC coated conduit, have a 5 year minimum experience, in the installation of the product. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following.standards (unless otherwise noted): 1. NFPA 70—National Electrical Code (NEC) 2. NFPA 70E—Standard For Electrical Safety in the Workplace 3. UL 6A—Electrical Rigid Metal Conduit 4. ANSI C80.5—Electrical Rigid Aluminum Conduit 5. UL 5148—Outlet Bodies B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five (5) years.When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. C. The Contractor's installer of materials specified herein, shall have a minimum of five (5) years'experience in the installation of each type of material. Proof of experience shall be submitted, upon request of the Owner/Engineer, prior to installation. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING CITY OF FORT WORTH Crowley Relief Interceptor M-325A RACEWAYS, BOXES AND FITTINGS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 33-2 Raceways, Boxes and Fittings Page 2 of 10 A. Prior to jobsite delivery,the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests, will not be permitted. B. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Stored materials shall not be exposed to sunlight. Such materials shall be completely covered. D. Materials showing signs of previous or jobsite, exposure will be rejected. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 1 year from date of final acceptance of the equipment.Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. 2.00 PRODUCTS 2.01 GENERAL A. Raceways and fittings shall be as shown on the Drawings, with a minimum 314"trade size. B. Where Equipment or Instrumentation device entries are less than 314 inch, provide an REAl2SA, Eaton Crouse Hinds or equal, for aluminum raceways and REDAPT or equal, for 316 stainless applications. 2.02 CONDUIT RACEWAY A. PVC Coated Rigid Aluminum Conduit(CRMO) 1. PVC coated rigid aluminum conduit shall have a minimum 0.040-in thick, polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating. Rigid aluminum conduit shall be as manufactured by the Allied Tube and Conduit Corp.;Wheatland Tube Co.;Triangle PWC Inc.,T&B Ocal, or approved equal.The ends of all couplings, fittings, etc.shall have a minimum of one pipe diameter in length of PVC overlap. PVC coated conduit and fittings shall be as manufactured by Perma-Cote, Robroy Industries,Triangle PWC Inc. or Ocal. 2. Elbows and couplings shall be PVC coated by the same manufacturer supplying the conduit PVC coating system. Elbows and couplings used with PVC coated conduit shall be furnished with a PVC coating bonded to the aluminum, the same thickness as used on the coated aluminum conduit. B. Liquid tight Aluminum Flexible Metal Conduit (LFMC) 1. Liquid tight aluminum flexible metal conduit shall have an interlocked aluminum core, PVC jacket rated for 60 degrees Canada meeting NEC Article 351, as manufactured by the Anaconda Metal Hose Div.;Southwire;Anaconda American Brass Co.; American Flexible Conduit Co., Inc.; Universal Metal Hose Co.;ALFLEX or equal. 2. Fittings used with liquid tight flexible aluminum conduit shall be copper-free aluminum and shall conform to FEDSPEC AA50552, and UL-514B. C. Aluminum Flexible Metal Conduit (FMC) 1. Aluminum flexible metal conduit shall have an interlocked aluminum core, meeting NEC Article 348, UL land Federal Specification WW-C-566C, as manufactured by the Anaconda Metal Hose Div.; Southwire; Anaconda American Brass Co.;American Flexible Conduit Co., Inc.; Universal Metal Hose Co. or approved equal. CITY OF FORT WORTH Crowley Relief Interceptor M-325A RACEWAYS, BOXES AND FITTINGS For Village Creek Basin Revised September 17, 2018 City Project No. 100276 26 05 33-3 Raceways, Boxes and Fittings Page 3 of 10 2. Fittings used with aluminum flexible metal conduit shall be copper-free aluminum shall conform to FEDSPEC AA50552. D. Rigid Aluminum Conduit (RMC) 1. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper designation T- 1 and shall conform to FED Spec WW-C-5400, ANSI C80.5 and UL 6A. Rigid aluminum conduit and fittings shall be as manufactured by Wheatland Tube Company, Allied, or approved equal. E. Rigid PVC Schedule 80 Conduit (RNC) 1. Schedule 80 PVC Rigid Nonmetallic Conduit(RNC) shall be designed for use above ground and underground as described in the NEC, resistant to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Rocky Mountain Colby, Carlon, Kraloy, or approved equal. 2.03 WIREWAYS A. All wireways shall be constructed of NEMA 4X 316 stainless steel, with gasketed hinged covers and stainless steel latches. Wireway shall have two Breather/Drains for each 1 Oft of wireway. Breather/Drain shall be located in the bottom, near the ends of the wireway. Wireway shall be as manufactured by Industrial Enclosure Corporation, Cooper B Line, or approved equal. Breather/Drains shall be Eaton Crouse Hinds Type ECD18-316 stainless steel, or approved equal 2.04 RACEWAY BOXES A. Boxes specified herein, including terminal boxes,junction boxes and pull boxes, are for use with raceway systems only, but include switch, receptacle and lighting housings. Boxes used for housing electrical and instrumentation equipment, other than terminal boxes, shall be as described elsewhere in these Specifications. All raceway boxes shall be provided with a common ground point and UL rated. B. Classified Areas, NEMA 7/4X (Class 1, Division 1, Groups A, B, C, and D, or as defined in NFPA 70). Boxes shall be constructed as follows: 1. Copper free cast aluminum body and cover 2. Stainless steel hinges 3. Watertight neoprene gasket 4. Stainless steel cover bolts 5. Manufacturers a. Eaton Crouse Hinds Type EJB, Style C b. Appleton Electric Type AJBEW c. Approved Equal C. NEMA 4X 316 Stainless Steel enclosures (for all other locations). 1. Type 316 stainless steel, body and door 2. Stainless steel continuous hinge 3. Foam in-place gasket 4. Single point quarter turn latches (20"x24"and below). All others 3-point latch 5. Mounting feet for self-standing enclosures 6. Manufacturers a. Hoffman Concept Series b. EMF Company CITY OF FORT WORTH Crowley Relief Interceptor M-325A RACEWAYS, BOXES AND FITTINGS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 33-4 Raceways, Boxes and Fittings Page 4 of 10 c. NEMA Enclosures Company d. Hammond Company e. Approved Equal D. NEMA 1 or NEMA 1A boxes shall not be used. E. Malleable iron boxes shall not be used. 2.05 DEVICE BOXES A. Device boxes, switch, receptacle, etc., shall be of copper free cast aluminum, and shall have tapered, threaded, hubs, with integral bushings. Boxes shall have internal grounding screw, and a minimum of two mounting feet. Boxes shall be type FD, Eaton Crouse Hinds, Appleton or approved equal. 2.06 CONDUIT OUTLET BODIES A. For conduits up to and including 2-112", conduit outlet bodies and covers shall be copper-free aluminum,with captive screw-clamp cover, neoprene gasket and stainless steel screws and clamps, Eaton Crouse Hinds Form 7 with Mark 7 wedge-nut cover, Appleton, or approved equal. For conduits larger than 2-112",junction boxes shall be used. B. For Class I Division II areas, all outlet boxes and covers shall be EA Series by Eaton Crouse Hinds, or approved equal. Rated NEMA 714X. 2.07 CONDUIT HUBS A. Conduit hubs for use on raceway system pull and junction boxes shall be watertight,threaded aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B H150GRA Series, or approved equal. 2.08 GROUNDING BUSHINGS A. Grounding bushings shall be insulated lay-in lug grounding bushings with tin-plated copper grounding path. Bushings shall have integrally molded noncombustible phenolic insulated surfaces rated 150°C. Each bushing shall be furnished with a plastic insert cap. The size of the lug shall be sufficient to accommodate the maximum ground wire size required by the NEC for the application. Bushings shall be O-Z/Gedney Type ABLG, or approved equal. 2.09 RACEWAY SEALANT A. Raceway sealant for use in the sealing of raceway hubs, entering or terminating in boxes or enclosures where such sealing is shown or specified, shall be 3M 1000NS Watertight Sealant, or approved equal. 2.10 CONDUIT PENETRATION SEALS A. Conduit wall and floor seals shall be series CSM as manufactured by the O.Z./Gedney Co., or equal. 1. Type CSML-XXXP shall be used for all applications that do not require a recessed sealing bushing. 2. Type CSM1-XXXP shall be used for all applications that require a recessed sealing bushing. 2.11 EXPANSION-DEFLECTION COUPLING A. Combination expansion-deflection fittings with 3/4"axial expansion and contraction movement, 314"parallel misalignment movement, and up to 30 degrees of angular movement in any direction. It shall be of copper-free aluminum,with exterior bonding jumper of tinned CITY OF FORT WORTH Crowley Relief Interceptor M-325A RACEWAYS, BOXES AND FITTINGS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 33-5 Raceways, Boxes and Fittings Page 5 of 10 copper braid and 316 stainless grounding straps, Eaton Crouse Hinds Model XD as manufactured by the Eaton Crouse Hinds, or equal. Nylon tie wraps are not acceptable. 2.12 EXPANSION FITTINGS A. Expansion fittings shall be 8"movement, copper-free aluminum,with exterior bonding jumper of tinned copper braid and 316 stainless grounding straps,Type XJGSA as manufactured by Eaton Crouse Hinds, or approved equal,with internal grounding. Nylon tie wraps are not acceptable. 2.13 EXPLOSION-PROOF SEALS, BREATHERS AND DRAINS A. Explosion proof fittings shall be designed for Class 1 Division 1, Group D, hazardous locations. Fittings shall be of copper-free aluminum, consist of seals, breathers and drains of type ED,as required for the application. Fittings shall be as manufactured by the Eaton Crouse Hinds;Appleton Electric Co.;0.Z./Gedney Co., or equal. 2.14 KELLUMS GRIPS A. Kellums grips to support cables shall be of 316 stainless steel. 2.15 CONDUIT MOUNTING EQUIPMENT A. All pull and junction box supports, spacers, conduit support rods, clamps, hangers, channel, nut, bolts,washers, etc, and shall be made of 316 stainless steel. Nylon tie wraps are not acceptable. 2.16 CONDUIT IDENTIFICATION TAGGING A. Conduit identification plates shall be embossed stainless steel with stainless steel band, permanently secured to the conduit without screws. Nylon tie wraps are not acceptable. B. Identification plates shall be as manufactpred by the Panduit Corp. or equal. 3.00 EXECUTION 3.01 RACEWAY APPLICATIONS A. Unless exact locations are shown on the Drawings,the Contractor shall coordinate the placement of raceway systems and related components with other trades and existing installations. B. Raceway Systems for the installation of Fiber Optic Cables shall not contain conduit bodies, device boxes, or raceway boxes containing less than twelve(12) inches of bend radius. C. Unless shown on the Drawings or specified otherwise, the raceway type installed with respect to the location shall be as follows, including all materials: Raceway System Location 1. PVC Coated Aluminum (CRMC) Type All embedded raceway bends, underground duct bank bends of more than 20 degrees, and all raceway stub-ups to a minimum of 6"above finished floor or grade and in Chlorine and Caustic rooms. 2. Liquidtight Flexible Aluminum (LFMC) Raceway connection to vibrating Type equipment, and as shown on the Drawings in all areas. CITY OF FORT WORTH Crowley Relief Interceptor M-325A RACEWAYS, BOXES AND FITTINGS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 33-6 Raceways, Boxes and Fittings Page 6 of 10 3. Rigid Non-metallic, Schedule 80 PVC Underground encased in red dyed (RNC) Type reinforced concrete. 4. Aluminum Rigid Metal(RMC) Type All above grade areas, except for concrete embedded and those areas described in Locations 2 through 6 above. D. All conduit of a given type shall be the product of one manufacturer. 3.02 BOX APPLICATIONS A. All raceway junction, pull and terminal boxes shall have NEMA ratings for the location in which they are installed, and as specified herein. B. For all raceway boxes,the distance between each raceway entry inside the box and the opposite wall of the box shall not be less than eight times the metric designator(trade size) of the largest raceway in a row. This distance shall be increased for additional entries by the amount of the sum of the diameters of all other raceway entries in the same row on the same wall of the box. Each row shall be calculated individually, and the single raw that provides the maximum distance shall be used. C. Exposed switch, receptacle and fighting outlet boxes and conduit fittings shall be cast aluminum. D. All boxes shall be provided with factory mounting lugs. Drilling through the back of any box or enclosure is prohibited, and if so installed, shall be removed and replaced, with no increase in the Contract Price or Construction Schedule. E. No penetrations shall be made in the top of boxes in wet locations. 3.03 DEVICE BOX APPLICATIONS. A. Device boxes shall be used for mounting wiring devices such as receptacles, switches, thermostats, lighting and other permanently mounted devices. 3.04 CONDUIT OUTLET BODIES APPLICATIONS A. Conduit outlet bodies may be used on conduits up to and including 2-112", except where junction boxes are shown or otherwise specified. For conduits larger than 2-1/2",junction boxes shall be used. 3.05 CONDUIT HUB APPLICATIONS A. Unless specifically stated herein or described on the Drawings, all raceways shall terminate at an outlet with a conduit hub. Locknut or double locknut terminations will not be permitted. B. When conduits contain equipment grounding conductors the wire shall be grounded to the hub(s) associated with that grounding conductor. 3.06 INSULATED GROUNDING BUSHING APPLICATIONS A. Insulated grounding bushings shall be used to terminate raceways where the raceways enter pati-mounted electrical equipment or switchgear from the bottom where there is no wall or floor pan on which to anchor or terminate the raceway. B. All other raceways shall terminate on enclosures with a conduit hub, except for NEMA 7/4X areas. C. Grounding bushing caps shall remain on the bushing until the wire is ready to be pulled. CITY OF FORT WORTH Crowley Relief Interceptor M-325A RACEWAYS, BOXES AND FITTINGS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 33-7 Raceways, Boxes and Fittings Page 7 of 10 3.07 CONDUIT FITTINGS APPLICATIONS A. Combination expansion-deflection fittings shall be installed where conduits cross structure expansion joints, and where installed in exposed conduit runs such that the distance between expansion-deflection fittings does not exceed one hundred fifty(150) feet of conduit run. B. Where combination expansion-deflection fittings with exposed non-metallic sections, are used on the exterior, an aluminum wrap shall be installed loosely over the non-metallic portion, extending at least 2"beyond the ends. The wrap shall be loosely secured,to permit movement, with at least two 316 SS fasteners. Nylon tie-wraps are not acceptable. 3.08 CONDUIT PENETRATION SEALS APPLICATIONS A. Conduit wall seals shall be used where underground conduits penetrate walls or at other locations shown on the Drawings. B. Conduit sealing bushings shall be used to seal conduit ends exposed to the weather and at other locations shown on the Drawings. 3.09 EXPLOSION-PROOF SEALS, BREATHERS AND DRAINS APPLICATIONS A. Fittings consisting of sealing fittings, breathers,drains, with sealing compound and fiber, as specified herein, shall be used as required to meet all the requirements of the National Electrical Code. 3.10 CONDUIT TAG APPLICATIONS A. All conduits shall be tagged within 1 ft. of the entry of equipment, and wall and floor penetrations. B. The Contractor shall tag all underground conduits and ducts at all locations, exiting and entering from underground, including manholes and handholes. 3.11 RACEWAY SEALING A. Where raceways enter junction boxes or control panels containing electrical or instrumentation equipment, all entrances shall be of the hub type and sealed with Raceway Sealant, as specified herein. B. This requirement shall be strictly adhered to for all raceways in the conduit system. 3.12 PVC RACEWAY TO PVC COATED ALUMINUM RACEWAY TRANSITIONS A. Where a transition is made from PVC raceway to PVC coated aluminum raceway, the PVC raceway shall terminate in a female adapter. A PVC coated aluminum male threaded end, or fitted with a PVC coated aluminum male adapter, shall be threaded into the PVC raceway. After tightening securely,the transition shall be double layered with 2 in. vinyl electrical tape, for a distance of 2 inches each side of the threaded joint. 3.13 RACEWAY INSTALLATION A. Do not install pull wires and conductors until the raceway system is in place. No wire shall be installed between outlet points,junction points or splicing points, until raceway sections are complete, and raceway covers installed for protection of conductors from damage or exposure to the elements. The occurrence of wire installed in an incomplete installation, shall require the removal of such conductors from the project site, and completion and inspection of such raceway sections, before new conductors are installed. B. No conduit smaller than 3/4-in electrical trade size, shall be used, nor shall any have more than the equivalent of three 90-degree bends in any one run. Pull boxes shall be provided as necessary. CITY OF FORT WORTH Crowley Relief Interceptor M-325A RACEWAYS, BOXES AND FITTINGS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 33-8 Raceways, Boxes and Fittings Page 8of10 C. All raceways, installed underground, shall be installed in accordance with Section 26 05 43 Underground System,and be a minimum size of 2"C. D. Where raceways enter or leave the raceway system,where the raceway origin or termination, could be subjected to the entry of moisture, rain or liquid of any type, particularly where the termination of such raceways terminate in any equipment, new or existing at a lower elevation, such raceways shall be tightly sealed, using Watertight Sealant, at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment, due to the entrance of moisture from unsealed raceways, shall be corrected by complete replacement of such equipment, at no cost to the Owner. Cleaning or drying of such damaged equipment will not be acceptable. E. Conduit supports, other than for underground raceways, shall be spaced at intervals of 8-ft or less, as required to obtain rigid construction. F. Single conduits shall be supported by means of one-hole pipe clamps in combination with one-screw back plates, to raise conduits from the surface. Multiple runs of conduits shall be supported on trapeze type hangers with horizontal members and threaded hanger rods. The rods shall be not less than 318-in diameter. Surface mounted panel boxes,junction boxes, conduit,etc shall be supported by strut,to provide a minimum of 112-in clearance between wall and equipment. G. Conduit hangers shall be attached to structural steel by means of beam or channel clamps. Where attached to concrete surfaces, concrete anchors shall be as specified in Section 26 05 29 Electrical Support Hardware. H. No raceways or electrical equipment, shall be attached to or supported from, sheet metal walls. I. All conduits on exposed work shall be run at right angles to and parallel with the surrounding wall and shall conform to the form of the ceiling. No diagonal runs will be allowed. Bends in parallel conduit runs shall be concentric. All conduit shall be run straight and true. J. Conduits terminated into enclosures shall be perpendicular to the walls where flexible liquid tight or rigid conduits are required. The use of short seal tight elbow fittings for such terminations will not be permitted, except for connections to instrumentation transmitters, where multiple penetrations are required. K. Conduits shall be installed using threaded fittings. Running threads will not be permitted. L. All conduit fittings on PVC conduit shall be of the glued type. M. Liquid tight flexible aluminum conduit shall be used for the primary and secondary of transformers, generator terminations and other equipment where vibration is present. Use in other locations is not permitted, except for connections to instrumentation transmitters, where multiple penetrations are required. Liquid tight flexible aluminum conduit shall have a maximum length not greater than that of a factory manufactured long radius elbow of the conduit size being used. The maximum bending radius shall not be less than that shown in the NEC Chapter 9, Table 2, "Other Bends". BX or AC type prefabricated cables will not be permitted. N. Where conduits pass through openings in walls or floor slabs,the remaining openings shall be sealed against the passage of flame and smoke. O. Conduit ends exposed to the weather or corrosive gases shall be sealed with conduit sealing bushings. P. Raceways terminating in Control Panels or enclosures outdoors, containing electrical equipment, shall not enter from the top of the enclosure, and the raceway shall be sealed with a Watertight Sealant as specified herein. CITY OF FORT WORTH Crowley Relief Interceptor M-325A RACEWAYS, BOXES AND FITTINGS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 33-9 Raceways, Boxes and Fittings Page 9 of 10 Q. All conduits from external sources entering or leaving a multiple compartment enclosure shall be stubbed up into the bottom horizontal wireway or other manufacturer designated area, directly below the vertical section in which the conductors are to be terminated. Conduits entering from cable tray shall be stubbed into the upper section. R. Conduit sealing and drain fittings shall be installed in areas designated as NEMA 4X or classified areas, and all building penetrations as specified. S. A conduit identification plate shall be installed on all power, instrumentation, alarm and control conduits at each end of the run and at intermediate junction boxes, manholes, etc. Conduit plates shall be installed before conductors are pulled into conduits. Exact identification plate location shall be coordinated with the Owner/Engineer at the time of installation to provide uniformity of placement and ease of reading. Conduit numbers shall be exactly as shown on the Drawings. T. Mandrels shall be pulled through all existing conduits that will be reused and through all new conduits 2-in in diameter and larger prior to installing conductors. U. 3116-in polypropylene pull lines shall be installed in all new conduits noted as spares or designated for future equipment. V. All conduit that may under any circumstance contain liquids such as water, condensation, liquid chemicals, etc., shall be arranged to drain away from the equipment served. If conduit drainage is not possible,conduit seals shall be used to plug the conduits at the point of attachment to the equipment. W. Conduits shall not cross pipe shafts, access hatches or vent duct openings. They shall be routed to avoid such present or future openings in floor or ceiling construction. X. The use of running threads is prohibited. Where such threads are necessary, a 3-piece union shall be used. Y. Conduits passing from heated to unheated spaces,exterior spaces, refrigerated spaces, cold air plenums, etc., shall be sealed with Watertight Sealant as specified herein. Z. Conduits shall be located a minimum of 3-in from steam or hot water piping. Where crossings are unavoidable,the conduit shall be kept at least 1-in from the covering of the pipe crossed. AA.Conduits terminating at a cable tray shall be supported independently from the cable tray. Provide a conduit support within 1-ft of the cable tray. The weight of the conduit shall not bear on the cable tray. BB.All changes of direction on PVC coated aluminum conduit greater than 20 degrees shall be accomplished using long radius bends. Any field bends shall be made using equipment designed to prevent damage to the PVC coating. END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325A RACEWAYS, BOXES AND FITTINGS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 33-10 Raceways, Boxes and Fittings Page 10 of 10 CITY OF FORT WORTH Crowley Relief Interceptor M-325A RACEWAYS, BOXES AND FITTINGS For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 05 43-1 Underground System Page 1 of 8 26 05 43 UNDERGROUND SYSTEM 1.00 GENERAL 1.01 SCOPE OF WORK A. Furnish and install a complete underground system of raceways, manholes and handholes as shown on the Drawings and as specified herein. B. Raceways for use in structural concrete is specified in Section 16110 Raceways, Boxes and Fittings. 1.02 RELATED WORK A. Section 26 00 00 Electrical--General Provisions B. Section 26 05 29 Electrical Support Hardware C. Section 26 05 33 Raceways, Boxes and Fittings D. Section 26 05 19 Wire and Cables (600 Volt Maximum). 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Division 1 and Section 26 00 00, shop drawings and product data, for the following: 1. Manholes, handholes and associated hardware. 2. Plastic duct spacers B. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will be returned unreviewed. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70—National Electrical Code (NEC) 2. NFPA 70E—Standard For Electrical Safety in the Workplace 3. ASTM A615/A615M-06a—Standard Specification for Deformed and Plain Carbon-Steel Bars for concrete Reinforcement 4. ASTM A48—Standard Specification for Gray Iron Castings 5. ASTM A536-Standard Specification for Ductile Iron Castings 6. AASHTO M306-041 ASTM A48—Drainage Structure Castings, Section 7.0 Proof Load Testing 7. ASTM C-850-Specifications for underground precast concrete utility structures B. All excavation,trenching, and related sheeting, bracing, etc., as shown on the Drawings and listed in these Specifications,shall comply with the following standards (unless otherwise noted): 1. Occupational Safety and Health Administration (OSHA) a. Excavation safety standards (29 CFR Part 1926.650 Subpart P) - Excavation. 2. American Society for Testing and Materials (ASTM) CITY OF FORT WORTH Crowley Relief Interceptor M-325A UNDERGROUND SYSTEM For Village Creek Basin Revised September17,2018 City Project No. 100276 26 05 43-2 Underground System Page 2 of 8 a. ASTM D 698a—Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ib.lft3 (600kN-m/m3)). C. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The precast manholes shall be manufactured in a NPCA (National Precast Concrete Association) Certified Plant. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery,the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Materials shall be handled and stored in accordance with manufacturer's instructions. C. Stored materials shall not be exposed to sunlight. Such materials shall be completely covered. D. Materials showing signs of previous or jobsite exposure will be rejected. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 1.year from date of final acceptance of the equipment.Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. Any warranty work.requiring shipping or transporting of the equipment, or materials shall be performed by the Contractor at no expense to the Owner. 2.00 PRODUCTS 2.01 MATERIALS A. Raceway System 1. Raceway system shall be Schedule 80 PVC Rigid Nonmetallic Conduit(RNC), designed for use aboveground and underground as described in the NEC, resistant to sunlight. The conduits and fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651 specifications. Minimum raceway size shall be 2 inch. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Carlon, Kraloy, or approved equal. 2. PVC coated rigid aluminum conduit shall have a minimum 0.040-in thick, polyvinyl chloride coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating. Rigid aluminum conduit shall be as manufactured by the Allied Tube and Conduit Corp.;Wheatland Tube Co.;Triangle PWC Inc. or equal. The ends of all couplings, fittings, etc. shall have a minimum of one pipe diameter in length of PVC overlap. PVC coated conduit and fittings shall be as manufactured by Perma-Cote, Robroy Industries, Triangle PWC Inc. or Ocal.Any field bends shall be made using equipment designed to prevent damage to the PVC coating. CITY OF FORT WORTH Crowley Relief Interceptor M-325A UNDERGROUND SYSTEM For Village Creek Basin Revised Septemberl7,2018 City Project No. 100276 26 05 43-3 Underground System Page 3 of 8 3. All underground raceways of the underground system,terminating in manholes or handholes shall use terminators of the same size and type as the raceway 4. Blank Duct Plugs shall be sized for the duct installed on, and shall be TYCO Type JM- BLA-XXDXXXCR, with rubber gasket,or approved equal. 5. Duct spacers shall be as manufactured by Carlon or equal. 6. Where raceways terminate into existing and new manholes, handholes or structures, the duct bank steel shall be anchored into the manhole, handhole or structure with a Hilti HIT 150 MAX epoxy anchoring system. The termination of the duct bank steel shall utilize a minimum 24 inch length of reinforcing bar anchored not less than 4 inches into the manhole, handhole or structure wall, and lapped into each reinforcing bar in the duct bank. 7. Concrete encasement for raceways and duct banks shall be normal weight concrete weighing not more than 145 pcf with compressive strength, a minimum of 3000 psi, or greater if required by other Divisions of the Specifications, at 28 days, Concrete shall have crushed aggregate with a maximum size of 3/4-inch, a slump of 4—6 In. and flow freely without the use of vibrators. Install red dye of 40 lbs. per 10 cy. of concrete, installed in the truck at the concrete plant. 8. Reinforcing steel shall comply with ASTM A615 Grade 60 and of a size and installation as shown on the Drawings. B. Manholes and Handholes 1. General a. Manholes and handholes shall be of the precast concrete type, designed for a Class H2O load with sizes as shown on the Drawings, and as manufactured by Oldcastle Precast, Mansfield, TX, or approved equal. 2. Construction a. -Concrete for manholes and handholes shall have a 28-day compressive strength of 5000 P81.-.Cement shall be Type 1 or lll. Reinforcing steel shall be Grade 60 with yield strength of 60,000 P.S. Design loadings shall be H-20-44 wlimpact. b. The top of all manholes shall be field removable and have stainless steel lifting eyes. c. Duct bank entries into the manhole or handhole shall be centered on the entering wall, and shall contain the appropriate number and size of duct terminators to match the corresponding duct bank. d. Each manhole and handhole shall have a minimum size of 12"x 12"x 2"deep concrete sump in the middle of the floor of the manhole or handhole, or as shown on the Drawings. 3. Manhole Covers a. Unless otherwise shown on the Drawings, manhole and handhole covers shall be heavy duty 36 in. machined gray iron, and AASHTO M306-041 ASTM A48 CL35B Min.,40,000-pound proof load value (Class H2O X 2.5) "True Traffic"load covers, complete with frame, and "Electric"or"Communication"raised lettering recessed flush, as required, on the cover. Covers shall be V-1600-5, with drop handles as manufactured by EJUSA, Ardmore, OK b. All castings shall be made In the USA,cast with the foundry's name, part number, "Made in USA", and production date (example: mmldd/yy). Castings without proper markings will be rejected. Manufacturer shall certify that all castings conform to the ASTM and AASHTO Designations as specified herein. All casting shall be true to pattern in form and dimension, free from pouring faults, sponginess, cracks, blow holes and other defects in positions affecting strength and value for the service intended. Angles shall be filleted, and arises shall be sharp and true. 4. Hardware a. Cable racks shall be of the heavy duty non-metallic type with arm lengths of 8", 14" and 20", each supporting a load of not less than 250 lbs. at the outer end. Racks CITY OF FORT WORTH Crowley Relief Interceptor M-325A UNDERGROUND SYSTEM For Village Creek Basin Revised September17,2018 City Project No. 100276 26 05 43-4 Underground System Page 4of8 shall be molded in one piece of U.L. listed glass reinforced nylon, Catalog CR36N with RA08N, RA14N and RA20N arms as manufactured by Underground Devices Inc. Northbrook, IL. Cable racks shall be secured to the manhole and walls by drilled, Hilti HIT-HY 150 MAX epoxy anchoring system, with Hilti 316 stainless steel bolts. Arms for racks shall be vertically spaced not greater than 24"on centers. b. Pulling irons shall be of copolymer polypropylene coaled 1/2"dia. cable, with a rated pulling strength of 7500 lbs. and a polyethylene pulling iron pocket, all recessed in the manhole wall opposite each duct entry. Pulling irons for handholes shall have the pulling iron located in the floor of the handhole near the center of the handhole opposite the duct entry. Pulling irons shall be as manufactured by M.A. Industries, Inc. Peachtree, GA. or Bowco Industries, Portland OR. c. Manhole and handhole ladders shall be constructed of fiberglass reinforced plastic, safety yellow, 18"rung width with 12" rung spacings, Safrail as manufactured by Strongwell Corp., Bristol, VA. Furnish a total of two ladders, each of a length 4' greater than the deepest manhole in the underground system. C. Polyethylene Warning Tape 1. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: a. Brady Detectable Identoline b. Approved Equal 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. 3. Warning tape shall be metal detectable polyester with subsurface graphics, black letters on red tape. The tape shall meet the OSHA 1926.956(c)(1), tin minimum width, for location tracing. 3.00 EXECUTION 3.01 GENERAL A. The Contractor shall field verify the routing of all underground duct banks before placement. He shall modify the routing as necessary to avoid underground utilities or above ground objects. Modification or rerouting for the convenience of the Contractor, or to reduce the length of duct run as designed, will not be permitted. The Contractor shall provide any alternate routing of the duct banks to the Owner/Engineer and, after approval, shall proceed with the installation. B. All changes of direction, less than 20 degrees, shall be made using a hotbox, strictly in conformance with the conduit manufacturer's instructions. Changes of direction greater than 20 degrees shall be accomplished using long radius bends of PVC coated rigid aluminum conduit. C. The Contractor shall saw out and repair existing pavements above new and modified existing duct banks. The Contractor shall provide the alternate routing of the duct banks to the Owner/Engineer and after approval shall proceed with the installation. D. Install raceways to drain away from buildings. Raceways between manholes or handholes shall drain toward the manholes or handholes. Raceway slopes shall not be less than 3 in per 100 ft. E. Reinforce raceway banks as shown on the Drawings. F. A#4/0 stranded bare tinned copper ground conductor shall be installed along the top of the rebar cage,as shown on the Drawings, for the full length of each duct run between manholes and handholes, and bonded to a ground rod in the vicinity of each manhole and handhole. CITY OF FORT WORTH Crowley Relief Interceptor M-325A UNDERGROUND SYSTEM For Village Creek Basin Revised Septemberl7,2018 City Project No. 100276 26 05 43-5 Underground System Page 5 of 8 G. Lay raceway lines in trenches on compacted earth as specified herein. H. Use plastic spacers located not more than 4 ft apart to hold raceways in place. Spacers shall provide not less than 2 inch clearance between raceways. 1. The minimum cover for raceway banks shall be 24 in unless otherwise permitted by the Owner/Engineer. J. Raceway terminations at all manholes, existing and new,shall be with terminator for PVC conduit. K. Blank duct plugs shall be used to seal the ends of all unused ducts in the duct system. Plugs shall be installed at all locations where the ducts enter and leave the manholes or handholes, and all entrances and exits to the underground system. L. Where raceways enter or exit the Underground System, and the raceways rise to a higher elevation upon entering or leaving the System, such raceways shall be tightly sealed at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Underground System at any time. Raceways shall be sealed with 3M 1000NS Watertight Sealant,or approved equal. M. No wire shall be pulled until the duct system has been completed in every detail. N. Swab all raceways clean before installing cable. O. Train cables in manholes and handholes and support and restrain them on cable racks. All cables passing manhole duct entrances in the manhole or handhole shall pass above all duct entrances. No cable shall pass in front of or below duct bank entrances. P. Polyethylene Warning Tape shall be installed in the trench above each raceway or duct bank and located at the elevations shown on the Drawings. Q. The Contractor shall tag all underground conduits at all locations, exiting and entering from underground, including manholes and handholes. 3.02 TRENCH EXCAVATION A. The excavation shall extend to the width and depth as shown on the Drawings, or as specified, and shall provide suitable room for installing manholes, handholes, ducts and appurtenances. B. Furnish and place all sheeting, bracing and supports. C. Excavation shall include material of every description and of whatever substance encountered, regardless of the methods or equipment required to remove the material. Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating. D. The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor's option,topsoil may be otherwise disposed of and replaced, when required, with approved topsoil of equal quality. E. While excavating and backfilling is in progress,traffic shall be maintained, and all utilities and other property protected, as provided for in the Contract Documents. F. Materials shall be excavated to the depth indicated on the Drawings and in widths sufficient for installing manholes and laying the ducts. Coordinate the trench width the Details shown on the Drawings. The bottom of the excavations shall be firm and dry in all respects acceptable to the Owner/Engineer. Trench width shall be a practical minimum, but not less than 6 inches greater on each side,than the total duct section arrangement, including reinforcing steel. G. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of sub grade soils. The trench may be excavated by machinery to, or just CITY OF FORT WORTH Crowley Relief Interceptor M-325A UNDERGROUND SYSTEM For Village Creek Basin Revised Septemberl7,2018 City Project No. 100276 26 05 43-6 Underground System Page 6of8 below,the designated sub grade, provided that material remaining in the bottom of the trench is no more than slightly disturbed. Sub grade soils which become soft, lose or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other construction methods, shall be removed and replaced by gravel till, of aggregate as specified herein, as required by the Owner/Engineer at the Contractor's expense. 3.03 EXCAVATION BELOW GRADE AND REFILL A. Regardless of the nature of unstable material encountered, or the groundwater conditions, trench and excavation drainage shall be complete and effective. B. If deemed necessary by the Owner/Engineer, or as shown on the Drawings, the Contractor shall be required to deposit pea gravel for duct bedding or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatsoever. All excavation shall be made in open trenches. Gravel used for this purpose, shall be aggregate, as specified that is s 1/2 the minimum clear spacing between electrical ducts, and a maximum coarse aggregate size of 3/4-inch. 3.04 BACKFILLING A. Remove from the excavation ail materials which the Owner/Engineer may deem unsuitable for backfilling. B. Backfilling shall not commence until, not less than 48 hrs. after placing of any concrete embedment, have lapsed. C. Where the duct banks are laid in the yard,the remainder of the trench, after concrete encasement, shall be filled with common fill material, void of rock or other non-porous material, in layers not to exceed 8-in in loose measure and compacted to 90%standard Proctor density at optimum moisture content of+/-4%. The backfill shall be mounded 6-in above the existing grade or as directed by the Owner/Engineer.Where a grass, loam or gravel surface exists prior to excavations in the yard, it shall be removed, conserved and replaced to the full original depth as part of the work under the duct items. In some areas it may be necessary to remove excess material during the cleanup process, so that the ground may be restored to its original level and condition. D. Where the duct banks are laid in paved areas or designated future paved areas, existing or designated future structures, or other existing or future utilities,the remainder of the trench above the encasement,shall be backfilled with select common fill or select fill material in layers not to exceed 8-inches loose measure and compacted at optimum moisture content (+/-3%)to 95 percent standard Proctor density. E. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 lbs. The material being spread and compacted shall be placed in layers not over 8-in loose thick. If necessary, sprinkling shall be employed in conjunction with rolling or ramming. F. Bituminous paving shall not be placed in backfill G. Water jetting will not be accepted as a means of consolidating or compacting backfill. H. All road surfaces shall be broomed and hose-cleaned immediately after backfilling. Dust control measures shall be employed at all times. 3.05 RESTORING TRENCH AND ADJACENT SURFACES A. In paved areas,the edge of the existing pavement to be removed shall be cut along straight lines, and the pavement replaced with the same type and quality of the existing paving. CITY OF FORT WORTH Crowley Relief Interceptor M-325A UNDERGROUND SYSTEM For Village Creek Basin Revised September-17,2018 City Project No. 100276 26 05 43-7 Underground System Page 7 of 8 B. In sections where the duct bank passes through grassed areas,the Contractor shall, at his own expense, remove and replace the sod, or shall loam and reseed the surface to the satisfaction of the Owner/Engineer. 3.06 CLEANING A. Remove all rubbish and debris from inside and around the underground system. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, handholes and structures, using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325A UNDERGROUND SYSTEM For Village Creek Basin Revised Septemberl7,2018 City Project No. 100276 26 05 43-8 Underground System Page 8 of 8 CITY OF FORT WORTH Crowley Relief Interceptor M-325A UNDERGROUND SYSTEM For Village Creek Basin Revised Septemberl7,2018 City Project No. 100276 26 27 26-1 Light Switches and Receptacles Page 1 of 4 26 27 26 LIGHT SWITCHES AND RECEPTACLES 1.00 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials,equipment and install wiring devices as shown on the Drawings and as specified herein. B. Provide all interconnecting conduit and branch circuit wiring for receptacle circuits in accordance with the NEC. 1.02 RELATED WORK A. Section 26 00 00 Electrical—General Provisions B. Section 26 05 29 Electrical Support Hardware C. Section 26 05 33 Raceways, Boxes and Fittings D. Section 26 05 19 Wires and Cables (600 Volt Maximum) 1.03 SUBMITTALS A. Shop Drawings 1. Submit catalog data of all switches, receptacles and other specified items under this Section, with all options, application locations and exceptions clearly indicated. 1.04 REFERENCE STANDARDS A. Wiring devices shall comply with the requirements of the National Electrical Code (NEC) and shall be Underwriters Laboratories (UL) labeled. 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the assembly shall be the manufacturer of the major components within the assembly. All assemblies shall be of the same manufacturer. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, or equipment which failed any factory tests,will not be permitted. B. Equipment shall be handled and stored in accordance with manufacturer's instructions. C. Equipment shall be stored indoors and protected from moisture, dust and other contaminants. D. Equipment shall not be installed until the location is finished and protected from the elements. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 1 year from date of final acceptance of the equipment.Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. CITY OF FORT WORTH Crowley Relief Interceptor M-325A LIGHT SWITCHES AND RECEPTACLES For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 27 26-2 Light Switches and Receptacles Page 2 of 4 2.00 PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents,the Manufacturers listed in each product category are acceptable. B. The listing of specific manufacturers does not imply acceptance of their products that do not meet the specified ratings,features and functions. Manufacturers listed are not relieved from meeting these specifications in their entirety. 2.02 RATINGS A. The service voltage, shall be as shown on the Drawings. The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the equipment. 2.03 MATERIALS A. Wall switches shall be heavy duty, industrial specification grade, toggle action,flush mounting quiet type. All switches shall conform to the latest revision of Federal Specification WS 896. Wall switches shall be of the following types and manufacturer: 1. Single pole, 20 Amp, 1201277 Volt-Cooper, Catalog No. 2221 V,similar to Hubbell, Inc.; Pass&Seymour, Inc. or equal. 2. Double pole, 20 Amp, 1201277 Volt- Cooper, Catalog No. 2222V,similar by Hubbell, Inc.; Pass&Seymour, Inc. or equal. B. Explosion-proof single pole factory sealed switches shall be for 20 Amps, 120/277 volts, mounted in copper free aluminum boxes and be similar and equal to Crouse-Hinds EDS Series, similar by Appleton Electric Co.; Killark or equal. C. Receptacles shall be heavy duty, corrosldn resistant, specification grade of the following types and manufacturer or equal. Receptacles shall conform to Fed Spec WC596. 1. Weatherproof/corrosion resistant single, 20 Amp, 125 Volt, 2 Pole, 3 Wire Grounding Receptacle, as specified above,with diecast aluminum,while-in-use weatherproof cover, Crouse-Hinds Catalog No.WIUMH/V, or similar by Thomas &Betts or equal. 2. Weatherproof/corrosion resistant duplex, 20 Amp, 250 Volt, 2 Pole, 3 Wire Grounding Receptacle, as specified above, with diecast aluminum,while-in-use weatherproof cover, Crouse-Hinds Catalog No.WIUMHN, or similar by Thomas & Betts or equal. 3. Explosion-proof single, 20 Amp, 125 Volt, 1 Phase, 3 Wire;Appleton Electric, Catalog No. EFSC175-2023 and plug, Appleton Electric Catalog No. ECP-2023, similar to Crouse-Hinds; Hubbell Inc or equal. 4. Explosion-proof duplex, 20 Amp, 125 Volt, 1 Phase, 3 Wire;Appleton Electric, Catalog No. EFSC275-2023 and plug, Appleton Electric Catalog No. ECP-2023, similar by Crouse-Hinds; Hubbell, Inc. or equal. D. Device Plates 1. Plates for indoor flush mounted devices shall be of the required number of gangs for the application involved and shall be as follows: a. Administration type buildings: Smooth, high impact nylon of the same manufacturer and color as the device. Final color to be as selected by the Architect. b. Where permitted in other areas of the plant, flush mounted devices in cement block construction shall be Type 302 high nickel (18-8) stainless steel of the same manufacturer as the devices. CITY OF FORT WORTH Crowley Relief Interceptor M-325A LIGHT SWITCHES AND RECEPTACLES For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 27 26-3 Light Switches and Receptacles Page 3 of 4 2. Plates for indoor surface mounted device boxes shall be cast metal of the same material as the box, Crouse-Hinds No. DS23G and DS32G, or equal. 3. Oversized plates shall be installed where standard plates do not fully cover the wall opening. 4. Device plates for switches mounted outdoors or indicated as weatherproof shall be gasketed, cast aluminum with provisions for padlocking switches "On"and"Off", Crouse Hinds No. DS185, or equal. 5. Multiple surface mounted devices shall be ganged in a single,common box and provided with an adapter, if necessary, to allow mounting of single gang device plates on multi-gang cast boxes. 6. Engraved device plates shall be provided where required. 7. Weatherproof,gasketed cover for GF] receptacle mounted in a FS/FD box shall be Cooper, Catalog No.4501-FS, similar by Hubbell, Inc.; Pass&Seymour, Inc. or equal. 3,00 EXECUTION 3.01 INSTALLATION A. Switches and receptacles shall be installed flush with the finished wall surfaces in areas with stud frame and gyp-board construction, in dry areas with cement block construction or when raceways are shown as concealed on the Drawings. B. Do not install flush mounted devices in areas designated DAMP, WET or WET/CORROSIVE on the Drawings. Provide surface mounted devices in these areas. C. Provide weatherproof devices covers in areas designated WET or WET/CORROSIVE on the Drawings. D. Unless otherwise shown on the Drawings, wall switches and other wall mounted controls_ shall be installed at 4'-6"AFF. E. Convenience receptacles shall be 36-in above the floor unless otherwise shown. F. Convenience receptacles installed outdoors and in rooms where equipment may be hosed down shall be 36-in above floor or grade. Switches shall be ganged together under one cover plate. G. The location of all devices is shown, in general, on the Drawings and may be varied within reasonable limits so as to avoid any piping or other obstruction without extra cost, subject to the approval of the Owner. Coordinate the installation of the devices for piping and equipment clearance. 3.02 FIELD QUALITY CONTROL A. Test wiring devices to ensure electrical continuity of grounding. Energize the circuit to demonstrate compliance with the requirements. ENA OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325A LIGHT SWITCHES AND RECEPTACLES For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 27 26-4 Light Switches and Receptacles Page 4 of 4 CITY OF FORT WORTH Crowley Relief Interceptor M-325A LIGHT SWITCHES AND RECEPTACLES For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-1 Electrical Control Panels(OEMs) Page 1 of 16 26 29 87 ELECTRICAL CONTROL PANELS (OEMs) 1.00 GENERAL 1.01 SCOPE OF WORK A. Furnish and install functional control panels to manually or automatically operate control systems as specified in the detailed requirements of this Section, and logic and schematics as shown on the Electrical Drawings. B. Submittals for Electrical Control Panels, not clearly specified as Control Panels by the Electrical or Mechanical equipment manufacturer, shall be submitted under this Section of the Specifications. Control panels specified in the Process Equipment Division or Mechanical Equipment Division, shall not be submitted under this Section. Control Panels for those Divisions, shall meet the requirements of Section 26 29 86 Mechanical Equipment Manufacturer's Control Panels, and shall be submitted as a part of the Mechanical Equipment manufacturer's submittals or Process Equipment Division Submittals. Control panels specified for the Instrumentation Division shall be submitted as a part of the Instrumentation Division submittals. 1.02 RELATED WORK A. Section 26 00 00 Electrical--General Provisions B. Section 26 05 29 Electrical Support Hardware C. Section 26 43 13 Low Voltage Surge Protective Devices (SPDs) 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 1,-Section 26 00 00 and as specified herein. B. Provide systems engineering to produce coordination curves, showing coordination between breakers and/or fuses submitted, such that protective device coordination is accomplished. Such curves and settings shall be included as a part of these submittals. C. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed. D. The original equipment manufacturer shall create all equipment shop drawings, including all wiring diagrams, in the manufacturer's Engineering department. All equipment shop drawings shall bear the original equipment manufacturers logo, drawing file numbers, and shall be maintained on file in the original equipment manufacturer's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. E. Submit to the Owner/Engineer, shop drawings and product data,for the following: 1. Product data sheets and catalog numbers for overcurrent protective devices, motor starters, control relays, control stations, meters, pilot lights, etc. The manufacturer's name shall be clearly visible on the each cut sheet submitted. List all options,trip adjustments and accessories furnished specifically for this project. Clearly mark each sheet to indicate which items apply and/or those items that do not apply. 2. Provide control systems engineering to produce custom unit elementary drawings showing inter-wiring and interlocking between components and to remotely mounted devices. Include and identify all connecting equipment and remote devices on the schematics. The notation "Remote Device"will not be acceptable. Show wire and CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-2 Electrical Control Panels(OEMs) Page 2 of 16 terminal numbers. Indicate special identifications for electrical devices per the Drawings. 3. Equipment outline drawings showing elevation, plan and interior views, front panel arrangement, dimensions, weight, shipping splits, conduit entrances and anchor bolt pattern. Indicate all options, special features, ratings and deviations from this Section. 4. Schematic diagram, including manufacturer's selections of component ratings, and CT and PT ratios. 5. Power and control schematics including external connections. Show wire and terminal numbers, and color-coding. 6. Instruction and replacement parts books. 7. As-built final drawings. 8. Documentation that the panel assembly facility is a UL-508 certified panel shop. 9. Facsimile of the UL label that is to be applied to the completed panel. 10. Furnish complete Bill of Materials indicating manufacturer's name and part numbers. 11. Manufacturer's cut sheets for every component used in the panel assembly adequately marked to show the items being included. The manufacturer's name shall be clearly visible on the each cut sheet submitted. 12. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 13. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 14. Cable terminal sizes. 15. Instruction and renewal parts books. F. Factory Tests. Submittals shall be made for factory tests specified herein. G. Field Test Reports. Submittals shall be made for field tests specified herein. H. Operation and Maintenance Manuals. 1. Operation and maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals paragraph above. I. The manufacturer shall submit for approval, a training agenda for all training specified herein. Training agenda shall not be submitted until final approval of the Operation and Maintenance Manual. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. NEMA Standard ICS 2-2000 Industrial Control and Systems 2. NFPA 70—National Electrical Code (NEC) 3. NFPA 70E—Standard For Electrical Safety in the Workplace 4. NFPA 79--Electrical Standard for Industrial Machinery CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-3 Electrical Control Panels(OEMs) Page 3 of 16 5. UL 508/508A—Industrial Control Enclosures B. All equipment specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of five (5) years.When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The control panels shall be assembled in a UL-508 certified facility. A submittal of documentation certifying that the panel fabrication facility is a UL-508 certified facility, is required. A UL label shall be affixed to the inside of the external door by the panel fabrication assembly. Submit a facsimile of the UL label in the submittal information. C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. D. Control Panels submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. E. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. F. Equipment components and devices shall be UL labeled wherever UL standards exist for such equipment. The completed control panel shall be UL Labeled in accordance with UL 508 and 508A and other applicable UL standards. The panel shall also be UL labeled for the environment in which it is to be placed. A UL label shall be affixed to the inside of the external door by the panel fabrication assembly. Submit a facsimile of the UL label in the submittal information. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery,the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Delivery of incomplete constructed equipment, onsite factory work, or failed factory tests will not be permitted. B. Equipment shall be handled and stored in accordance with manufacturer's instructions. Two (2) copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner/Engineer. C. Shipping groups shall be designed to be shipped by truck, rail,or ship. Indoor groups shall be bolted to skids. Breakers and accessories shall be packaged and shipped separately. D. Equipment shall be installed in its permanent finished location shown on the Drawings within seven (7) calendar days of arriving onsite. If the equipment cannot be installed within seven (7)calendar days, the equipment shall not be delivered to the site, but stored offsite, at the Contractor's expense, until such time that the site is ready for permanent installation of the equipment. E. Where space heaters are provided in equipment, provide temporary electrical power and operate space heaters during storage, and after equipment is installed in permanent location, until equipment is placed in service. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 1 year from date of final acceptance of the equipment.Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-4 Electrical Control Panels(OEMs) Page 4 of 16 the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Manufacturer, at no expense to the Owner. 2.00 PRODUCTS 2.01 MATERIAL MANUFACTURERS A. Subject to compliance with the Contract Documents, the following material Manufacturers are acceptable: 1. General Electric Co. 2. Square D Co. 3. Eaton B. The fisting of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings,features and functions. Materials listed above are not relieved from meeting these Specifications in their entirety. 2.02 RATINGS A. The service voltage shall be as specified and as shown on the Drawings.The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the Control Panel, but not less than 22,000 amperes RMS symmetrical at 4801277 Volts, this includes all circuit breakers and combination motor starters. Systems of motor controllers employing series connected ratings for main and feeder devices shall not be used. Motor starter units shall be tested and UL 508A labeled for the specified short circuit duty in combination with the motor branch circuit protective device. B. There shall be selective device coordination between the Main Breaker, Feeder Breakers and control circuit protective devices.When using a circuit breaker or fuses as a main protective device,the instantaneous trip levels of the main protective device shall be higher than-the available fault current to the control panel. If fuses are utilized in the control panel design,the protective devices for 3 phase loads shall contain single phase protection of such equipment. If a fault occurs in the circuit of one load of a design with a backup load, the feeder protective device shall not remove both loads from the control system. C. Use ground fault sensing on grounded wye systems. D. The complete control panel assembly shall be UL certified or carry a UL listing for"Industrial Control Panels". E. The control panel shall meet all applicable requirements of the National Electrical Code. F. Motor controllers, including associated devices, shall be designed for continuous operation at rated current in a 40 degree C ambient temperature. G. For additional ratings and construction notes, refer to the Drawings. H. The Manufacturer shall produce and install on each panel, an Arc Flash Warning Label listing the various Flash Hazard Protection Boundaries, calculated from NFPA 70E, Annexes, as listed below: 1. Flash Hazard Protection Boundary. 2. Limited Approach Boundary. 3. Restricted Boundary. 4. Prohibited Boundary. 5. Incident Energy Level. 6. Required Personal Protective Equipment Class. CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-5 Electrical Control Panels(OEMs) Page 5 of 16 7. Type of Fire Rated Clothing. I. Provide an Arc Flash Warning Label, printed in color and affixed to the front of each panel provided. J. Shown below is a typical label. Size of each label shall be not less than 8 inches wide and 6 inches tall. Arc Flash and Shock Hazag-d .....„ F3_h lt..e ,R FF;Mriplwt LdR F M.n n..yw+vi rirwV�►. .. �,Ysk4,xi1 wliwi t..r•+ 'r."04 ANI"ro,,Pi 6*�h•IMF ni•ia . F�NF.i+w w.,u,i 2.03 CONSTRUCTION A. General 1. Refer to Drawings for:actual layout and location of equipment and components; current ratings of devices, bus bars, components; protective relays, voltage ratings of devices, components and assemblies; and other required details. 2. Control units shall be arranged as shown on the Drawings. 3. Except for VFD equipment, where the equipment contains a programmable logic controller(PLC) or an uninterruptible power supply(UPS), the equipment manufacturer shall furnish factory installed,a dedicated Point of Utilization Device (SPD), as specified in Section 16196, Individual Control Panel and Related Equipment Protection (Type 3). 4. Where Kirk-Key arrangements are used,the Kirk keyed interlocks shall be Kirk HD Series (Heavy Duty) 316 Series of 316 stainless steel, or approved equal. 5. Nameplates a. External 1) Nameplates shall be engraved, laminated impact acrylic, matte finish, not less than 1116-in thick by 314-in by 2-112-in, Rowmark 322402. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF TAPE 4970_009 X MY, or equal. Prior to installing the adhesive nameplates, the metal surface shall be thoroughly cleaned with 70% alcohol until all residue has been removed. Epoxy adhesive or foam tape is not acceptable. 2) There shall be a master nameplate that indicates supply voltage equipment ratings, short circuit current rating, manufacturer's name, shop order number and general information. Cubicle nameplates shall be mounted on the front face, on the rear panel and inside the assembly,visible when the rear panel is removed. 3) Provide permanent warning signs as follows: a) "Danger- High Voltage- Keep Out"on all doors. CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-6 Electrical Control Panols(OEMs) Page 6 of 16 b) "Warning- Hazard of Electric Shock- Disconnect Power Before Opening or Working On This Unit" on main power disconnect or disconnects. b. Internal 1) Provide the panel with a UL 508A label. 2) Control components mounted within the assembly, such as fuse blocks, relays, pushbuttons, switches, etc., shall be suitably marked for identification, corresponding to appropriate designations on manufacturer's wiring diagrams. c. Special 1) Identification nameplates shall be white with black letters, caution nameplates shall be yellow with black letters, and warning nameplates shall be red with white letters. 6. Control Devices and Indicators a. All operating control devices, indicators, and instruments shall be securely mounted on the panel door. All controls and indicators shall be 30mm, corrosion resistant, NEMA 4X/13, anodized aluminum or reinforced plastic. Booted control devices are not acceptable. Auxiliary contacts shall be provided for remote run indication and indication of each status and alarm condition. Additional controls shall be provided as specified herein and as required by the detailed mechanical and electrical equipment requirements. b. Indicator lamps shall be LED type. For all control applications, indicator lamps shall incorporate a push-to-test feature. Lens colors shall be as follows: 1) Red for ON, Valve OPEN, and Breaker CLOSED. 2) Green for OFF, Valve CLOSED and Breaker OPEN, 3) Amber for FAIL. 4) Blue for READY 5) White for POWER ON. c. Mode selector switches (HAND-OFF-AUTO, LOCAL-OFF-REMOTE, etc) shall be as shown on the Drawings. Units shall have the number of positions and contact arrangements, as required. Each switch shall have an extra dry contact for remote monitoring. d. Pushbuttons shall be as follows: 1) Red for STOP, Valve OPEN, Breaker CLOSE and mushroom Red for EMERGENCY STOP. 2) Green for START,Valve CLOSE and Breaker OPEN. 3) Black for RESET. e. Furnish nameplates for each device. All nameplates shall be laminated plastic, black lettering on a white background, attached with stainless steel screws. Device mounted nameplates are not acceptable. 7. Control and Instrument Power Transformers a. Control power transformers shall be provided where shown on the Drawings. Transformer shall be sized for the entire load,including space heaters, plus 25% spare capacity, and shall be not less than 100VA. b. Control power transformers shall be 120 volt grounded secondary. Primary side of the transformer shall be fused in both legs. One leg of the transformer secondary shall be solidly grounded while the other leg shall be fused. 8. A failure alarm with horn and beacon light shall be provided when required or specified. Silence and reset buttons shall be furnished. Alarm horn and beacon shall be by Federal Signal; Crouse-Hinds, or equal, NEMA 4X for all areas except for NEMA 7 areas, which shall be NEMA 714X cast aluminum. 9. Where specified or shown on the Drawings, a six digit, non-resettable elapsed time meter shall be installed on the face of each motor starter. Meter shall be as specified in Section 26 27 13. CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-7 Electrical Control Panels(OEMs) Page 7 of 16 B. Enclosures 1. General a. Each enclosure shall incorporate a removable back panel, and side panels, on which control components shall be mounted. Back panel shall be secured to the enclosure with collar studs for wall mounted enclosures, and 316 SS hardware for free standing enclosures. b. All free standing enclosures shall be provided with feet of the same construction as the enclosure. c. The enclosure door shall be interlocked with the main circuit breaker by a panel mounted cable driven operating mechanism. d. Back panel shall be tapped to accept all mounting screws. Self-tapping screws shall not be used to mount any components. e. All enclosure doors shall have bonding studs. The enclosure interior shall have a bonding stud. f. Each enclosure shall be provided with a documentation pocket on the inner door. g. Enclosures shall not have holes or knockouts. h. Provide manufacturer's window kits where shown on the Drawings. i. All panels installed outdoors shall have a factory applied, suitable primer and final coat of weatherproof white paint. j. All enclosures shall include padlock hasp on all doors. 2. NEMA 7/4X a. Class 1, Division 1, Groups A, B, C, and D, or as defined in NFPA 70). Boxes shall be constructed as follows: 1) Copper free cast aluminum body and cover 2) Stainless steel hinges 3) Watertight neoprene gasket 4) Stainless steel cover bolts 5) All penetrations shall be factory drilled and tapped. b. Manufacturers 1) Cooper Crouse Hinds Type EJB, Style C 2) Appleton Electric Type AJBEW 3) Approved Equal 3. Otherwise Not Defined NEMA 4X Stainless Steel a. Where an enclosure is not otherwise defined or shown on the Drawing 1) NEMA 4X 316 Stainless Steel 2) Type 316 stainless steel, body and door 3) Stainless steel continuous hinge 4) Foam in-place gasket 5) Single point quarter turn latches (20"x24"and below). All others 3-point latch b. Manufacturers 1) Hoffman Comline Series 2) EMF Company 3) NEMA Enclosures Company 4) Hammond Company 5) Approved Equal 4. NEMA 1 or NEMA 1A boxes shall not be used. 5. Malleable iron boxes shall not be used. C. Environmental Conditioning 1. Condensation Control CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-8 Electrical Control Panels(OEMs) Page 8 of 16 a. A self-contained enclosure condensation heater with thermostat and fan shall be mounted inside the control panel, if panel is mounted outdoors or in a non-air- conditioned space. 1) Enclosure heaters shall be energized from 120-volt, single-phase power supply and sized to prevent condensation within the enclosure. 2) Locate enclosure heaters to avoid overheating electronic hardware or producing large temperature fluctuations on the hardware. 3) Enclosure heaters shall have an internal fan for heat distribution and shall be controlled with adjustable thermostats. The thermostat shall have an adjustment range of 40 degrees Fahrenheit to 90 degrees Fahrenheit. Provide a circuit breaker or fused disconnect switch within the enclosure. 4) Enclosure heaters shall be Hoffman type DAH or equal. b. Strip heaters may be provided if they are 240 volt rated, powered at 120 volts AC and do not have a surface temperature higher than 60°C. Strip heaters and thermostats shall be as manufactured by Chromalox or equal. 1) Strip heaters shall be Chromalox, Type OT, 1.5-in wide, 240 Volts, single phase, 150 watts, energized at 120 volts,with rust resisting iron sheath, Catalog No. OT- 715, Product Code No. 129314, or equal. Provide sufficient wattage in heaters to prevent condensation should the interior temperature of the enclosure drop below the dew point. 2) A control thermostat mounted inside the control Panel shall be Chromalox,Type WR, single stage, Catalog No. WR-80, Product Code No.263177, or equal. 3) The strip heater terminals shall be guarded by a protective terminal cover. 4) High temperature connecting lead wire shall be used between the thermostat and the heater terminals. Wire shall be No. 12 AWG stranded, nickel-plated copper with Teflon glass insulation and shall be the product of Chromalox, Catalog No. 6-CFI-12, Product Code No. 263783, or equal. c. Each panel shall have a'/2'stainless steel condensate drain, installed on a stainless steel conduit hub, HGTZ_Series, T&B or equal, in the bottom of the enclosure. Drain shall be O-Z GedneyDBB-50SS, or equal. 2. Corrosion Control a. Provide corrosion protection in each control panel with a corrosion-Inhibiting vapor capsule as manufactured by Northern Instruments; Model Zerust VC, or Hoffman Engineering; Model A-HCI, or equal. 3. Panel Interior Ambient Control a. The manufacturer shall provide ambient temperature control within the panel to maintain internal temperatures below the maximum operating temperatures of the panel components. an ambient temperature range of-20°C to 4000. b. The manufacturer shall provide panel internal heat rise calculations to show that the panel internal temperatures will be maintained below the maximum operating temperatures of the panel components. c. The calculation shall show all the internal and external heat gain loads, the expected internal temperature rise in degrees C above the specified ambient, If the specified temperature range cannot be met, an air conditioning system shall be provided with sufficient capacity to maintain the temperature within the specified limits. Panels, for which the calculated heat rise exceeds 40°C., shall have an air conditioning system, sized as required to reduce the heat rise to 40°C. or less,without violating the NEMA rating of the enclosure. d. The air conditioner shall have the following features: 1) Use CFC-free R134a refrigerant. 2) Have fully gasketed flanges on all four mounting edges for a watertight seal that maintains NEMA 4X rating of the panel. 3) Thermostatic low temperature control to provide energy efficient operation and prevents over-cooling. CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-9 Electrical Control Panels(OEMs) Page 9 of 16 4) EMI/RFI suppressor to minimize transient spikes during compressor on/off cycling. 5) Separated blower-driven evaporator and condenser air systems for closed loop cooling. 6) UL listed. 7) Stainless steel enclosure. 8) Internal corrosion resistant coating. 9) Low ambient kit. 10) Short cycle protector. 11) The air conditioning unit shall be Hoffman, Thermo Electric or approved equal. 4. Enclosure Fans a. Fans shall be furnished for soft start starters and VFDs, as required by the manufacturer, to provide air circulation and cooling. Fans shall be controlled by a temperature switch. The fan shall operate only when the drive is"ON"and for a cool- down period after the drive has stopped Otherwise the fan shall not run when the drive is"OFF". Louvers, if provided, shall have externally removable filters. The filter shall be metallic and washable. b. Fan motors shall be protected by an input circuit breaker. Metal squirrel cage bail bearing, three phase fan motors with 10-year design life shall be used in the drive design. Plastic muffin fans are not acceptable. Fan power shall be obtained from a tap on the main control power transformer. c. A"loss of cooling"fault shall be furnished. In the event of clogged filters or fan failure, the drive shall produce an alarm and then, in a predetermined time, be shut down safely without electronic component failure by the temperature switch. d. Redundant fans shall be provided in the drive design as backup in the event of fan failure. D. Internal Wiring 1,. Power and control wiring shall be tinned stranded copper, minimum size No. 14 AWG, with 600.Volt, 90-degree C, flame retardant, Type MTW thermoplastic insulation. Line side power wiring shall be sized for the full rating or frame size of the connected device, and as shown on the Drawings. 2. Analog signal wires shall be 600 Volt Class, insulated stranded tinned copper,twisted shielded#16 AWG pair. 3. All interconnecting wires between panel mounted equipment and external equipment shall be terminated at numbered terminal blocks. Field wiring shall not be terminated directly on any panel-mounted device. 4. All wiring shall be tagged and coded with an identification number as shown on the Drawings. Coding shall be typed on a heat shrinkable tube applied to each end showing origination and destination of each wire. The marking shall be permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE, or equal. 5. All wiring shall be enclosed in PVC wire trough with slotted side openings and removable cover. Plan wire routing such that no low twisted shielded pair cable conducting analog 4-20 mA signals or low voltage analog signals are routed in the same wire trough as conductors carrying discrete signals or power. 6. All control panel wiring shall use the following color code. a. Black:AC power at line voltage b. Red:switched AC power c. Orange: May be energized while the main disconnect is in the off position d. White: AC neutral e. Orange/white stripe or white/orange stripe:separate derived neutral f. Red/white stripe or white/red stripe: switched neutral g. Green or green w/yellow tracer:ground/earth ground h. Blue: Ungrounded DC power CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL.CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-10 Electrical Control Panels(OEMs) Page 10 of 16 i. Blue/white stripe or whiteiblue stripe: DC grounded common j. Brown:480V AC 3 phase- phase A k. Orange: 480V AC 3 phase -phase B 1. Yellow: 480V AC 3 Phase -phase C m. Purple:common for analog signal wiring n. Brown: positive leg of an analog signal E. Field Installed Internal Wiring i. Field installed interior wiring shall be neatly grouped by circuit and bound by plastic tie wraps. Circuit groups shall be supported so that circuit terminations are not stressed. In addition, low signal wiring (millivolt and milliamp) shall be bundle separately from the rest of the control wiring. 2. All field wiring shall be tagged and coded with an identification number. Coding shall be typed on a heat shrinkable tube applied to each end of the wire. The marking shall be a permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE, or equal 3. In general, all conduit entering or leaving equipment shall be stubbed up into the bottom of the enclosure directly below the area in which the conductors are to be terminated, or from the top if shown on the Drawings. Conduits shall not enter the side unless approved in writing by the Owner/Engineer. F. Terminal Blocks 1. Terminal blocks shall be DIN-rail-mounted one-piece molded plastic blocks with tubular-clamp-screw type and end barriers. Terminal blocks shall be rated for 600 volts except for control and instrumentation circuits, or 4-20 mA analog signal conductors. 2. Provide 600 volt rated terminal blocks for any conductor carrying any voltage over 120 volts to ground. 3. Provide 600 volt rated strap screw terminal blocks for any power conductors carrying over 20 amps, at any voltage. Terminals-shall be double sided and supplied with removable covers to'prevent accidental contact with live circuits. 4. Power conductors carrying over 20 amps, at any voltage shall be terminated to strap- screw type terminal blocks with crimp type, pre-insulated, ring-tongue lugs. Lugs shall be of the appropriate size for the terminal block screws and for the number and size of the wires terminated. Do not terminate more than one conductor in any lug, and do not land more than two conductors under any strap-screw terminal point. 5. Terminals shall have permanent, legible identification, clearly visible with the protective cover removed. Each terminal block shall have 20 percent spare terminals, but not less than two spare terminals. 6. Use the manufacturer's provided bridge connectors to interconnect terminal blocks terminating common or ground conductors. 7. Twisted shielded pair or triad cables shall have each individual conductor and shield drain wire landed on individual terminal blocks. Use the manufacturer's provided bridge connectors to interconnect terminal blocks terminating the shield drain wire conductors. 8. Control circuits, 120 volts and below, and 4-20 mA analog signal conductors shall be terminated with manufacturer's recommended insulated connectors. 9. Provide an AC ground bar bonded to the panel enclosure(if metal) with 20 percent spare terminals. 10. Provided ground terminal blocks for each twisted-shielded pair drain wire. 2.04 SERVICE ENTRANCE DEVICE A. Where the Control Panel is rated and used as a service entrance panel, the manufacturer shall furnish factory installed in the Control Panel, a dedicated (SPD) (Type 2), permanently CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-11 Electrical Control Panels(OEMs) Page 11 of 16 connected, Surge Protective Device on the load side of the service entrance panel, as specified in Section 16196 Low Voltage AC Surge Protective Devices (SPDs). 2.05 MAIN CIRCUIT PROTECTIVE DEVICE A. Unless otherwise shown on the Drawings,the main circuit protective device shall be a molded case (MCCB), 3 Pole, 600 Volt, fixed type, manually operated with stored energy closing mechanism. Trip device shall be solid state with adjustable long time pickup, and delay; adjustable short time pickup and delay;short time i2t switch; adjustable ground fault pickup and delay, and ground fault delay and pickup trips for selective tripping. B. Provide a flange mounted main power disconnect operating handle with mechanical interlock having a bypass that will allow the panel door to open only when the switch is in the OFF position. Where panels are shown or specified with inner and outer doors,disconnecting handles and controls shall be located on the inner door. 2.06 MOTOR CONTROLLERS A. Manufacturers 1. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: a. General Electric Company b. Allen Bradley c. Square D d. Eaton 2. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. General •1. The Drawings indicate the approximate horsepower and intended control scheme of the motor driven equipment. Provide the NEMA size starter, circuit breaker trip ratings, control power transformers and thermal overload heater element ratings matched to the motors and control equipment actually supplied, in compliance with the NEC and the manufacturer's heater selection tables. All variations necessary to accommodate the motors and controls as actually furnished shall be made without extra cost to the Owner. 2. Furnish lugs for incoming wiring, sizes as shown on the Drawings. Allow adequate clearance for bending and terminating of cable size and type specified. 3. A NEMA rated magnetic motor starter shall be furnished for each motor. Each motor starter shall be provided with a motor circuit protector, or circuit breaker,and equipped to provide under voltage release and overload protection on all three phases. The short circuit protective device shall have an adjustable magnetic trip range up to 1400 percent of rated continuous current and a trip test feature. MCPs shall be labeled in accordance with UL489. NEMA starter sizes and breaker trip ratings shall be as required for the horsepower indicated, but shall be in no case less than NEMA Size 1. if the manufacturer of the equipment utilizing the motor,supplies a motor horsepower larger than that shown on the Drawings,the Contractor shall supply a motor starter sufficient in size to control the motor supplied. 4. A mechanical disconnect mechanism,with bypass, shall be installed on each motor circuit protector, capable of being locked in the"OFF'position to provide a means of disconnecting power to each motor. Disconnects mechanisms shall be located inside the enclosure such that the main circuit breaker handle is the only device interlocked with the panel door. 5. Each motor starter shall have a 120 volt operating coil unless otherwise noted. CITY OF FORT WORTH Crowley Relief Intercepter M-325A ELECTRICAL CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-12 Electrical Control Panels(OEMs) Page 12 of 16 6. Overload relays shall be standard Class 20, ambient compensated, manually reset by pushbutton located on front of the starter door. A normally closed contact shall be directly used in the start circuit and a normally open contact shall be wire to a terminal board for overload alarm. 7. All interfaces between control panel and remote devices shall be isolated via an interposing relay. Interposing relays shall have contacts rated for 250 VAC and 10 Amps continuous. Relays shall be Control Relays as specified herein. C. Magnetic Motor Starters 1. Motor starters shall be 2 or 3 poles, single or 3 phase as required, 60 Hertz, 600 volt, magnetically operated, full voltage non-reversing. NEMA sizes shall be as required for the horsepower shown on the Drawings. 2. Each motor starter shall have a 120 volt operating coil, and control power transformer. Starters shall have motor overload protection in each phase. Auxiliary contacts shall be provided as shown on the Drawings. A minimum of one N.O. and one N.C. auxiliary contacts shall be provided in addition to the contacts required. 3. Overload relays shall be adjustable, ambient compensated and manually reset. 4. Built in control stations and indicating lights shall be furnished where shown on the Drawings. 5. All wires shall be terminated on terminal blocks and shall be tagged. 6. Provide as built wiring diagram and post it in a protective cover inside the cell. D. Contactors 1. Contactors shall be a circuit breaker and contactor, 600 Volt, 3 Pole, 60 Hz, magnetically operated. NEMA size shall be as required for the kilowatt ratings required for the equipment provided, but shall be not less than NEMA size 1. 2. Contactors shall have a 120 Volt operating coil and control power transformer. Furnish the control power transformer with extra capacity for the unit heater fan. 3. Combination Contactors used for lighting control shall be as specified herein, magnetically operated,with the number of channels and poles as shown on the Drawings. Each contactor shall be controlled by an Astronomic Time Clock Tyco Model TC-100 or approved equal, 3000VA photo control Precision Controls Model T-368-AL or approved equal, or a combination of both clock and photo control, all as shown on the Drawings. The photocell shall be separately located as shown on the Drawings. The photocell enclosure shall be as required by the area classification. E. Control Relays 1. Control relays shall be 300-volt, industrial rated, plug-in socket type, housed in a transparent polycarbonate dust cover,designed in accordance with UL Standard 508 for motor controller duty. Continuous contact rating shall be 10 amperes resistive, 1/4 HP at 120 VAC, operating temperature minus 10 to plus 55 degrees C. Provide spare N.O. & N.C.contacts. Relays shall be Potter& Brumfield KRP Series or equal with neon coil indicator light. Timing relays shall be 300 Volt, solid state type, with rotary switch to select the timing range. F. Elapsed Time Meter 1. A six digit, non-resettable elapsed time meter shall be installed on the face of each motor starter. Meter shall be as specified in Section 26 27 13. 2.07 SPARE PARTS A. Provide the following spare parts for each control panel in the quantities specified: 1. One box- replacement fuses, all types and sizes used CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-13 Electrical Control Panels(OEMs) Page 13 of 16 2. One replacement lamp, of each color, for pilot lights 3. One of each color replacement lens caps for pilot lights 4. One starter coil for each NEMA size furnished 5. One,3-pole set of replacement overload heaters of each size range used 6. One, 3-pole set of starter contacts of each [NEMA] size used. 7. One can of aerosol touch-up paint. B. Spare parts shall be boxed or packaged for long term storage. Identify each item with manufacturer's name,description and part number on the exterior of the package. 2.08 FACTORY TESTING A. The entire control panel shall be completely assembled, wired, and adjusted at the factory and shall be given the manufacturer's routine shop tests and any other additional operational test to insure the workability and reliable operation of the equipment. B. Factory test equipment and test methods shall conform with the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards. C. The operational test shall include the proper connection of supply and control voltage and, as far as practical, a mockup of simulated control signals and control devices shall be fed into the boards to check for proper operation. D. Factory test equipment and test methods shall conform to the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the Owner/Engineer's approval. 3.00 EXECUTION 3.01 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing this type of equipment with minimum 5 years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 3.02 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Housekeeping pads shall be included for the floor mounted motor controllers as detailed on the Drawings with the exception of motor controllers which are to be installed adjacent to an existing unit. Housekeeping pads for these (if used) should match the existing installation. C. Check concrete pads and baseplates for uniformity and level surface. D. Verify that the equipment is ready to install. E. Verify field measurements are as instructed by manufacturer. 3.03 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. Conduit hubs for use on raceway system pull and junction boxes shall be watertight, threaded aluminum, insulated throat, stainless steel grounding screw, as manufactured by T&B H150GRA Series, or equal. C. Conduits entering a control Panel or box containing electrical equipment, shall not enter the enclosure through the top. D. Install required safety labels. CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-14 Electrical Control Panels(OEMs) Page 14 of 16 3.04 RACEWAY SEALING A. Where raceways enter junction boxes or control panels containing electrical or instrumentation equipment, all entrances shall be sealed with 3M 1000NS Watertight Sealant, or approved equal. B. This requirement shall be strictly adhered to for all raceways in the conduit system. 3.05 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. C. Provide one set of as-built panel drawings laminated, in each panel pocket. 3.06 FIELD ADJUSTING A. Adjust all circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. B. The Power Monitoring and Protective Relays shall be set in the field by a qualified representative of the manufacturer, retained by the Contractor, in accordance with settings designated in a coordinated study of the system as required in Section 26 05 73 Power System Study. All such settings, including the application of arc flash labels, shall have been made and Approved by the Owner/Engineer, prior to energizing of the equipment. 3.07 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer. Disconnect all connections to solid-state equipment prior to testing. B. Megger and record phase to phase and phase to ground insulation resistance. Meg_ger,for 1 minute, at minimum voltage of 1000 VDC. Measured Insulation resistance shall be at least 100 megaohms. In no case shall the manufacturer's maximum test voltages be exceeded. C. Test each key interlock system for proper functioning. D. Test all control logic before energizing the motor or equipment. 3.08 CLEANING A. Remove all rubbish and debris from inside and around the motor controllers. Remove dirt, dust, or concrete spatter from the interior and exterior of the equipment using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. 3.09 EQUIPMENT PROTECTION AND RESTORATION A. Touch-up and restore damaged surfaces to factory finish, as approved by the manufacturer. If the damaged surface cannot be returned to factory specification, the surface shall be replaced. 3.10 MANUFACTURER'S CERTIFICATION A. A qualified factory-trained manufacturer's representative shall personally inspect the equipment at the jobsite and shall certify in writing that the equipment has been installed, adjusted, and tested, in accordance with the manufacturer's recommendations, including all settings designated in the Power System Study. B. The Contractor shall provide three (3)copies of the manufacturer's representative's certification. CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-15 Electrical Control Panels(OEMs) Page 15 of 16 3.11 TRAINING A. Provide manufacturer's services for training of plant personnel in operation and maintenance of the soft start starters furnished under this Section. B. The training for each type of equipment shall be for a period of not less than one (1) eight- hour day. C. The cost of training program to be conducted with Owner's personnel shall be included in the Contract Price.The training and instruction, insofar as practicable, shall be directly related to the system being supplied. D. Provide detailed O&M manuals to supplement the training course. The manuals shall include specific details of equipment supplied and operations specific to the project. E. The training session shall be conducted by a manufacturer's qualified representative. Training program shall include instructions on the assembly, motor starters, protective devices, metering, and other major components. F. The Owner reserves the right to videotape the training sessions for the Owner's use. END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 29 87-16 Electrical Control Panels(OEMs) Page 16 of 16 CITY OF FORT WORTH Crowley Relief Interceptor M-325A ELECTRICAL CONTROL PANELS(OEMs) For Village Creek Basin Revised September 17,2018 City Project No. 100276 26 43 13-1 Low Voltage AC Surge Protective Devices(SPDs) Page 1 of 6 26 43 13 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) 1.00 GENERAL 1.01 SCOPE OF WORK A. This Section of the Specifications describes the requirements for low voltage AC surge protective devices (SPDs 1 Kv and less),to be furnished under other Sections of the Specifications as listed in the Related Work paragraph of this Section. B. All equipment described herein shall be submitted, and factory installed, as an integral part of equipment specified elsewhere in these Specifications. 1.02 SUBMITTALS A. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned unreviewed. B. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data, functions, ratings, inputs,outputs, displays, etc., sufficient to confirm that the SPD provides every specified requirement. Any options or exceptions shall be clearly indicated,with the reason for such deviations. Acceptance of any deviation will be at the sole discretion of the Owner/Engineer. Shop drawings, not so checked and noted,will be returned unreviewed. C. The submittals shall include: 1. Dimensional drawing of each SPD type. 2. U!_ 1449 Third Edition Listing, Standard for Safety, Surge Protective Devices, documentation. Provide verification that the SPD complies with the required ANSI/Ut- 1449 3rd Edition listing by Underwriters Laboratories (UL) or other Nationally Recognized Testing Laboratory(NRTL). 3. UL 1283 Listing, Electromagnetic Interference Filters, documentation. 4. ANSI/IEEE C6241 and C6245, Category C3 (20kV-1.2150, 10kA-8/20ps waveform) clamping voltage test results. D. Operation and Maintenance Manuals. 1. Operation and Maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets c. Recommended renewal parts list d. Record Documents for the information required by the Submittals above. 1.03 REFERENCE CODES AND STANDARDS A. The equipment in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1. UL 1449 Third Edition—Surge Protective Devices 2. UL 1283 Electromagnetic Interference Filters 3. ANSI/IEEE C62.41.2-2002— IEEE Recommended Practice on Characterization of Surge Voltages in Low Voltage AC Power Circuits 4. ANSI/IEEE 062.45-2002—IEEE Recommended Practice on Surge Testing for Equipment Connected to Low-Voltage AC Power Circuits. 5. NEC Article 285 - Surge Protective Devices 6. NEMA/ISCI-- 109 Transient Overvoltage Withstand Test CITY OF FORT WORTH Crowley Relief Interceptor M-325A LOW VOLTAGE AC SURGE PROTECTIVE DEVICES(SPDs) For Village Creek Basin Revised Septembe 17,2018 City Project No. 100276 26 43 13-2 Low Voltage AC Surge Protective Devices(SPDs) Page 2 of 6 7. IEEE Std. 472/ANSI C37.90A Surge Withstand Capability Tests 8. IEC 255.4 Surge Withstand Capability Tests B. All SPDs and their installation shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. 1.04 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the SPD shall be the same as the manufacturer of the service entrance and distribution equipment in which the devices are installed and shipped. The protected electrical equipment, after installation of the SPD,shall be fully tested and certified to the following UL standards: 1. UL 67 - Panelboards. 2. UL 845 Motor Control Centers. 3. UL 891 Switchboards. 4. UL 1558- Low Voltage Switchgear. C. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 certified. 1.05 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 10 years from date of acceptance of the equipment containing the items specified in this Section.Within such period of warranty the Manufacturer shall promptly furnish all material and labor.necessary to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Manufacturer at no expense to the Owner. 2.00 PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable(Type 1 and Type 2): 1. General Electric Co. 2. Square D 3. Allen Bradley 4. Approved Equal B. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable (Type 3): 1. Edco SLAC Series 2. Phoenix Contact 3. Brick Wall Model PWOM20 4. Approved Equal 2.02 SERVICE ENTRANCE AND DISTRIBUTION EQUIPMENT CITY OF FORT WORTH Crowley Relief Interceptor M-325A LOW VOLTAGE AC SURGE PROTECTIVE DEVICES(SPDs) For Village Creek Basin Revised Septembe 17,2018 City Project No. 100276 26 43 13-3 Low Voltage AC Surge Protective Devices(SPDs) Page 3of6 A. General 1. All SPDs shall be internal to the equipment being protected. Externally housed SPDs will not be acceptable. 2. All SPDs shall be marked with a short-circuit current rating, and shall meet or exceed the available fault current at the connection point. 3. UL 1449 Usage Classifications. a. Type 1 -- Permanently connected SPDs intended for installation between the secondary of the service transformer and the line side of the service equipment overcurrent device, and intended to be installed without an external overcurrent protective device. b. Type 2— Permanently connected SPDs intended for installation on the load side of service equipment overcurrent device; including SPDs located at the branch panel. c. Type 3--Point of utilization SPDs, installed at a minimum conductor length of 10 meters(30 feet) from the electrical service panel to the point of utilization,for example cord connected, direct plug-in, receptacle type and SPDs installed at the utilization equipment being protected. The distance (10 meters) is exclusive of conductors provided with or used to attach SPDs. 4. Construction of Type 1 and Type 2. a. Fully Integrated Component Design:All of the SPD's components and diagnostics shall be contained within one discrete assembly. SPDs or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality will not be accepted. b. Overcurrent Protection:The unit shall contain thermally protected MOVs. The thermally protected MOVs shall have a thermal protection element packaged together with the MOV in order to achieve overcurrent protection of the MOV. The thermal protection element shall disconnect the MOV(s)from the system in a fail-safe manner should a condition occur that would cause them to enter a thermal runaway condition. c. Maintenance Free Design:The SPD shall be maintenance free and shall not require any user intervention throughout its life. SPDs containing items such as replaceable modules, replaceable fuses, or replaceable batteries are not acceptable. SPDs requiring any maintenance of any sort such as periodic tightening of connections are not acceptable. d. Balanced Suppression Platform:The surge current shall be equally distributed to all MOV components to ensure equal stressing and maximum performance.The surge suppression platform must provide equal impedance paths to each matched MOV. Designs incorporating replaceable SPD modules are not acceptable. e. Electrical Noise Filter: Each unit shall include a high-performance EMI/RFI noise rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test method. f. Internal Connections: No plug-in component modules or printed circuit boards shall be used as surge current conductors. All internal components shall be soldered, hardwired with connections utilizing low impedance conductors. g. Power and ground connections shall be prewired within the protected equipment. h. Local Monitoring:Visible indication of proper SPD connection and operation shall be provided.The indicator lights shall indicate which phase as well as which module is fully operable.The status of each SPD module shall be monitored on the front cover of the enclosure as well as on the module. A push-to-test button shall be provided to test each phase indicator. Push-to-test button shall activate a state change of dry contacts for testing purposes. i. Surge Counter:The SPD shall indicate user how many surges have occurred at the location. The surge counter shall trigger each time a surge event with a peak current magnitude of a minimum of 50±20A occurs. A reset pushbutton shall also be standard, allowing the surge counter to be zeroed.The reset button shall contain a CITY OF FORT WORTH Crowley Relief Interceptor M-325A LOW VOLTAGE AC SURGE PROTECTIVE DEVICES(SPDs) For Village Creek Basin Revised Septembe 17,2018 City Project No. 100276 26 43 13-4 Low Voltage AC Surge Protective Devices(SPDs) Page 4 of 6 mechanism to prevent accidental resetting of the counter via a single, short-duration button press. To prevent accidental resetting, the surge counter reset button shall be depressed for a minimum of 2 seconds in order to clear the surge count total. The ongoing surge count shall be stored in non-volatile memory or UPS backup. j. Remote Monitoring: For remote monitoring, the SPDs shall provide the same discrete and analog signal and control functions as specified for local monitoring and the surge counter, to a terminal strip for outgoing connection to a PLC as shown on the Drawings. The functions shall be converted as specified for interface to the monitored equipment. k. The voltage surge suppression system shall incorporate thermally protected metal- oxide varistors (MOVs) as the core surge suppression component for the service entrance and all other distribution levels. The system shall not utilize silicon avalanche diodes, selenium cells, air gaps, or other components that may crowbar the system voltage leading to system upset or create any environmental hazards. 1. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, Electromagnetic Interference Filters. m. Integrated surge protective devices (SPD)shall be Component Recognized in accordance with UL 1449 Third Edition, Section 37.3.2 and 37.4 at the standard's highest short circuit current rating (SCCR) of 200 kA, including intermediate level of fault current testing. n. SPD shall be tested with the ANSNEEE Category C High exposure waveform (20kV- 1.2/50ps, 10kA-8/20ps). o. SPD shall provide suppression for all modes of protection: L-N, L-G, and N-G in WYE systems (7 Mode). 5. Construction of Type 3. a. Fully Integrated Component Design:All of the SPD's components and diagnostics shall be contained within one discrete assembly. SPDs or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality will not be accepted. b. Maintenance Free Design: The SPD shall be maintenance free and shall not require any user intervention throughout its life. SPDs containing items such as replaceable modules, replaceable fuses, or replaceable batteries are not acceptable. SPDs requiring any maintenance of any sort such as periodic tightening of connections are not acceptable. c. Electrical Noise Filter: Each unit shall include a high-performance EMI/RFI noise rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test method. d. Internal Connections: No plug-in component modules or printed circuit boards shall be used as surge current conductors. All internal components shall be soldered, hardwired with connections utilizing low impedance conductors. e. Power and ground connections shall be prewired within the protected equipment. f. Local Monitoring: Visible indication of proper SPD connection and operation shall be provided.The indicator light shall indicate that the module is fully operable. The status of each SPD module shall be monitored on the front cover of the module. g. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, Electromagnetic Interference Filters. h. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform (20kV- 1.2/50ps, 10kA-8/20ps). B. Applications. 1. Service Entrance Rated Equipment (Type 1). a. This applies to switchgear, switchboards, panelboards, motor control centers, and other devices installed as service entrance equipment where the SPD is to be permanently connected between the secondary of the service transformer and the line side of the service equipment overcurrent device. CITY OF FORT WORTH Crowley Relief Interceptor M-325A LOW VOLTAGE AC SURGE PROTECTIVE DEVICES(SPDs) For Village Creek Basin Revised Septembe 17,2018 City Project No. 100276 26 43 13-5 Low Voltage AC Surge Protective Devices(SPDs) Page 5of6 b. Service entrance located SPDs shall be tested and demonstrate suitability for application within ANSI/IEEE 062.41 Category C environments. c. The SPD shall be of the same manufacturer as the equipment d. The SPD shall be factory installed inside the equipment, at the assembly point, by the original equipment manufacturer e. Locate the SPD on the load side of the main disconnect device, as close as possible to the phase conductors and the ground/neutral bars. f. The SPD shall be connected through a UL approved disconnecting means. The disconnect shall be located in immediate proximity to the SPD. Connection shall be made via bus,conductors, or other connections originating in the SPD and shall be kept as short as possible. g. The SPD shall be integral to the equipment as a factory standardized design. h. All monitoring and diagnostic features shall be visible from the front of the equipment. 2. Distribution Equipment Applications (Type 2). a. This applies to switchgear, switchboards, panelboards, motor control centers, and other non-service entrance equipment where the SPD is to be permanently connected on the load side of the equipment overcurrent device. b. The SPD shall be of the same manufacturer as the equipment. c. The SPD shall be included and mounted within the equipment by the manufacturer. d. The manufacturer shall size and provide the overcurrent and disconnecting means for the SPD. e. The SPD units shall be tested and demonstrate suitability for application within ANSI/IEEE 062.41 Category B environments. f. The SPD shall be located within the panelboard, unless otherwise shown on the Drawings. SPDs shall be installed immediately following the load side of the main breaker. SPDs installed in main lug only panelboards shall be installed immediately following the incoming main lugs. g. The SPD shall not limit the use of through-feed lugs, sub-feed.lugs, and sub-feed breaker options. h. All monitoring and diagnostic features shall be visible from.the front of the equipment. 3. Individual Control Panel and Related Equipment Protection (Type 3). a. Locate the SPD on the load side of the ground and neutral connections. b. The SPD shall be connected through a disconnect circuit breaker or fuse as shown on the drawings. The disconnect shall be located in immediate proximity to the SPD. Connection shall be made via bus, conductors, or other connections originating in the SPD and shall be kept as short as possible. c. All monitoring and diagnostic features shall be visible from the front of the equipment. 4. Mechanical Equipment Manufacturer's Provided Control Panels (MEMS) and Electrical Manufacturer's Provided Control Panels(OEMs)Applications (Type 1, Type 2, and Type 3). a. Where any such panel is installed as service entrance equipment, a Type 1 SPD shall be installed. 1) The same requirements for other service entrance equipment listed above apply to this application except for the requirement that the Type 1 SPD shall not be required to be of the same manufacturer as the panel. b. Where any such panel is installed as non-service entrance equipment, but within 50' of wire length of the incoming power line when that line is overhead. 1) The same requirements for other non-service entrance equipment listed above apply to this application except for the requirement that the Type 2 SPD shall not be required to be of the same manufacturer as the panel. 2) Where a Type 1 SPD is installed, a Type 2 SPD is not required on the same panel unless otherwise specifically shown on the drawings. c. Where any such panel includes a PLC, a Type 3 SPD shall be installed. CITY OF FORT WORTH Crowley Relief Interceptor M-325A LOW VOLTAGE AC SURGE PROTECTIVE DEVICES(SPDs) For Village Creek Basin Revised Septembe 17,2018 City Project No. 100276 26 43 13-6 Low Voltage AC Surge Protective Devices(SPDs) Page 6 of 6 1) The same requirements for other individual control panel and related equipment listed above apply to this application. 2) The SPD shall be integral to the MEM or OEM panel, as a factory standardized design. C. Ratings 1. Unit Operating Voltage: Refer to drawings for operating voltage and unit configuration. 2. SPD shall be designed to withstand a maximum continuous operating voltage (MCOV) of not less than 115%of nominal RMS voltage. 3. Minimum surge current rating shall be 240 kA per phase (120 kA per mode)for service entrance and 120 kA per phase (60 kA per mode)for distribution applications. 4. UL 1449 clamping voltage must not exceed the following: Voltage Protection Rating (VPR) Voltage LoN LL=G NvG 2401120 1200/800V 800V 800V 208Y/120 800V 800V 800V 480Y.277 1200V 1200V 1200V 600Y/347 1500V 1500V 1500V 5. Pulse life test:Capable of protecting against and surviving 5000 ANSI/IEEE Category C High transients without failure or degradation of clamping voltage by more than 10%. 6. Minimum UL 1449 3rd edition withstand Nominal Discharge Current (In) rating to be 20kA per mode 2.03 ACCESSORIES A. Furnish nameplates for each device as indicated on drawings. Color schemes shall be as indicated on Drawings. 3.00 EXECUTION 3.01 INSTALLATION A. All equipment specified herein shall be factory installed,field adjusted,tested and cleaned as an integral part of equipment specified elsewhere in the individual equipment Specification. B. Types 1 and 2 shall be grounded and bonded as a part of the individual equipment as specified in the individual equipment Section. Type 3 shall be grounded and bonded in accordance with the SPD manufacturer's instructions. END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325A LOW VOLTAGE AC SURGE PROTECTIVE DEVICES(SPDs) For Village Creek Basin Revised Septembe 17,2018 City Project No. 100276 31 1000-1 SITE CLEARING Page I of 5 SECTION 3110 00 SITE CLEARING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Preparation of right-of-way and other designated areas for construction operations by removing and disposing of all obstructions including clearing and grubbing and trees,when removal of such obstructions is not specifically shown on the Drawings to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance governs all tree removals. B. Deviations from this City of Fort Worth Standard Specification 1. 1.2.A.I.a.-Measurement and Payment 2. 1.2.A.1.a.1.-The work performed and the materials furnished in accordance with this Item is considered subsidiary to the various items bid.No separate payment will be allowed for this Item. 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 02 41 13—Selective Site Demolition 4. Section 02 41 14—Utility Removal/Abandonment 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Site Clearing a. Measurement and Payment 1) The work performed and the materials furnished in accordance with this Item is considered subsidiary to the various items bid.No separate payment will be allowed for this Item. 2. Tree Removal(typically included in"Site Clearing",but should be used if"Site Clearing"is not a bid item) a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each"Tree Removal"for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Grading and backfilling of holes 4) Excavation 5) Fertilization CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 311000-2 SITE CLEARING Page 2 of 5 6) Clean-up 3. Tree Removal and Transplantation a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each"Tree Transplant"for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Moving tree with track mounted tree spade 4) Grading and backfilling of holes 5) Replanting tree at temporary location(determined by Contractor) 6) Maintaining tree until Work is completed 7) Replanting tree into original or designated location 8) Excavation 9) Fertilization 10) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINSTRATIVE REQUIREMENTS A. Permits 1. Contractor shall obtain Tree.Removal Permits and Urban Forestry Permits as required by the City's Tree'Ordinance. (www.FortWorthTexas.gov) B. Preinstallatioil Meetings 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, City Inspector, and the Project Manager for the purpose of reviewing the Contractor's tree removal plan. Clearly mark all trees to remain on the project site prior to the meeting. 2. The Contractor will provide the City with a Disposal Letter in accordance to Division 01. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 31 1000-3 SITE CLEARING Page 3 of 5 PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. All trees identified to be protected and/or preserved should be clearly flagged with survey tape. B. Following taping and prior to any removals or site clearing,the Contractor shall meet with the City,the Engineer and the Landowner,if necessary,to confirm trees to be saved. 3.4 INSTALLATION A. Protection of Trees 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details,protected trees shall be fenced by placing 6-foot tall metal T-pasts in a square around the tree trunk with the corners located on the canopy drip line,unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line,the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. Do not park equipment, service equipment,store materials, or disturb the root area under the branches of trees designated for preservation. 5. When shown on the Drawings,treat cuts on trees with an approved tree wound dressing within 20 minutes of making a pruning cut or otherwise causing damage to the tree. 6. Trees and brush shall be mulched on-site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping 2. The testing,removal,and disposal of hazardous materials will be in accordance with Division 1. C. Site Clearing CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 311000-4 SITE CLEARING Page 4 of 5 1. Clear areas shown on the Drawings of all obstructions,except those landscape features that are to be preserved. Such obstructions include,but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor slabs d. Concrete e. Brick f. Lumber g. Plaster h. Septic tank drain fields i. Abandoned utility pipes or conduits j. Equipment k. Trees 1. Fences m. Retaining walls n. Other items as specified on the Drawings 2. Remove vegetation and other landscape features not designated for preservation, whether above or below ground,including,but not limited to: a. Curb and gutter b. Driveways c. Paved parking areas d. Miscellaneous stone e. Sidewalks f. Drainage structures g. Manholes h. Inlets i. Abandonedrailroad tracks j. Scrap iron k. Other debris 3. Remove culverts, storm sewers,manholes, and inlets in proper sequence to maintain traffic and drainage in accordance with Section 02 41 14. 4. In areas receiving embankment,remove obstructions not designated for preservation to 2 feet below natural ground. 5. In areas to be excavated,remove obstructions to 2 feet below the excavation level. 6. In all other areas,remove obstructions to 1 foot below natural ground. 7. When allowed by the Drawings or directed by the Engineer,cut trees and stumps off to ground level. a. Removal of existing structures shall be as per Section 02 41 13. D. Disposal 1. Dispose of all trees within 24 hours of removal. 2. All materials and debris removed becomes the property of the Contractor,unless otherwise stated on the Drawings. 3. The Contractor will dispose of material and debris off-site in accordance with local, state, and federal laws and regulations. 3.5 REPAIR[NOT USED] 3.6 RE-INSTALLATION [NOT USED] CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 31 1000-5 SITE CLEARING Page 5 of 5 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.A Permits: Removed ordinance number and added City's website address CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 330510-1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page I of 24 SECTION 33 0510 UTILITY TRENCH EXCAVATION,EMBEDMENT AND BACKFILL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavation,Embedment and Backfill for: a. Pressure Applications 1) Water Distribution or Transmission Main 2) Wastewater Force Main 3) Reclaimed Water Main b. Gravity Applications 1) Wastewater Gravity Mains 2) Storm Sewer Pipe and Culverts 3) Storm Sewer Precast Box and Culverts 2. Including: a. Excavation of all material encountered,including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment f. Concrete encasement for utility lines g. Backfill h. Compaction B. Deviations from this City of Fort Worth Standard Specification 1. 1.2.A.4.a.1-This item is considered subsidiary to the installation of the utility pipe line. 2. 1.2.A.4.b.1 -The work performed and the materials furnished in accordance with this item are considered subsidiary to the installation of the utility pipe, no other compensation will be allowed,including: 3. 3.4.C.2.e Control of ground water shall be considered subsidiary to the excavation. 4. 3.4.C.2.f Ground Water Control Plan installation,operation and maintenance 5. 3.4.C.2.g Water Disposal 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 02 4113 Selective Site Demolition 4. Section 02 41 15—Paving Removal 5. Section 02 41 14—Utility Removal/Abandonment 6. Section 03 30 00—Cast-in-place Concrete 7. Section 03 34 13--Controlled Low Strength Material(CLSM) CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No.100276 330510-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 20 8. Section 31 10 00—Site Clearing 9. Section 3125 00—Erosion and Sediment Control 10. Section 33 05 26—Utility Markers/Locators 11. Section 34 71 13—Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Trench Excavation,Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans.No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings.The work performed and materials furnished in accordance with pre-bid item and measured as provided.under"Measurement"will be paid for at the unit price bid per cubic yard of"Imported Embedment/Backfill"delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per cubic yard of"Concrete Encasement for Utility Lines"per plan quantity. c. The price bid shall include: 1) burnishing,hauling,placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4. Ground Water Control a. Measurement 1) This item is considered subsidiary to the installation of the utility pipe line. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No.100276 330510-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of 20 b. Payment 1) The work performed and the materials furnished in accordance with this item are considered subsidiary to the installation of the utility pipe, no other compensation will be allowed,including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards(29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards(29 CFR Part 1926.650 Subpart P),including,but not limited to,all submittals,labor and equipment. 1.3 REFERENCES A. Definitions 1. General—Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653,unless otherwise noted. 2. Definitions for trench width,backfill,embedment,initial backfill,pipe zone, haunching bedding, springline,pipe zone and foundation are defined as shown in the following schematic: CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2416 City Project No. 100276 330510-4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 20 .'1 U Alic 0 A14-1 co •NITI141. — -- 3 u- PAI KA INC, OWADVRON 'r I i flu 4;LM AIN LE 3. Deleterious materials—Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth—Distance from the surface to the bottom of the bedding or the trench foundation S. Final Backfill Depth a. Unpaved Areas—The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas—The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. CITY OF FORT WORTH Crawley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No.100276 330510-5 U'T'ILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 20 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- Cement Mixture g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts(12,400 ft-lb/ft3 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. i. ASTM 2487— 10 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications k. ASTM D2922—Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods(Shallow Depth) 1. ASTM 3017- Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods(Shallow Depth) m. ASTM D4254-Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 3. OSHA a. Occupational Safety and Health Administration CFR 29,Part 1926-Safety Regulations for Construction, Subpart P-Excavations 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weekends and holidays,before starting excavation. b. Request the location of buried lines and cables in the vicinity of the proposed work. B. Sequencing 1. Sequence work for each section of the pipe installed to complete the embedment and backfill placement on the day the pipe foundation is complete. 2. Sequence work such that proctors are complete in accordance with ASTM D698 prior to commencement of construction activities. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Shop Drawings 1. Provide detailed drawings and explanation for ground water and surface water control,if required. 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29,Part 1926-Safety Regulations for Construction, Subpart P- Excavations 3. Stockpiled excavation and/or backfill material CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No.100276 330510-6 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 6 of 20 a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right-of-way of the easement. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage 1. Within Existing Rights-of-Way(ROW) a. Spoil,imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements,unless specifically disallowed in the Contract Documents. b. Do not block drainage ways,inlets or driveways. c. Provide erosion control in accordance with Section 3125 00. d. Store materials only in areas barricaded as provided in the traffic control plans. e. In non-paved areas,do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils,embedment or backfill materials within the ROW, easement or temporary construction easement,then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31-25 00. d. Do not block drainage ways. e. Only materials used for i working day will be allowed to be stored in the work zone. B. Deliveries and haul-off-Coordinate all deliveries and haul-off. t.11 FIELD [SITE] CONDITIONS A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No.100276 330510-7 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 7 of 20 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED [o>R] OWNER-SUPPLIED PRODUCTS 2.2 MATERIALS A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: sand material consisting of durable particles,free of thin or elongated pieces,lumps of clay,loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfilI,and graded with following limits when tested in accordance with ASTM C 136. Sieve Size Percent Retained 0 '/a" 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C 13 1 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. Ballast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C131 or C535 CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No.100276 330510-8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 8 of 20 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In-situ or imported soils classified as CL,CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials,boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In-situ soils classified as SP, SM,GP or GM in accordance with ASTM D2487 b. Blended with in-situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials,boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve 7. Unacceptable Backfill Material a. In-situ soils classified as ML,MH,PT,OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand(CSS) a. Sand 1) Shall be clean,durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP,or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps,ASTM C142, less than 0.5 percent (2) Lightweight pieces,ASTM C123,less than 5.0 percent (3) Organic impurities,ASTM C40,color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type I/II portland cement c. Water 1) Potable water,free of soils,acids, alkalis,organic matter or other deleterious substances,meeting requirements of ASTM C94 d. Mix in a stationary pug mill,weigh-batch or continuous mixing plant. e. Strength 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM D1633,Method A 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM D 1633,Method A 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed by the Contractor for no additional compensation. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No.100276 330510-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 20 f. Random samples of delivered product will be taken in the field at point of delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM D 1632. 10. Controlled Low Strength Material(CLSM) a. Conform to Section 03 34 13 11. Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch,nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) W Resistant 6) Mirafi 140N by Tencate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High-tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to 10 percent 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate,or approved equal 12. Concrete Encasement a- Conform to Section 03 30 00. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Review all known, identified or marked utilities,whether public or private,prior to excavation. 2. Locate and protect all known,identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s)of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. C17Y OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No. 100276 3305 10-10 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 10 of 20 B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 3.3 PREPARATION A. Protection of In-Place Conditions 1. Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. 1) Where desired to move equipment not licensed for operation on public roads or across pavement,provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. 3. Trees a. When operating outside of existing ROW,stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00, d. Conduct excavation,embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. f. Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00. 4. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 41 13 5. Traffic a. Maintain existing traffic, except as modified by the traffic control plan,and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. 6. Traffic Signal—Poles,Mast Arms,Pull boxes,Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles,mast arms,pull boxes,traffic cabinets,conduit and detector loops. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No.100276 3305 l0-11 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 11 of 20 c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles,mast arms,pull boxes,traffic cabinets,conduit and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 3.4 INSTALLATION A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in-situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in-situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. S. Unless otherwise permitted by the Drawings or by the City,the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. 7. Unacceptable Backfill Materials a. In-situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification,then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. 8. Rock—No additional compensation will be paid for rock excavation or other changed field conditions. B. Shoring, Sheeting and Bracing I. Engage a Licensed Professional Engineer in the State of Texas to design a site specific excavation safety system in accordance with Federal and State requirements. 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings. 3. Furnish,put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No.100276 33 05 10-12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 20 4. If soil or water conditions are encountered that are not addressed by the current Excavation Safety Plan,engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and provide a revised submittal to the City. 5. Do not allow soil, or water containing soil,to migrate through the Excavation Safety System in sufficient quantities to adversely affect the suitability of the Excavation Protection System.Movable bracing, shoring plates or trench boxes used to support the sides of the trench excavation shall not: a. Disturb the embedment located in the pipe zone or lower b. Alter the pipe's line and grade after the Excavation Protection System is removed c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching C. Water Control 1. Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over concrete until it has sufficiently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) If in the sole judgment of the City,ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. e. Control of ground water shall be considered subsidiary to the excavation. E Ground Water Control Pian installation,operation and maintenance 1) Furnish all materials and equipment necessary to implement,operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete,remove all ground water control equipment not called to be incorporated into the work. g. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No, 100276 33 05 10-13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 20 D. Embedment and Pipe Placement 1. Water Lines less than, or equal to, 12 inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. If ground water is in sufficient quantity to cause sand to pump,then use crushed rock as embedment. 1) If crushed rock is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre-bid unit price. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm,uniform bedding. f. Place pipe on the bedding in accordance with the alignment of the Drawings. g. In no case shall the top of the pipe be less than 42 inches from the surface of the proposed grade,unless specifically called for in the Drawings. h. Place embedment,including initial backfill,to a minimum of 6 inches,but not more than 12 inches, above the pipe. i. Where gate valves are present,the initial backfill shall extend to 6 inches above the elevation of the valve nut. j. Form all blocking against undisturbed trench wall to the dimensions in the Drawings. k. Compact embedment and initial backfill. 1. Place marker tape on top of the initial trench backfill in accordance with Section 33 05 26. 2. Water Lines 16-inches through 24-inches in diameter: a. The entire embedment zone shall be of uniform material. b. Utility sand may be used for embedment when the excavated trench depth is less than 15 feet deep. c. Crushed rock or fine crushed rock shall be used for embedment for excavated trench depths 15 feet, or greater. d. Crushed rock shall be used for embedment for steel pipe. e. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand f. Place evenly spread bedding material on a firm trench bottom. g. Provide firm,uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required not specifically identified in the Contract Documents,then crushed rack shall be paid by the pre-bid unit price. h, Place pipe on the bedding according to the alignment shown on the Drawings. i. The pipe line shall be within: 1) t3 inches of the elevation on the Drawings for 16-inch and 24-inch water lines j. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. k. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches,above the pipe. 1. Where gate valves are present,the initial backfill shall extend to up to the valve nut. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December I2,2016 City Project No.100276 330510-14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of 20 in. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. n. Density test may be performed by City to verify that the compaction of embedment meets requirements. o. Place trench geotextile fabric on top of the initial backfill. p. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 3. Water Lines 30-inches and greater in diameter a. The entire embedment zone shall be of uniform material.. b. Crushed rock shall be used for embedment. c. Provide trench geotextile fabric at any location where crushed rock or fine crushed rock come into contact with utility sand. d. Place evenly spread bedding material on a firm trench bottom. e. Provide firm,uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents,then crushed rock shall be paid by the pre-bid unit price. f. Place pipe on the bedding according to the alignment shown on the Drawings. g. The pipe line shall be within: 1) �1 inch of the elevation on the Drawings for 30-inch and larger water lines h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment,including initial backfill,to a minimum of 6 inches,but not more than 12 inches,above the pipe. k. Where gate valves are present,the initial backfill shall extend to up to the valve nut. 1. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. in. Density test may be performed by City to verify that the compaction of embedment meets requirements. n. Place trench geotextile fabric on top of the initial backfill. o. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 4. Sanitary Sewer Lines and Storm Sewer Lines(HDPE) a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm,uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents,then crushed rock shall be paid by the pre-bid unit price. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No.100276 33 05 10-15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of 20 f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within 10.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For sewer lines greater than 30 inches in diameter,the embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. 1. Density test may be performed by City to verify that the compaction of embedment meets requirements. in. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. 5. Storm Sewer(RCP) a. The bedding and the pipe zone up to the spring line shall be of uniform material. b. Crushed rock shall be used for embedment up to the spring line. c. The specified backfill material may be used above the spring line. d. Place evenly spread bedding material on a firm trench bottom. c. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. f. Provide firm,uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents,then crushed rock shall be paid by the pre-bid unit price. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe line shall be within 10.1 inches of the elevation, and be consistent with the grade,shown on the Drawings. i. Place embedment material up to the spring line. 1) Place embedment to ensure that adequate support is obtained in the haunch. j. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. k. Density test may be performed by City to verify that the compaction of embedment meets requirements. 1. Place trench geotextile fabric on top of pipe and crushed rock. 6. Storm Sewer Reinforced Concrete Box a. Crushed rock shall be used for bedding. b. The pipe zone and the initial backfill shall be: 1) Crushed rock,or 2) Acceptable backfill material compacted to 95 percent Standard Proctor density c. Place evenly spread compacted bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the storm sewer pipe line. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No.100276 330510-16 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 20 e. Provide firm,uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents,then crushed rock shall be paid by the pre-bid unit price. f. Fill the annular space between multiple boxes with crushed rock,CLSM according to 03 34 13. g. Place pipe on the bedding according to the alignment of the Drawings. h. The pipe shall be within 10.1 inches of the elevation,and be consistent with the grade,shown on the Drawings. i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM D698. 7. Water Services(Less than 2 Inches in Diameter) a. The entire embedment zone shall be of uniform material. b. Utility sand shall be generally used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Provide firm,uniform bedding. e. Place pipe on the bedding according to the alignment of the Plans. f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 8. Sanitary Sewer Services a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm,uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents,then crushed rock shall be paid by the pre-bid unit price. f Place pipe on the bedding according to the alignment of the Drawings. g. Place remaining embedment,including initial backfill,to a minimum of 6 inches,but not more than 12 inches,above the pipe. h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. i. Density test may be required to verify that the compaction meets the density requirements. E. Trench Backfill 1. At a minimum, place backfill in such a mariner that the required in-place density and moisture content is obtained,and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 2. Backfill Material a. Final backfill depth less than 15 feet 1) Backfill with: a) Acceptable backfill material CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No.100276 330510-17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 20 b) Blended backfill material,or c) Select backfill material,CSS,or CLSM when specifically required b. Final backfill depth 15 feet or greater:(under pavement or future pavement) 1) Backfill depth from 0 to 15 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material,or (3) Select backfill material,CSS, or CLSM when specifically required 2) Backfill depth from 15 feet and greater a) Backfill with: (1) Select Fill (2) CSS,or (3) CLSM when specifically required c. Final backfill depth 15 feet or greater: not under pavement or future pavement) 1) Backfill with: a) Acceptable backfill material,or b) Blended backfill material d. Backfill for service lines: 1) Backfill for water or sewer service lines shall be the same as the requirement of the main that the service is connected to. 3. Required Compaction and Density a. Final backfill(depths less than 15 feet) 1) Compact acceptable backfill material,blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within-2 to+5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill(depths 15 feet and greater/under existing or future pavement) 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within-2 to+5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. c. Final backfill(depths 15 feet and greater/not under existing or future pavement) 1) Compact acceptable backfill material blended backfill material,or select backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at moisture content within-2 to+5 percent of the optimum moisture. 4. Saturated Soils a. If in-situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content,the soils are considered saturated. b. Flooding the trench or water jetting is strictly prohibited. c. If saturated soils are identified in the Drawings or Geotechnical Report in the Appendix,Contractor shall proceed with Work following all backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. d. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix: 1) The Contractor shall: a) Immediately notify the City. b) Submit a Contract Claim for Extra Work associated with direction from City. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for village Creek Basin Revised December 12,2016 City Project No.100276 33 05 10-18 UTILITY TRENCH EXCAVATION,Elv1BFDMFNT,AND BACKFILL Page 18 of 20 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: (1) Imported backfill (2) A site specific backfill design 5. Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Flooding the trench or water setting is strictly prohibited. c. Place in loose lifts not to exceed 12 inches. d. Compact to specified densities. e. Compact only on top of initial backfill,undisturbed trench or previously compacted backfill. f. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. g. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26. 6. Backfill Means and Methods Demonstration a. Notify the City in writing with sufficient time for the City to obtain samples and perform standard proctor test in accordance with ASTM D698. b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and metl ods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill 3) Placement and moving trench box,if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No. 100276 33 05 10-19 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 20 3.5 REPAIR[NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths,the proctors shall be based on the mixture of diose soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place,move and-remove testing trench protection as necessary to facilitate all test conducted by the City. d. For final backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. e. For final backfill depths 15 feet and greater deep and under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. f Make the excavation available for testing. g. The City will determine the location of the test. h. The City testing Iab will provide results to Contractor and the City's Inspector upon completion of the testing. i. A formal report will be posted to the City's Buzzsaw site within 48 hours. j. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No.100276 330510-20 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 20 of 20 5) Dry density 6) Proctor identifier 7) Percent Proctor Density 3. Density of Embedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backfill material,cement modified backfill material or select material will follow the same testing procedure as backfill. b. The City may test fine crushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM 1556. B. Non-Conforming Work 1. All non-conforming work shall be removed and replaced. 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added Item for Concrete Encasement for Utility Lines Various Sections—Revised Depths to Include 15'and greater 12/20/2012 D.Johnson 3.3.A—Additional notes for pavement protection and positive drainage. 3.4.E.2—Added requirements for backfill of service lines. 3A.E.5—Added language prohibiting flooding of trench 1.2.A.3—Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 2.2.A—Added language for concrete encasement 12/12/16 Z.Arega 2.2.A.Ld Modify gradation for sand material CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS for Village Creek Basin Revised December 12,2016 City Project No.100276 330526-1 UTILITY MARURS/LOCATORS Page I of 5 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification 1. 1.2.A.l.a—Measurement for Buried Markers shall be lump sum. 2. 1.2.A.1.b—Measurement for Surface Markers shall be per each. 3. 1.2.A.2.a—The work performed and materials furnished in accordance with Buried Markers will be paid for at the lump sum price for"Utility Markers (Buried Markers)". 4. 1.2.A.2.b—The work performed and materials furnished in accordance with Surface Markers will be paid for at the unit price bid per each "Utility Marker (Surface Marker)". C. Related Specification Sections include,but are not necessarily limited to: 1. Division 4—Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for Buried Markers shall be lump sum. b. Measurement for Surface Markers shall be per each. 2. Payment a. The work performed and materials furnished in accordance with Buried Markers will be paid for at the lump sum price for"Utility Markers Buried Markers)". b. The work performed and materials furnished in accordance with Surface_ Markers will be paid for at the unit price bid-per each"Utility Marker (Surface Marker)". 3. The price bid shall include: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing,placement and compaction of backfill h. Clean-up CrrY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 330526-2 UTILITY MARKF.R&LOCATORS Page 2 of 5 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Public Works Association(AWPA): a. Uniform Color Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section Of 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O 160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials 1. Buried Markers(Detectable Warning Tape) a. Provide detectable warning tape as follows: CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 5 1) 5.0 mil overall thickness 2) Width—3 inch minimum 3) Weight—27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis,acids,chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub-off 7) Color and Legends a) Potable water lines (1) Color—Blue(in accordance with APWA Uniform Color Code) (2) Legend—Caution Potable Water Line Below(repeated every 24 inches) b) Reclaimed water lines (1) Color—Purple(in accordance with APWA Uniform Color Code) (2) Legend—Caution Reclaimed Water Line Below(repeated every 24 inches) c) Sewer Line (1) Color—Green(in accordance with APWA Uniform Color Code) (2) Legend--Caution Sewer Line Below(repeated every 24 inches) 2. Surface Markers a. Provide as follows: 1) 4-inch diameter,6-feet minimum length,polyethylene-posts,or equal 2) White posts with colored,ultraviolet resistant domes as follows: a) Water Lines (1) Color—Blue(in accordance with APWA Uniform Color Code) (2) Legend—Caution Potable Water Line Below b) Reclaimed water lines (1) Color—Purple(in accordance with APWA Uniform Color Code) (2) Legend—Caution Reclaimed Water Line Below c) Sewer lines (1) Color—Green(in accordance with APWA Uniform Color Code) (2) Legend—Caution Sewer Line Below 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXANUNATION [NOT USED] 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH Crawley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 330526-4 UTILITY MARKERS/LOCATORS Page 4 of 5 3.4 INSTALLATION A. Buried Markers(Detectable Warning Tape) 1. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. a. Allow 18 inches minimum between utility and marker. b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. B. Surface Markers 1. Bury a minimum of 2 feet deep,with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches(not including post cap). 3. Where possible,place surface markers near fixed objects. 4. Place Surface Markers at the following locations: a. Buried Features 1) Place directly above a buried feature. b. Above-Ground Features 1) Place a maximum of 2 feet away from an above-ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line(or end of casing pipe)for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings,or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: 1) In undeveloped areas,place marker maximum of 2 feet away from an above-ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20,2012 City Project No.100276 330526-5 UTILITY MARKERS/LOCATORS Page 5 of 5 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD[oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USEDI 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson Removed references to Utility Marker Balls throughout. 12/18/2017 B.Eustasio Clarified the measurement and payment for this item CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For village Creels Basin Revised December 20,2012 City Project No.100276 40 66 44-1 Instrumentation—General Provisions Page 1 of 16 40 66 44 INSTRUMENTATION—GENERAL PROVISIONS 1.00 GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish, install, configure, test, and place into operation, all telemetry equipment, electrical power, and remote communications hereinafter specified to perform the intended function, providing all necessary materials, equipment, labor and services. The work shall be performed for systems as described in Paragraph 1.02-System Description. B. Auxiliary and accessory devices necessary for system operation or performance, such as cables,transducers, relays, modules, and adapters, etc., used to interface existing or new equipment, shall be included whether specified or not. C. Unless indicated in this specification section, substitutions of equipment specified will not be acceptable. In order to ensure the interchangeability of parts, maintenance of quality, ease of interfacing between the various subsystems, and consistency in operation, strict compliance with this specification section shall be maintained. D. Equipment shall be fabricated, assembled, installed, and placed in proper operating condition in full conformity with Drawings, Specifications, Engineering data, instruction, and recommendations of the equipment manufacturer as approved by the Engineer/Owner. E. Metering station telemetry system enclosures and electrical power feed shall be provided as specified herein and shown on the Drawings. F. The Contractor shall provide services to procure, install, and configure cellular equipment included with this project. Prior to procuring cellular modems,the Contractor shall obtain from the manufacturer and provide the modems' ESN numbers to the Owner for activation. The Owner must activate the modems via a wireless carrier before the manufacturer can test and ship the units. G. In addition, using a cellular device on multiple CDMA and GSM networks, perform cellular carrier signal strength test at the metering station location to determine the best signal at the new data recorder. H. To ensure that all control systems and equipment are properly coordinated and will function in accordance with the intent of these Specifications, the Contractor shall retain ultimate responsibility under this Contract for control system and equipment coordination, installation, operation and guarantee. 1. The Contractor shall furnish and install all labor, equipment, materials,appurtenances, specialty items and services required for complete and operable control systems. The control equipment covered by the Contract Documents is intended to be new standard equipment of proven ability as manufactured by reputable concerns having extensive experience in the production of such equipment. The control equipment furnished shall be manufactured and installed in accordance with the best practice and methods, and shall operate satisfactorily when installed to meet the requirements of the Contract Documents. 1.02 SYSTEM DESCRIPTION A. The Owner's metering stations are used to measure wastewater flow into the collection system for the purpose of billing clients. Metering Station flow meter readings are transmitted via the telemetry equipment to the Metering Telemetry Server at the City of Ft Worth's Offices. B. The main components in the metering telemetry system include a multi-channel Telog recorder(Teloger) equipped with a cellular modem and antenna housed in the Traffic enclosure located at the metering station. The station flow meter transmitter shall be located CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMENTATION—GENERAL PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 40 66 44-2 Instrumentation--General Provisions Page 2of16 within the telemetry enclosure. The Contractor shall furnish and install all components, enclosures, instrumentation, and electrical power. C. The typical metering station telemetry panel shall be powered from a 120VAC source installed by the Contractor, and DC power will be fed to the flow elements through the associated flow transmitters. 1.03 RELATED WORK A. All work in the Instrumentation and Controls, and Electrical Divisions are related and thus applicable, when included in the Contract Documents. 1.04 SUBMITTALS A. Provide three hard copies and pdf electronic copies of each submittal. B. System Communication: 1. Survey Report: a. Submit documentation demonstrating the result of a survey of the cellular signal strength at the proposed metering sites. Tests shall be carried out using both GSM and CDMA cellular equipment. C. System Software: 1. Metering Telemetry Server: a. Submit a description of changes required to be made at the server to achieve the functionality specified herein. 2. HMI a. Submit a description and mock-ups of changes required to be made at the HMI at the plant to achieve the functionality specified herein. D. System Hardware: 1. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned un-reviewed. 2. Submit catalog data for all items supplied from this specification Section as applicable. Submittal shall include catalog data,functions, ratings, inputs, outputs, displays, etc., sufficient to confirm that the equipment provides every specified requirement. Any options or exceptions shall be clearly indicated. 3. Submit proposed hardware documentation, which shall contain: a. Site-specific installation drawings showing applicable mounting of the level/flow element and transmitter,Telog recorder,telemetry enclosure, interconnecting wires, and associated devices including power supplies, surge suppressors,fuses, terminal blocks, and backup batteries, etc. b. Equipment specification sheets fully describing the devices, their intended functions, and how they operate. Each specification sheet shall have appropriate cross references to a loop number or equipment identification tag. As a minimum the specification sheets shall include the following: 1) Dimensions. 2) Mounting or installation details. 3) Connection ports. 4) Electrical power requirements. 5) Materials of construction. 6) Environmental characteristics. 7) Performance characteristics. CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMENTATION—GENERAL PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 40 66 44-3 Instrumentation—General Provisions Page 3 of 16 c. All planning information, site preparation instructions, grounding and bonding procedures, cabling diagrams, plug identifications,safety precautions or guards, and equipment layouts in order to enable detailed site preparations for all equipment. E. Testing: 1. Submit a System Test Plan within sixty (60) days after Notice to Proceed. 2. Submit a detailed test procedure for each test activity defined in this specification. The test procedure shall be submitted at least thirty(30)days prior to the scheduled test. No test shall be performed less than seven (7) days after the test procedure has been approved. If necessary, the Contractor shall reschedule the test at no additional cost to the Owner, so that this requirement is met. 3. Submit test reports within fifteen (15)days, unless otherwise noted, after the completion of each scheduled test. The Owner shall reserve the right to delay or suspend further activities if an acceptable test report has not been provided in the required time period. F. Training: 1. Submit a Training Plan within ninety(90) days of the Notice to Proceed. 2. Submit a course outline for each training course at least ten (10) days prior to the scheduled start of the course. G. Operation and Maintenance Manuals: 1. Operation and Maintenance manuals shall include the following information: a. Manufacturer's contact address and telephone number for parts and service. b. Instruction books and/or leaflets. c. Recommended renewal parts list. d. Record Documents for the information required by the Submittals above. 1.05 REFERENCES A. ANSI/IEEE C37.90-1974—Surge Withstanding Capability Tests. B. National Electrical Safety Code (NESC) C. NEMA ICS& ISA D. Underwriters Laboratories(UL) E. UL 508, the Standard of Safety for Industrial Control Equipment F. UL 508A, the Standard of Safety for Industrial Control Panels G. All equipment shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. H. All equipment and installations shall conform to applicable Federal, State, and local codes. 1.06 QUALITY ASSURANCE A. The Contractor shall perforin the work under this Section through the use of a qualified System Supplier. The Contractor, or System Supplier, shall be a"system house" regularly engaged in the design and installation of instrumentation systems and their associated subsystems, as they apply to the municipal water and wastewater industry. For the purposes of this Section, a system house shall be interpreted to mean an organization that complies with all of the following criteria: 1. Employs a professional Control Systems Engineer or Electrical Engineer registered in the State of Texas,to supervise or perform the work required by this Section. CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMENTATION—GENERAL PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 40 66 44-4 Instrumentation—General Provisions Page 4 of 16 2. Assigns to perform the work under this Section, personnel who have successfully completed ISA or manufacturers'training courses on general process instrumentation, configuration, and implementation of the specific instrumentation and telemetry equipment specified for this project. 3. Has performed work of similar or greater complexity on at least five previous projects. 4. Has been actively engaged in the type of work specified in this Specification Section for a minimum of five years. B. The System Supplier shall maintain a permanent,fully staffed, and equipped service facility within 100 miles of the project site with full time employees capable of designing, fabricating, installing, calibrating, testing, and documenting the systems specified herein. At a minimum, the System Supplier shall be capable of telephone response to on-site problems within 4 hours of notification. Qualified repair personnel shall be available and capable of reaching the project site within 24 hours. C. The System Supplier shall be one of the following, or a pre-approved equal, as approved by the Engineer: 1. Prime Controls 1725 Lakepointe Drive Lewisville, TX 75057 972-221-4849 2. Richardson Logic Controls 8115 Hicks Hollow McKinney, TX 75701 Attn: Michael Cunningham 972-542-7375 3. 3.WHECO Controls 8501 Jacksboro Highway Fort Worth,TX. 76135 Attn: Kent Meyerhoeffer Phone: 817-244-6660 D. Only pre-approved firms shall be accepted. Being listed in this Specification Section does not relieve any potential System Supplier from meeting the qualifications specified in this Section; however, listed firms will not be required to submit a qualifications proposal. Firms interested in being listed as an equal to the above listed firms shall submit three copies of a qualifications proposal to the Owner no later than the first Pre-Bid Conference. 1.07 NOMENCLATURE AND IDENTIFICATION A. All devices shall be provided with permanent identification tags. The tag numbers shall agree with the System Supplier's equipment drawings and shall be as close as practical to the tag numbers used on the project drawings and devices schedules. All field-mounted transmitters and devices shall have stamped stainless steel identification tags. Panel, subpanel, and rack- mounted devices shall have laminated phenolic identification tags securely fastened to the device. Hand-lettered or taped labels will not be acceptable. 1.08 FINAL SYSTEM DOCUMENTATION A. Provide final panel layout drawings showing installed devices, interconnecting wires, and final placement of panels. B. Provide complete Operations and Maintenance (O&M) manuals for the Telog recorders, cellular modems, batteries, software programs, and all appurtenances. CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMENTATION—GENERAL PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 40 66 44-5 Instrumentation—General Provisions Page 5 of 16 C. In addition,provide electronic copies of all documentation in pdf format, word searchable and bookmarked. 1.09 MAINTENANCE A. Spare Parts: 1. All spare parts shall be packaged so as to prevent damage during long storage. All packages shall be legibly and properly identified with indelible markings on the exterior as to contents. 2. Provide complete ordering information including Manufacturer, part number, part name, and equipment for which the part if to be used. 3. Provide spares as detailed herein. B. Calibration and Maintenance Services: 1. The Contractor shall provide the services of factory—trained service technicians, beginning from Notice to Proceed and continuing for a 12-month duration beyond Final Acceptance,for the purpose of performing calibration and maintenance. Flowmeters and telemetry units installed under this work shall be inspected and calibrated to assure proper performance, and the Manufacturers' service recommendations shall be followed. The maintenance and calibration service interval (time between service activities) shall be three months. The cost to provide maintenance during this period including parts, labor, travel, and subsistence, shall be included in the Contract price. 2. The Contractor shall submit to the Owner a schedule for maintenance and calibration service. All maintenance and calibration activities shall be documented with service reports which shall identify the equipment being serviced, state the condition of the equipment,describe all work performed, and list materials used. The report shall also include the name of the technician performing the work and his signature. A copy of all service reports shall be delivered to the Owner on the day the work is performed. 1.10 WARRANTY A. Provide each Manufacturer's basic warranty on all parts and labor or a two-year warranty, whichever is greater. B. The Contractor shall provide a two-year service warranty on all installed systems. 2.00 PRODUCTS 2.01 TELEMETRY RECORDER A. General: 1. The metering telemetry recorder shall be by the same manufacturer as the existing recorders in use at majority of the Owner's converted metering sites and as specified herein. The telemetry equipment shall be mounted within a standard manufacturer enclosure. B. Recorder: 1. Manufacturer:Trimble Water Telog R 3308 Multi-Channel Recorder or equivalent 2. Features: a. Minimum channels—3 analogs and 5 pulse/event digital. b. 256K RAM. c. Alarm logging. d. 9-volt lithium battery pack with MTA connector e. 5-month battery life. f. Accepts 24VDC unregulated power supply. CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMENTATION—GENERAL PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 40 66 44-6 Instrumentation—General Provisions Page 6of16 g. FIFO Memory( First in First Out) 3. Functions: Provide data recorders that are capable of the following: a. Collecting, storing and communicating data from the remote metering sites to the Owner's host server. b. Accepting a variety of analog or discrete signals from sensors and instruments and communicating directly with digital meters via 4—20ma signals. c. Signal conditioning of inputs and computation of selectable statistics such as minimum, maximum, averages,totals, etc., at synchronized intervals. d. Sampling and storing of inputs in non-volatile memory. e. Error free communications with host computer/server, and initiating scheduled calls to report data and alarms. f. Supporting plug-in communication with cellular modems. g. Password protection for data access and changes to configuration. h. Recording logs of significant events such as computer communications, reprogramming events, alarm calls, and fault conditions, etc. 4. Provide the following options and accessories: a. Communications: 1) Local RS-485 port for onsite recorder programming or data collection via laptop or PDA. 2) M-WMICs Cellular data modem: a) Supporting 1 xRTT. b) Support Modbus protocol c) Configured for Verizon wireless. d) Accepts 12VDC power supply. 3) Cellular antenna:A-EMA antenna, 6-inch, 2 dBi. 4) Coaxial communication cable shall be RG-8X cable, 1-Male Type N connector, 1- Male type TNC connector. C. Spares 1. Provide one spare Telog Unit, including cables,cellular modem and antennas. 2.02 ELECTROMAGNATIC FLOW METER A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: 1. Siemens Sitrans Mag 510OW B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings,features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. General 1. Provide sufficient lengths of Manufacturer's specialty cables for installation of power and signal conductors as provided with each instrument. D. Type 1. Microprocessor based intelligent type. E. Function/Performance: 1. Output: 4-20 mA DC. Output shall be linear for pressure applications. 2. Accuracy: 0.5 percent of span (linear output). 3. Stability: Combined temperature effects shall be less than 0.2 percent of maximum span per 50 degrees F temperature change. Effect on accuracy, due to static pressure changes, shall be negligible. CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMENTATION—GENERAL PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 40 66 44-7 Instrumentation—General Provisions Page 7 of 16 4. RFI Protection: 0.1 percent error between 27 and 500 MH,Z at 30 v/m field intensity. 5. Drift: 0.10 percent per six months for 4-20 mA output. 6. Temperature rating: Suitable for process liquid temperature up to 70 degrees C and an ambient of 65 degrees C. 7. Pressure rating: 240 PSI if 150 Ib flanges are used; 700 PSI if 300 lb flanges are used. 8. Meter shall be capable of running empty indefinitely without damage to any component. F. Physical: 1. Metering Tube a. Carbon steel with 304 Stainless inner-shell unless otherwise indicated. b. Electrical Classification: Rating shall be FM approved for the location shown on the Drawings c. Tube Flanges: Match piping AWWA rating of the pipe. Minimum AWWA 150# Flange. d. Tube Liner: Hard Rubber. e. Tube Electrodes: ANSI 316 stainless steel or Hastelloy C, bullet nosed or elliptical self-cleaning type unless otherwise noted. f. Tube Housing: Meters in below grade, vaults, basements, etc., shall be designed for accidental submergence in 30 feet of water for 24 hours. Meters above grade shall be of splash proof/drip proof design unless otherwise noted. g. Painting: All external surfaces shall be painted with a chemical and corrosion resistant epoxy finish. 2. Transmitter a. Transmitter Enclosure: NEMA 4X. b. Electrical Classification: Rating shall be FM approved for the location shown on the Drawings G. Power Requirements 1. 24 vdc. H. Required Options/Accessories 1. Factory calibration. Each meter shall be factory calibrated, with a copy of the Report delivered with the device and in the O&M manual. 2. Grounding: Meter shall be bonded as shown in the drawings with rings. Provide 316 Stainless Steel ground rings,ground wires, and gaskets, etc. All materials shall be suitable for the liquid being measured. 3. Provide a hand held programmer for each transmitter,where full setup is not available from the instrument transmitter display directly. 2.03 TRANSIT TIME ULTRASONIC DUAL MODE FLOW TRANSMITTER A. Subject to compliance with the Contract Documents,the following Manufacturers are acceptable: 1. End ress Hauser Prosonic Flow 91 W. B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. C. General 1. Provide sufficient lengths of Manufacturer's specialty cables for installation of power and signal conductors as provided with each instrument. CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMENTATION—GENERAL PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 40 66 44-8 Instrumentation—General Provisions Page 8 of 16 D. Type 1. Electronic, microprocessor based intelligent type. 2. Dual Sensor meter both Transit Time and Doppler technology E. Function/Performance 1. Accuracy: Plus or minus 1.0 percent of flow from 1 FPS to full scale. This includes the flow transmitter/converter. 2. Operating Temperature Range: Plus 32 degrees F to 130 degrees F in unheated units. Minus 20 degrees F to 130 degrees F in heated units. Provide unheated units unless noted otherwise. 3. Output: Isolated 4-20 ma. 4. Calibration: Microprocessor is responsible for holding all constants, programmed through the front panel. Microprocessor shall perform all signal conversion and calculations digitally and then convert digital signal to current output. 5. Diagnostics: Transmitter to perform self flow system checks and display any non-normal operation. 6. Circuitry: Solid state microprocessor based. Battery memory backup shall be provided. 7. The transmitter circuitry shall be interchangeable between flow meters and shall allow for easy field range changes. 8. The transmitter shall include interference-rejecting circuitry to maintain a reliable signal in the presence of bubbles, solids and disturbances in the flowing stream. F. Physical 1. NEMA 4X enclosure with strap-on sensors. 2. Sensors shall be mounted diagonally across from each other without need of special windows or mounting bosses. Sensors shall sense through the pipe wall. Sensors shall be corrosion resistant and weatherproof. G. Power Requirements 1. 24vdc. H. Required Options/Accessories 1. Provide a local indicator with scale engraved in engineering units of flow. 2. Where indicated on the instrument device schedule, provide non-reset totalizers. 3. Provide all interconnecting cable, connectors and fittings between the transmitter/converter and the flow sensors. 4. Provide a hand held programmer for each transmitter,where full setup is not available for the instrument directly. 2.04 ENCLOSURES A. General: 1. Furnish and install a new enclosure to house: a. Solar charging equipment b. Batteries c. Telemetry Telog equipment d. Flow transmitters. e. Power supplies f. Miscellenous equipment. CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMENTATION—GENERAL PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 40 66 44-9 Instrumentation--General Provisions Page 9 of 16 2. All new panels and panel components provided shall match wherever possible, for ease of use and convenience to the Owner with respect to operation and maintenance, and spare parts inventory. 3. The enclosure dimensions and arrangement shown in the Contract Documents are for general reference and to establish minimum requirements. The Contractor shall size the panel and arrange the panel components to accommodate all required equipment for a fully integrated and operational system as specified herein and in the Contract Documents. In addition,overall organization and tidiness shall be considered during the placement and wiring of components within the panel. 4. Each panel shall bear the UL label. The UL label shall apply to the enclosure,the specific equipment supplied with the enclosure, and the installation and wiring of the equipment within and on the enclosure. 5. Enclosure type: a. Telemetry(RTU) panels shall be NEMA 4X 316 stainless steel enclosures, Unistrut mounted with suitable gaskets and fittings as required to maintain the NEMA rating of the panel. 6. All panels shall have 3132-inch thick, black and white lamicoid nameplates with engraved inscriptions. The letters shall be minimum 1-inch and white against a black background unless otherwise noted. Edges of the nameplates shall be beveled and smooth. Nameplate fasteners and mounting shall be epoxy adhesive or stainless steel screws. B. Materials and Construction: 1. The panels shall be constructed of not less than 14 gauge, continuously welded, suitably braced internally for structural rigidity and strength, and constructed of 316 stainless steel. 2. Provide angle stiffeners as required on the back of the panel face to prevent panel deflection-under instrument loading or operation. Internally,the panels shall be supplied with a structural framework for instrument support purposes and panel bracing. The internal framework shall permit panel lifting without racking or distortion. Provide removable lifting rings designed to facilitate simple, safe rigging, and lifting of the control panels during installation. 3. Panel access doors shall be provided with full length, continuous, piano type stainless steel hinges with stainless steel pins. 4. Panels and component parts shall be free from sharp edges and welding flaws. Wiring shall be free from kinks and sharp bends and shall be routed for easy access to other components for maintenance and inspection purposes. 5. Panels shall be suitable for bottom conduit entry. All conduit and cable penetrations shall be provided with ground bushings, hubs, gasketed locknuts, and other accessories as required to maintain the NEMA rating of the panel and electrical rating of the conduit system. 6. Finish Requirements: a. Panel interiors shall be de-scaled, degreased,filled,ground, and finished with two rust resistant phosphate prime coats and two coats of enamel, polyurethane, or lacquer finish which shall be applied be either the hot air spray or conventional cold spray methods. b. Panel interiors shall be sandblasted and then cleaned with a solvent. Surface voids shall be filled and ground smooth. c. Immediately after cleaning, one coat of a rust-inhibiting primer shall be applied inside and outside,followed by an exterior intermediate and top coat of a two-component type epoxy enamel.A final sanding shall be applied to the intermediate exterior coat before top coating. CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMEN'T'ATION—GENERAL_PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 40 66 44-1 0 Instrumentation—General Provisions Page 10 of 16 d. Apply a minimum of two coats of flat white lacquer on the panel interior after priming. e. Finish interior with a white paint finish. f. Finish exterior with a white baked on enamel paint. 7. Print storage pockets shall be provided on the inside of each panel. The storage pockets shall be the standard product offered by the panel manufacturer, and finished to match the interior panel color. The storage pocket shall hold all of the prints required to service the equipment suitably, and be able to accommodate 8.5 inch by 11 inch documents without folding. C. Environment: 1. Sun shades: Provide a 316 SS sunshade for every panel. Sun shades shall completely cover the top and rear of the panel, and most of its sides as shown in the Contract Drawings. Sun shades shall have a minimum thickness of 0.2 inches (5 mm) and clearance of 4 inches from the top, sides, and back of the panel, unless where the panel is vented, in which case the clearance shall be a minimum of 6 inches from the vents. 2. Corrosion: NEMA 4X panels shall be protected from internal corrosion by the use of corrosion-inhibiting vapor capsules as manufactured by: a. Northern Technologies International Corporation, Zerust VC Series. b. Hoffman Model AHCI D. Internal Wiring: 1. All wiring and devices within telemetry panels shall be for 120 VAC or less. Wiring and devices exceeding 120 VAC shall be housed in a separate panel. 2. Terminations: a. All wiring shall terminate onto single tier terminal blocks, where each terminal is uniquely and sequentially numbered. Direct wiring between external devices and panel components is not acceptable.. . . b. Multi-level terminal.blocks or strips are not acceptable. c. Terminal blocks shall be arranged in vertical or horizontal rows and separated into groups (AC power, DC power, DC signal). Each group of terminal blocks shall have a minimum of 25 percent installed spare. d. Terminal blocks shall be the modular, compression type, fused, un-fused, or switched. Terminal blocks shall be as manufactured by: 1) Allen Bradley 2) Phoenix Contact e. Analog inputs (AI) shall have three termination points per shielded pair cable with adjacent terminal assignments for each point;two terminals shall be for the signal pair and a third terminal for the shielded ground connection. Ground the shielded signal wire at the telemetry panel grounding bus. f. Only one side of a terminal block row shall be used for internal wiring. The external wiring side of the terminal shall not be within 6 inches of the side panel or adjacent terminal or within 3 inches of adjacent wireway. 3. All wiring to devices which are live circuits independent of the panel's normal circuit breaker protection shall be clearly identified as such. 4. All wiring shall be clearly tagged and color coded. All tag numbers and color coding shall correspond to the panel and field wiring diagrams prepared by the Contractor. All power wiring, grounding, and DC wiring shall utilize different color insulation for each wiring system used. The color coding scheme shall be: a. Incoming 120VAC hot—Black b. 120VAC hot wiring downstream of panel circuit breaker—Red c. 120VAC hot wiring derived from a UPS system—Red with Black stripe CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMENTATION—GENERAL PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 40 66 44-11 Instrumentation--General Provisions Page 11 of 16 d. 120VAC neutral—White e. Ground—Green f. DC power or control wiring—Blue g. DC Grounded Conductor wire—Blue with White Stripe h. DC analog signal wiring—Black (+), White (-) 1. Foreign voltage—Yellow 5. Wire and tube markers shall be the sleeve type with heat impressed letters and numbers. 6. Wiring trough for supporting internal wiring shall be plastic type with Snap-On covers. The side walls shall be open top type to permit wire changing without disconnecting. Trough shall be supported to the subpanel by stainless steel screws. Trough shall not be bonded to the panel with glue or adhesives. 7. Each panel shall be provided with an isolated copper grounding bus for all signal and shield ground connections. 8. Each panel shall be provided with a separate copper power grounding bus (safety). 9. Each panel shall be provided with a circuit breaker to interrupt incoming power. 10. Fuses shall be properly sized for the application. Fuses shall be as manufactured by Ferraz Shawmut. E. Panel Components: 1. DC Power Supply: a. Provide only for 120VAC powered telemetry panel. Not required for 12VDC powered panel. b. 120VAC input voltage, 12VDC 15A output; din-rail mountable. c. Provide Alien Bradley 1606-XLS; or Approved Equal. 2. Uninterruptible Power Supply(UPS): a. Provide only for 1'20VAC powered telemetry panel. Not required for 12VDC powered panel. b. 120VAC, 550VA capacity(min), and standard 3-year warranty. c. Provide APC ES 550 UPS(min). 3. 120 VAC receptacle: a. Duplex receptacle, 2-pole, 3-wire, rated at 125VAC 20A. b. Suitable for industrial use. c. Manufactured by General Electric; or Approved Equal. 4. Intrinsic Safety Barriers (for 2-wire transmitters) a. Passive devices requiring no external voltage supply and supplied with series resistors,series fuse and shunt Zener diodes to limit the transfer of energy to levels required by intrinsically safe protection between safe and hazardous locations. b. Install within panels in hazardous area applications and terminate per NEC requirements. c. Manufacturers: 1) Pepped + Fuchs. 2) Gems. F. Spares: 1. Fuses and circuit breakers—Provide ten fuses and two breakers of each size installed. 2. DC power supplies and terminal blocks—Provide one of each size installed. 3.00 EXECUTION CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMENTATION—GENERAL PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 40 66 44-12 Instrumentation—General Provisions Page 12 of 16 3.01 INSTALLATION A. Whenever possible, enclosures and sun shades shall be oriented facing north or east, and backing the sun during hours of peak sunlight. B. Equipment shall be installed in accordance with the manufacturer's instructions. The locations of equipment and devices shown on the Contract Drawings are approximate only. Exact locations shall be as approved by the Engineer/Owner during construction. Obtain in the field, all information relevant to the placing of enclosures and external devices. In case of any interference with other work, proceed as directed by the Engineer/Owner and furnish all labor and materials necessary to complete the work and provide a fully functional system. C. Field calibration of instruments: Each instrument listed in the metering station equipment schedule, primary elements, and all instruments supplied shall be field calibrated in accordance with the Manufacturer's recommended procedure. D. All work shall be executed in full accordance with codes and local regulations. Should any work be performed contrary to said rulings, ordinances, and regulations, the Contractor shall bear full responsibility for such violations and assume all costs arising there from. E. Brackets, hangers, and other accessories required for mounting of equipment shall be provided. They shall be installed in a workmanlike manner and not interfere with any other equipment. F. The Contractor shall coordinate the installation and location of system components,their connections to the process equipment panels,cabinets, and devices,subject to the Engineer/Owner's approval. The Contractor shall be responsible to ensure that all field wiring for power and signal circuits are correctly done in accordance with best industry practice and provide for all necessary system grounding to ensure a satisfactory functioning installation. G. Connection quality:Good workmanship and antennas, cables; and connectors are essential to a properly functioning cellular communication system: Contractor shall bear the cost to troubleshoot and repair poor connections, kinked antenna cables, or other workmanship defects. 3.02 TESTING A. General: 1. The Contractor shall test all remote telemetry systems to demonstrate complete functionality and interoperability with the Owner's existing communication network. 2. At a minimum,testing shall include the following: a. Shop Bench Test(SBT). b. Field Testing - Functional Demonstration Test(FDT). c. Field Testing -30-Day Site Acceptance Test(SAT). 3. Each test shall be in the cause and effect format. The person conducting the test shall initiate an input (cause) and, upon the system or subsystem producing the correct result (effect), the specific test requirement will have been satisfied 4. All tests shall be conducted using testing forms and checklists. Each test to be performed shall be described and a space provided after it for sign-off by the appropriate parties after its satisfactory completion. The Contractor shall include "punch list"forms with the test procedures to document issues that arise during the testing. 5. Punch list forms, at a minimum, shall include an issues description field; a resolution description field; and a sign-off area for the Contractor, Owner, and Engineer. 6. The test results shall be submitted to the Engineer for approval within ten days of completion of each field test. CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMENTATION—GENERAL PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 40 66 44-13 Instrumentation—General Provisions Page 13 of 16 7. The Contractor shall provide all special testing materials and equipment. Wherever possible, perform tests using actual process variables, equipment and data. Where it is not practical to test with real process variables, equipment and data, provide suitable means of simulation. These simulation techniques shall be defined in the test procedures. 8. All test equipment used shall have been calibrated within the preceding six months using a stabilized laboratory calibration source. All calibrations shall be per NIST Standards.All calibrations shall be produced at the time of testing. 9. The Contractor shall furnish the services of field service Engineers and labor, and all special calibration and test equipment required to perform the field tests. 10. The Contractor shall coordinate all required testing with the Engineer and the Owner. 11. The Engineer reserves the right to test or retest all specified functions as required to determine compliance with the functional requirements of the overall system. Such testing required to determine compliance with the specified requirements, shall be performed at no additional cost to the Owner. The Engineer's decision shall be final regarding the acceptability and completeness of all testing. 12. Correction of Deficiencies: a. All deficiencies in workmanship and/or items not meeting specified testing requirements shall be corrected to meet Specification requirements at no additional cost to the Owner. b. Testing, as specified herein, shall be repeated after deficiencies have been corrected and the specified requirements are met. This work shall be performed at no additional cost to the Owner. B. Shop Bench Test(SBT): 1. Test the telemetry system equipment at the Contractor's I System Supplier's facility to verify completeness,functionality, and performance of the telemetry equipment. The primary objective of this test is to confirm proper assembly and operation of the supplied equipment and verify the equipment's readiness to ship to the field. This shall be a non-witnessed test. 2. Prior to the SBT, the Contractor shall coordinate with the Owner to set up cellular service for new cellular modems before shipment from the modem Manufacturer as described in Paragraph 1.01.F of this Specification Section. After the Manufacturer has tested and shipped the modems,the Contractor shall obtain IP addresses for the modems from the Owner and configure the modems. 3. At the SBT,the Contractor shall set up, configure, and test the connectivity between each remote telemetry unit and the master telemetry server,to ensure the desired functionality. 4. Tests to be performed shall include, but not be limited to the following: a. Thorough inspection to verify bill of quantities, integrity of the construction, and system integration in relation to the Contract Documents. b. Testing of panel power up and operation. c. Testing of data communication and protocol. d. Testing of communication failure and system restart. e. Testing of power failure and recovery with and without batteries. 5. The following documentation shall be made available to the Engineer and Owner following the SBT: a. Copy of the completed test forms and checklist. b. Bill of materials for the remote telemetry equipment. 6. Inspect the system inventory to verify all components have been documented properly with correct model numbers, serial numbers, etc. CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMENTATION—GENERAL PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 40 66 44-14 Instrumentation—General Provisions Page 14 of 16 7. All deficiencies identified during the SBT shall be corrected and re-tested prior to completing the SBT 8. Upon successful completion of the SBT, the Contractor shall submit a record copy of the test results to the Owner and Engineer and notify the Owner that the equipment is ready to ship to the field. C. Functional Demonstration Test (FDT): 1. The FDT shall be conducted by the Contractor in the field with the Owner and Engineer present. The primary objective of the FDT is to allow the Contractor to demonstrate that the telemetry system is functional and thus verify readiness to move forward with the SAT. The FDT shall demonstrate the functionality, performance, and stability of the hardware and remote communications as a complete integrated system. 2. The test shall demonstrate that the system modifications are operating in compliance with this specification. Each specified function shall be demonstrated for each panel on a site-by-site basis. 3. The tests shall use live field-based data to the greatest extent possible. 4. Minimum testing to be performed during the FDT shall include, but not be limited to, the following: a. Verification of proper communication with the telemetry server. b. Verification of cellular WAN transmission of data. c. Verification of proper indication for communication error issues. d. Verification of proper recovery after intentional or unintentional communication network downtime. e. Verification of proper power failure recovery. 5. One updated copy of all O&M manuals shall be made available to the Engineer during or following the FDT,but before the SAT. In addition, provide the following documentation to the Engineer and Owner at the test site: a. Copy of blank test forms and checklist. b. Bill of material for the telemetry equipment. 6. During the FDT, a demonstration of communication failure and recovery shall be accomplished. This test shall be scheduled and coordinated with Owner's personnel to minimize any possible impact on operations. 7. Punch list items and resolutions noted during the test shall be documented on a Punch list resolution form. In the event of rejection of any part or function test procedure,the Contractor shall perform repairs, replacement, and/or retest within 10 days. 8. Upon successful completion of the FDT, the Contractor shall submit a record copy of the test results to the Owner and Engineer and request the scheduling of the SAT as noted in the following section. D. 30-Day Site Acceptance Test (SAT): 1. Prior to the 30-day Site Acceptance Test, all system modifications shall be certified that they are ready for operation. All preliminary testing, inspection, and configuration shall be complete, and O&M manuals shall have been delivered to the Engineer. 2. After completion of the FDT, the system shall undergo a 30-day SAT under conditions of full metering site operation. During the SAT, it is expected that only malfunctions that can be simply repaired in the field may occur. 3. During the SAT, the metering station actual flow, or simulated flow, if there is no flow yet through the metering station, shall be transmitted to the server continuously. The deviation between the totalized flow calculated at the telemetry server and the flowmeter totalizer shall not exceed 2 percent. CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMENTATION—GENERAL PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 40 66 44-15 Instrumentation—General Provisions Page 15 of 16 4. During this test, Owner's staff shall continue to perform normal metering site operation. The Contractor shall be on call to address any potential issues that impact the system operation. 5. Any malfunction during the tests shall be analyzed and corrected by the Contractor. The Engineer and/or Owner will determine whether any such malfunctions are sufficiently serious to warrant a repeat of this test. Generally, malfunctions that exceed 24-hour repair time or lead to a major component replacement will be cause for termination and repeat of the test in its entirety. 6. Throughout the duration of the 30-day SAT, no software or hardware modifications shall be made to the system without prior approval from the Owner and Engineer. 7. Upon successful completion of the 30-day operation test and subsequent review and approval of complete system final documentation, the equipment shall be considered substantially complete and the warranty period shall commence. 8. Certification of Installation: Following successful completion of the 30-day test,the Contractor shall issue a Certification of Installation. Certification shall be on the Contractor's corporate letterhead and signed by an officer of the firm. Certification shall state that the remote telemetry system testing has been completed in conformance with the Plans and Specifications. Certification shall be submitted to the Engineer as specified herein. 3.03 TRAINING A. General: 1. Provide a minimum of four hours of training for up to four people designated by the Owner. 2. The cost of the training programs shall be included in the Contract price. The training and instruction shall be directly related to the equipment being supplied. The training program shall represent a comprehensive program covering all aspects of the operation and maintenance of the supplied devices. ` 3. All training schedules shall be coordinated with the Owner. Shift training may be required to correspond to the Owner's working schedule. 4. The Contractor shall provide operation and maintenance training for the installed equipment through an authorized representative of each equipment manufacturer. The manufacturer's representative shall be fully knowledgeable in the troubleshooting, operation, and maintenance of the equipment. 5. Provide detailed training manuals to supplement the training. The manuals shall include specific details of equipment supplied. The manuals shall be provided for each student. Provide an electronic copy of each training manual in PDF format for Owner's future use. 6. The trainer shall make use of teaching aids, manuals, slide/video presentations, etc. After the training services, all training materials shall be delivered to Owner. 7. The Owner reserves the right to videotape all training sessions. All training tapes shall become the sole property of the Owner. 8. Training must be completed before Final Acceptance is issued. B. Training: 1. The training shall discuss the configuration,functionality, calibration, maintenance, and troubleshooting of all installed equipment, and data communication and security across the network. 2. Training and instruction shall be specific to the new equipment and system modifications that are being performed. CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMENTATION—GENERAL PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 40 66 44-16 Instrumentation—General Provisions Page 16 of 16 3. Detailed training shall be provided that is specific to the actual configuration and implementation work performed under the Contract. The training shall cover the following subjects, at a minimum: a. Overview of the telemetry server changes and enhancements. b. New telemetry panels and hardware components and their application. c. Periodic maintenance. d. Test, adjustment, and calibration procedures. e. Troubleshooting and diagnosis. END OF SECTION CITY OF FORT WORTH Crowley Relief Interceptor M-325A INSTRUMENTATION—GENERAL PROVISIONS For Village Creek Basin Revised September20,2018 City Project No. 100276 Meter Stations 407100-1 SECTION 40 7100 METER STATIONS PART 1 -GENERAL 1.1 SUMMARY A. Furnish, install, startup and test flow meter stations and all appurtenances required for closed conduit flow measurement within a sanitary sewer pipe. B. Electrical devices shall be suitable for the environment they will be used in, including classification requirements of NFPA 820. Devices located within the meter station, manhole or pipe shall comply with NEC Class I, Group D, Division 1 requirements. 1.2 SYSTEM DESCRIPTION A. Design requirements: 1. This specification includes requirements for closed conduit flow meter stations using magnetic and transit time flow meters. 1.3 SUBMITTALS A. Units: All submittals, specifications, drawings, brochures, installation instructions, descriptive literature and other submittals shall be in US Customary Units. B. Shop Drawings& Product Data 1. Provide the following Submittals and shop drawings specific to the equipment being proposed in accordance with Section 01300-Submittals a. Supplier's contact information. b. Name and model number of equipment. C. Layout drawings including: 1) Dimensions and tolerances 2) Jointing and connections 3) Fasteners and anchors 4) Sizing, spacing and location of structural members, connections, attachments, openings and fasteners 5) Clearance requirements 6) Weights 7) Provisions for adjustments 8) Plan view and section views showing critical point of primary measurement. 9) Indicate extent of shop fabrication and field joint types and locations. Layout drawings shall be to scale in English units, provided on 11,x17,, bond paper. d. Product data including: 1) Manufacturers calculations and product data for the specific installation. C. Operation and Maintenance Data 1. Provide complete Operation and Maintenance manuals. D. Closeout Submittals 1. Provide an Equipment Installation Report prepared by the Supplier or authorized representative. City of Fort Worth Crowley Relief Interceptor M-326 City Project No.100276 Motor Stations 407100-2 1.4 QUALITY ASSURANCE A. Provide the following equipment: 1. Magnetic flow meter: a. Siemens Sitrans FM MAG 51 OOW 2. Transit time flow meter a. Endress Hauser 61W strap on ultrasonic transit time flow meter. B. Two meters are required at each meter station, one of each type listed above. C. Provide all appurtenances shown on the electrical and instrumentation drawings. 1.5 DELIVERY STORAGE AND HANDLING A. Packing, Shipping, Handling and Unloading: Delivery, storage and handling shall be in full accordance with Supplier's instructions. Fabricated assemblies shall be shipped in the largest feasible sections permitted by carrier regulations, properly match-marked for ease of field erection. B. Acceptance at Site: Equipment arriving at the site in a damaged condition or showing visible defects in fabrication shall be rejected. C. Storage and Protection: Store and protect all equipment in accordance with the Supplier's instructions. Store meters and associated equipment indoors in sealed and protected containers. 1.6 PROJECTISITE CONDITIONS A. Environmental Conditions: 1. All equipment including controls and drives specified herein shall be specifically designed for this service and the environment encountered in this installation. 2. The environment will be moist, and corrosive, exhibiting hydrogen sulfide and other corrosive gases encountered in municipal wastewater treatment plants. 3. The equipment shall be designed and capable of operation at ambient temperatures of 0°F to 11 O°F. 4. All metals used shall be type 316 stainless steel. 1.7 WARRANTY A. Furnish a one(1)year warranty which will begin at the date of acceptance by Owner of the installed,functioning,tested and calibrated system. Warranties which start at the delivery date are not acceptable. B. Warranty the accuracy of the meter for one(1)year from the date of acceptance. PART 2-PRODUCTS A. Materials and equipment shall be per the City of Fort Worth product standards, standard details, the drawings, and other specifications in the contract documents. B. Flow meters shall be calibrated for the anticipated flow rates and pipe sizes shown on the drawings. 1. Meter Station 325A: a. Nominal meter size: 4-inch b. Nominal pipe size: 4-inch diameter. C. Pipe type: Ductile Iron Pipe d. Pipe lining: Protecton 401 e. Pipe pressure class: Class 150 f. Minimum flow rate: 10 gpm g. Maximum flow rate: 1,200 gpm City of Fort Worth Crowley Relief Interceptor IN-325 City Project No.100276 Meter Stations 4071 00-3 h. Connections: Flanged (for magnetic meter) PART 3-EXECUTION 3.1 GENERAL A. Installation shall be in accordance with the plans, specifications, and the Supplier's recommendations. B. Provide the minimum upstream and downstream straight pipe run recommended by the flow meter manufacturer. C. Supplier's Services: 1. Supplier or their authorized representative shall provide onsite services to assist the Contractor with installation, check equipment prior to startup, startup the systems, programming and testing. D. Anchorages: All hardware(nuts, bolts, anchors, washer, embedded metals)shall be 316 stainless steel. Anchors or reinforcing steel embedded into concrete shall use Hilti HY 200- R or RE 500-SD. PART 4-MEASUREMENT AND PAYMENT 4.1 GENERAL A. The unit price bid amount for this item shall be full compensation for furnishing, installing, startup and testing of all items required for fully functioning complete meter station. Item includes excavation, dewatering, trenching, backfilling, compaction, geotechnical testing, concrete, construction materials testing,fence, gates, pipe, pipe supports, appurtenances, vents, ladders, hatches, grout, sump pump, electrical, instrumentation, controls,wiring, conduit, solar panels, programming, manufacturers services, paving, and all other equipment, materials and work necessary. B. A pay item shall be included for trench safety and will be paid per linear foot of trench safety installed. C. Where a separate bid item is provided for pipe, measurement and payment will be at the bid amount for that item. D. Where a separate bid item is not provided work shall be included in the bid amount for the meter station. END OF SECTION City of Fort Worth Crowley Relief interceptor M-325 City Project No.100276 APPENDIX GC-4.01 Availability of Lands Parcel 9—PE PT 1 • Parcel 12-PE • Parcel 9—TE PT 4 • Parcel 12-TCE 1 • Parcel 10—PE • Parcel 12-TCE2 • Parcel 10—TCE • Parcel 13 -PE • Parcel 11 —PE • Parcel 13 -TCE • Parcel 11 —TCE • Parcel 14-PE • Parcel 14-TCE GC-4.02 Subsurface and Physical Conditions • Geotechnical Engineering Study(HVJ Engineering) GC-6.06.D Minority and Women Owned Business Enterprise Compliance • MBE Special Instructions • MBE Subcontractor-Supplier Utilization Form • MBE Prime Contractor Waiver Form • MBE Good Faith Effort • MBE Joint Venture GC-6.07 Wage Rates • Heavy&Highway Construction Prevailing Wage Rates 2013 • Commercial Construction Prevailing Wage Rates 2013 GC-6.09 Permits and Utilities • Nationwide Permit 12 • Floodplain Development Permit • Williams Utility Crossing Agreement • Energy Transfer Utility Crossing Agreement GR-01 60 00 Product Requirements • City Approved Product List • Odor Control • Sewper Cover • Epoxy Liner CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276, IC-4.0n Avg' gab* , ®r ILaudg CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 Page 1 of 9 D218156807 711712018 2:58 PM PGS 9 Fee: $48.00 Submitter: XEROX COMMERCIAL SOLUTIONS ` Electronically Recorded by Tarrant County Clerk in Official Public Records �p¢�eoe`�� Mary Louise Garcia ' !VILLAGE CREEK BASIN CROWLEY RELICF INTERCEPTOR M-325 PARCEL No.9 PE PT I CITY PROJECT No. 100276 MASES WALTER$ SURVEY, AUSTRACT No. 598 CITY OF CROWLEY,TARRAN't COUNTY, TEXAS STATE OF TEXAS � § KNOW ALL MEN WY THESE PRESENTS COUNTY OF YARRANT § CITY OF FORT WOE i Hi H PERMANENT SERVER FACILIff VASEMPNT , DATE-- f Iq f GRANTOR: GUION GREGO III GRANTOR'S MAILING ADDRESS(including County): 3838 OAK LAWN AVENUE, SUITE 1416 DALLAS, DALLAS COUNTY,TX 75215 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS(including County): 200 TEXAS 5T. FORT WORTH,TARRANT COUNTY,TX 76102 CONSIDERATION: Tort Dollars ($10.00)and other good and valuable consideration, the receipt and sufficiency of which Is hereby acknowledged. PROPERTY: Being a permanent sanitary sewer easement situated in the Moses Walters Survey, Abstract No. 1598, City of Crowley, Tarrant taounty, Texas, said permanent .sanitary sewer easement being a portion of the remainder a 154.79 acre tract of land (by deed) deeded to Guion Gregg III as recorded in County Clerk's File No. D214161300 of i the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described in exhibits"A" and "B". PERMANENT SEWER FACILITY EASEMENT # ROY.712!98 { I E VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 9 PE PT 1 CITY PROJECT No. 100276 DOSES WAL`l'ERS SURVEY, ABSTRACT No. 1598 CITY OF CROWLEY, TARRANT COUN'T'Y, TEXAS STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § �'/ X / CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATE/a'' I y GRANTOR: GUION GREGG III GRANTOR'S MAILING ADDRESS (including County): 3838,OAK LAWN,AVENUE, SUITE 1416 DALLAS, DALLAS COUNTY, TX 75219 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS(including County): 200 TEXAS 5T. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars($10.00)and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent sanitary sewer easement situated in the Moses Walters Survey, Abstract No. 1598, City of Crowley, Tarrant Oounty, Texas, said permanent sanitary sewer easement being a portion of the remainder a 154.78-acre tract of land (by deed) deeded to Guion Gregg III as recorded in County Clerk's File No. D214161360 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described in exhibits °A" and "l3". PERMANENT SEWER FACILITY EASEMENT Rev.712118 FUttT WU�,�. Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines,junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit"A"attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof,for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor(1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or(11) erect or permit to be erected within the easement property a permanent structure or building,including,but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Grantee agrees that construction of the Facility shall commence within twelve (12) months from the date of this Easement. Construction shall be deemed commenced when Grantee has executed a construction contract and issued a notice to proceed. If construction has not commenced in accordance with this paragraph, Grantee will execute and record a release of this Easement, and it shall revert back to Grantor. Provided that construction has commenced within the required time period, this paragraph will have no effect on Grantee's use of the Easement. TO HAVE AND TO HOLD the above-described easement,together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. PERMANENT SEWER FACILITY EASEMENT Rev.712118 ORT WORT . i GRANTOR: Gulon Gregg III GRANTEE: City of Fort Worth By(Signature): r-+ (Print Named.S• s,Title APPROVED AS TO M AND LEGALITY (Signature) ,iewca'Wg8vang,Assistant CIS MOY (Print Name) ,Title ACKNOWLEDGEMENT i i =1D STATE ��TEXAS § (a COUNTY OF TARRANT § BEFORE MF, the undersigned authority. a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is s bscribed to the fore o g instrument, and acknowledged to me i that the same was the act of � and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the caWty therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 PERMANENT SEWER FACILITY EASEMENT Rev.712118 Fofr Woitra. Notary Public in and for the State of Texas i ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TA,RRANT § BEFORE ME,the undersigned authority, a Nota Public in and ort the State of Texas, on his da personally appeared of the City of Fort Wort , known to me to be tNe same person whose name is Aubscribdid to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 18+t----day of 20d. A, j o ary Public in and for the State Texas p ' MARIA S.SA:NHEZ. lJ My Notary ID# 4so Expires Decemb2029 PERMANENT SEWER FACILITY EASEMENT Rev.7/2178 FOR�T WORT�t. VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No.9 PE PT 1 CITY PROJECT No. 1.00276 MOSES WALTERS SURVEY,ABSTRACT No. 1598 CITY OF CROWLEY,TARRANT COUNTY,TEXAS I EXHIBIT"A" Being a permanent sanitary sewer easement situated in the Moses Walters Survey, Abstract No. 1598, City of Crowley, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of the remainder of a 154.79 acre tract of land (by deed) deeded to Guion Gregg III as recorded in County Clerk's File No.D214161360-of the Deed Records of Tarrant County,Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows: E COMMENCING at a 1/2 inch iron rod with cap stamped "Moak Sury Inc" found for the northwest corner of said 154.79 acre tract of land, said 1/2 inch iron rod with cap stamped"Moak Sury Inc" being the southwest corner of a 10.526 acre tract of land (by deed.) deeded to Oncor Electric Delivery Company, LLC as recorded in County Clerk's File No. D209327919 of said Deed Records of Tarrant County,Texas and being further described in Volume 3540,Page 527 of said Deed Records of Tarrant County,Texas,said 1/2 inch iron rod with cap stamped"Moak Sury Inc" also being in the east line of a 17.233 acre tract of land(by deed) deeded to Oncor Electric Delivery Company, LLC as recorded in County Clerk's File No. D209327919 of said Deed Records of Tarrant-County Texas and being further described in Volume 3554, Page 622 of said Deed Records of Tarrant County,Texas,from which a 1/2 inch iron rod with cap stamped"RPLS 5544" found for the northwest corner of a 72.700 acre tract of land (by deed) deeded to Justland Development,LLC as recorded in County Clerk's File No.D218095428 of said Deed Records of Tarrant County,Texas,bears South 85 degrees 29 minutes 33 seconds East, a distance of 985.95 feet, said 1/2 inch iron rod with cap stamped "RPLS 5544" also being in the south line of said 10.526 acre tract of land; THENCE South.00 degrees 08 minutes 29 seconds East, with the west line of said 154.79 acre tract of land, and with the cast line of said 17.233 acre tract of land, a s distance of 134.39 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement, said point also being in the east line of a 48.706 acre tract of land (by deed)being further described as Tract II deeded to Bloomfield Homes,L.P. as recorded in County Clerk's File No. D216123147 of said Deed Records of Tarrant County,Texas; THENCE South 85 degrees 29 minutes 35 seconds East, a distance of 509.43 feet to a point for ' corner; I THENCE South 75 degrees 50 minutes 14 seconds East, a distance of 152.27 feet to a point for corner; THENCE South 56 degrees 29 minutes 46 seconds East, a distance of 116.11 feet to a point for corner; THENCE South 39 degrees 10 minutes 34 seconds East, a distance of 121.60 feet to a point for corner; t Exhibit A Page 1 of 3 t THENCE South 31 degrees 43 minutes 31 seconds East, a distance of 175.17 feet to a point for corner; THENCE South 47 degrees 11 minutes 11 seconds East, a distance of 104.09 feet to a point for corner; THENCE South 35 degrees 10 minutes 55 seconds East, a distance of 280.13 feet to a point for corner; THENCE North 58 degrees 09 minutes 46 seconds East, a distance of 115.88 feet to a point for corner; THENCE South 45 degrees 22 minutes 56 seconds East, a distance of 696.44 feet to a point for coiner; THENCE North 52 degrees 25 minutes 51 seconds East, a distance of 64.42 feet to a point for corner; THENCE South 89 degrees 55 minutes 36 seconds East, a distance of 6.95 feet to a point for corner in the west line of said 72.700 acre tract of land,from which a 1/2 inch iron rod with cap stamped"RPLS 5544"found for an angle point in the west line of said 72.700 acre tract of land bears North 35 degrees 55 minutes 09 seconds East, a distance of 94.10 feet; THENCE South 35 degrees 55 minutes 09 seconds West,with the west line of said 72.700 acre tract of land,a distance of 90.62 feet to a point for comer; THENCE South 52 degrees 25 minutes 51 seconds West, a distance of 339.19 feet to a point for corner; THENCE South 12 degrees 05 minutes 11 seconds East, a distance of 129.71 feet to a point for corner in the west line of said 72.700 acre tract of land; THENCE South 35 degrees 55 minutes 09 seconds West,with the west line of said 72.700 acre tract of land, a distance of 40.37 feet to a point for corner,from which a 1/2 inch iron rod with cap stamped"RPLS 5544" found for an angle point in the west lime of said 72.700 acre tract of land bears South 35 degrees 55 minutes 09 seconds West,a distance of 335.49 feet; THENCE North 12 degrees 05 minutes 11 seconds Vilest, a distance of 175.65 feet to a point for corner; THENCE North 52 degrees 25 minutes 51 seconds East, a distance of 334.71 feet to a point for corner; THENCE North 45 degrees 22 minutes 56 seconds West, a distance of 674.87 feet to a point for corner; 3 Exhibit A Page 2 of 3 I THENCE South 58 degrees 09 minutes 46 seconds West, a distance of 104.34 feet to a point for corner; THENCE North 35 degrees 10 minutes 55 seconds West, a distance of 301.09 feet to a point for corner; THENCE North 47 degrees 11 minutes 11 seconds West, a distance of 104.85 feet to a point for corner; THENCE North 31 degrees 43 minutes 31 seconds West, a distance of 176.94 feet to a point for corner; THENCE North 39 degrees 10 minutes 34 seconds West, a distance of 116.16 feet to a point for corner; E THENCE North 56 degrees 29 minutes 46 seconds West, a distance of 108.05 feet to a point for corner; THENCE North 75 degrees 50 minutes 14 seconds West, a distance of 145.90 feet to a point for cower; THENCE North 85 degrees 29 minutes 35 seconds West, a distance of 505.29 feet to a point for corner in the west line of said 154.79 acre tract of land,said point also being in the east line of said 48,706 acre tract of land; THENCE North 00 degrees 08 minutes.29 seconds West,with the west line of said'154.79 acre tract of land and with the east line of said 48.706 acre tract of land, a distance of 25.08 feet to the POINT OF BEGINNING and containing 83,159 square feet or 1,909 acres of land,more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83,The North Central Zone 4202,all distances and areas shown are surface Date: June 11,2018 –Az�' — Curtis Smith Registered Professional Land Surveyor . .. .F••,r' No. 5494 Texas Firm No. 10106900 CURTIS, SM1T.14 -C':. 5494''.- S.UR`��' Exhibit A Page 3 of 3 { II P.0.C. IT "B " + FNO 1/2"IR W/CAP PARCEL No. 9 PR PT 1 STAMPED "MOAK SURV INC" P•0• r , 1/2" IRON ROD W/CAP �... S 85'29'33 , 985.95 STAMPED "RPLS 5544" Y InL-28- 10 L_2 L-27 4 Ij j {L'5 .528 ACRES (BY DEED) L-26 L--6 ONCOR ELECTRIC DELIVERY COMPANY, LLC Ro ' ���lli RW L--25 �rL-7 t!.528 No. 0209327919 Gi L-24� I VOLUME 3540, PAGE 527 4 cg M + L-2'3"� f D.R.T.C.T. A m ino.F- �o r' I L-22 �1/2" IRON ROD W/CAP I f3 �o I--g STAMPED "RPLS 5544" � a a t3 Lu 0 3 20' PIPELINE EASEMENT � . � Ld--C.C.F. No, D208115034 L-20 �+�! 1/2" IRON ROD W/CAP 0 STAMPED "RPLS 5544" � I .,� SEE i PERMANENT SANITARY I DETAIL "A" �+ SEWER EASEMENT AREA , �r" �;M ; 83,159 SQ. FT. OR ,ti$ '.... 1,909 ACRES vim... '�,, - _ Sao I oo a MOSES WAFTERS SURVEYL-14 a o v i ABSTRACT No. 1595 ff' 16 SEWER SANRAREN7 VOLUME 7271, PAGE 858 M Tod I 1/2- IRON ROD W/CAP �� D.R.T.C.T. o f STAMPED "RPLS 5544" u ftI S 35'55'09"W ii wa meq » li 335:49 I �mzd REMAINDER OF A EEi w p, I + 72.700 ACRE'S (BY DEED) qa I 154.79 ACRES (BY DEED) ,��+ JUSTLAIVD DEVELOPMs=Nr, LLC rn�c�i F I GUION GREGG III 'r+ C.G.F. No. D218095428 C.C.F. No. D214161360 D.R.T.G.T. I D.R.T.C.T. Z/, N°T500 250 0 500 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202,ALL DISTANCES AND AREAS SHOWSCALE IN FEET N ARE SURFACE. k a City of Fort Worth + 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 I VILLAGE CREEK BASIN QF CROW.LEY RELIEF INTERCEPTOR' M-325 [ACQUISITION ARCEL No. 9 PE PT 1 CITY PROD. No. 100276 �? ERMANENT SANITARY SEWER EASEMENT CU TIS SMITWNER: GUION GREGG U!URVEY: MOSES WALTERS SURVI Y ABSTRACT No. 159$ 5494OCATION: CITY OF CROWLEY, TARRANT COUNTY, TEXAS AREA: 83,159 SQUARE FEET OR 1.909 ACRESHOLE PROPERTY ACREAGE: 80.95 ACRES CALC CURTIS S)vIITH H No. TN&P1701.0i DRAWN BY: SHS CAD FILE; 09-PE-01.DW0 REGISTERED PROFESSIONAL LAND SURVEYORTE: JUNE 11 2019 EXHIBIT B PAGE 1 OF 2 SCALE: " 500' NO. 549 TEXAS FIRM No. 10 08900 GORRONDONA & ASSOCIATES, INC. 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 781ie • 817--496-1424 FAX 817--496-1769 I EXHIBIT "B " PARCIs'Z No. 9 PE PT 1 I I LINE E G Q STANCE L--1 S 9WRSI 29 E 134.39 r I L-2 S 8529 35 E 509,43 i L--3 S 75'50 14 E; 152,27 I L-4 S 56'29 46 E 116.11 :r'41"/ 1",L-5 S 39'10 34 E 121.60 1/2" IRON ROD W/CAP L-6 S 31'43 31 E 175.17 STAMPED "RPLS 5544" L--7 S 47'11 I 11 E 104.09 L--8 S 35'1 D 55 E 280.13 L-9 N 58'09'46"E— 115.$8 '- ne" L-12 E 1=10 S 4522 56 E 696 44 � '' :: +�D f L-11 N 52'25 51 E 64.42 ': :t:":: L-12 S 89'55 36 E6.95 i ��q`s`':`.:':•`:'1`• r yN 3955'09"E } L-13 S 3 5'5 5 09 90.62 •• L-14 S 5725 51 339.19 `'`' " L—i5 S 12'0511 E 129.71 `� ' :;; '. L-16 S 35'55 09 40,37 'k '�� L-17 N 12'0511 W 175.65 ?' yam +rt L-18 N 5725 51 E 334.71 ...+ L--19 N 45'22 56 W 674.87 �.� 104,34 ..... ......................... L•--20 S 58'09 46 L--21 N 35'10 55 301.09'- L-2Y N 4711 Vl VV 104.85 DETAIL "A" L-23 N 3 1'43 31 V 176,94 NOT TO SCALE L--24 N 39'10 34 116.16 L-25 N 56'29 46 W 108.05r- L-26 A 75'50'1 4 W 145.90 L--27 N 85'29',3 5 505.29 L-28 N 00'08'2 92 W 25.08 3 I i NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM. NAD-83. THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. Q �dfOsJ0. i t F Fo■ t o r th i 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 791D2 VILLAGE CREEE' -BASIN OF CROWLEY RELIEF INTERCEPTOR M-325 ,����fG► �;�FQ�� PARCEL No. 9 PE PT 1 1 CITY PRDJ. No. 100278 A~ ~~ ~w_......t,tYf! PERMANENT SANITARY SEWER EASEMENT CURTIS SMITH OWNER: GUION GREGG III SURVEY: MOSES WALTERS SURVEY ABSTRACT No. 1598 ;,g�5494 LOCATION: CIN OF CROWLEY, TARRANT COUNTY, TEXAS ..,.:..: ACQUISITION AREA: B3,159 SQUARE FEET OR 1.909 ACRES S WHOLE PROPERTY ACREAGE: 80.95 ACRES CALC CURTIS SMITH JOB No. TN&P1701.01 IDRAWN BY SHS ICAD FILE. O9•,•PE•.•O1.DWG REGISTERED PROFESSIONAL LAND SURVEYOR i DATE: JUNE 11 2819 EXHIB PAGOF 2SOME; N A 0 3494 TEXAS RM No. 1212L900. GORRONDONA &ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SO FGRT WORTH, TX. 76118 817-496••1424 FAX 817-498-1788 Page 1 of 8 I D218156548 711712018 3:05 PM PGS 8 Fee: $44.00 Submitter: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Garcia VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-326 PARCEL No. 9 TE PT 4 CITY PROJECT No. 100276 MOSES WALTERS SURVEY,ABSTRACT No. 1598 CITY OF CROWLEY, TARRANT COUNTY, TEXAS CITY OF FORT WQR- Ij TEMPORARY CONSTRUCTION EA8rMrf T DATE:. �, II t i GRANTOR: GUION GREGG III i e GRANTOR'S MAILING ADDRESS (including County): 3838 OAK LAWN AVENUE,SUITE 1418 DALLAS, DALLAS COUNTY, TX 78219 GRANTEE: CITY OF FORT WORTH i GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 70102 CONSIDERATION: Ten Dollars ($14.00) and other good and valuable consideration, the receipt and sufficlency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Moses Walters Survey, Abstract No. 1598, City of Crowley, Tarrant County, Texas, said temporary construction i easement being a portion of the remainder of a 154.79 acre tract of land (by deed) deeded to ; Guion Gregg III as recorded in County Clerk's bile No. D214161360 of the Dead Records of Tarrant County, Texas, said temporary construction easement being more particularly described In exhibits "A"and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit"A", and Ingress and egress over Grantor's property to the easement as shown on Exhibit"B". It is further agreed and understood that Grantee will be permitted the use of said Easement I Property for the purpose of CONSTRUCTION OF A SANITARY SEWER )FACILITY. I i . E Tamporery Construction Baelrrani 7/2A9 Fo_ •r�r Wow, r r VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-328 I PARCEL No. 9 TE PT 4 CITY PROJECT No. 100276 ; DIOSES WALTERS SURVEY, ABSTRACT No. 1598 CITY OF CROWLEY, TARIRANT COUNTY, TEXAS i CITY OF FORT WORTH i TEMPORARY CONSTRUCTION EASEMENT / I DATE: e GRANTOR: GUION GREGG 111 GRANTORS MAILING ADDRESS (including County): 3038 OAK LAWN AVENUE, SUITE 1416 DALLAS, DALLAS COUNTY, TX 7:5219 GRANTEE: CITY OF FORT WORTH I GRANTEES MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUN'T'Y, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Moses Walters Survey, Abstract No. 1598, City of Crowley, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 154.79 acre tract of land (by deed) deeded to Guion Gregg III as recorded in County Clerk's File No. D214161360 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described ; in exhibits "A" and "B". Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of CONSTRUCTION OF A SANITARY SEWER FACILITY. Temporary Construction Easement 712116 Fox`„�ORTH. i I 1 I Upon completion of improvements and its acceptance by Grantee, all rights granted within the f described Temporary Construction Easement shall cease. i Grantee agrees that construction of the Facility shall commence within twelve (12) months from the date of this Easement. Construction shall be deemed commenced when Grantee has executed a construction contract and issued a notice to proceed. If construction has not commenced in accordance with this paragraph, Grantee will execute and record a release of this Easement, and it shall revert back to Grantor. Provided that construction has commenced within the required time period, this paragraph will have no effect on Grantee's use of the Easement. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. I i i I i i 1 f 1 i I I� I E t Temporary Construction Easement 712118 Four Woga�x. 4 E f �I I E GRANTOR: Guion Gregg III 1 E GRANTEE: City of Fort Worth i i By(Signature): I (Print Name tl ,Title i APPROVED AS T F RM AND LEGALITY (Signature) {Print Nara S�r�gs ung, sls11 _ Amoy- I ACKNOWLEDGEMENT ALL STATE OF TEXAS � h7No1ary M# 2938 0#1243894'1mission WiresCOUNTY OF TARRANT § �+a�. � 1s,2021 BEFORE ME, the undersig author , a Nota Public in and for the State of Texas, d on this day personally appeared t tI P , known to me to be the i same person whose name is subscribed to the foreg ing instrument, and acknowledged to me i that the same was the act of f and that he/she executed the same as the act of saidazz for the purposes E and consideration therein expressed and in the pacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this�_day of . t 1Lj� 2�. Temporary Construction Easement FOR H. i .r t Notary Pubic in and for the State Texas ACKNOWLEDGEMENT � i STAVE OF' TEXAS § COUNTY OF TARRAN T § i BEFORE ME, the undersigned authority, a Nptary Public "n a for the State of Texas, n tis d y perso ally appeared :�-r. , ' of the City of Fort Worth, known to me to a the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. I 1 GIVEN UNDER MY HAND AND SEAL OF OF=FICE this 134 k - day of 20 c MARIA S.SA1GH>=Z My Notary ID#2256490 Notary Public in and for the State of Texas Yr Expires December 19,2021 at . i I I i i Temporary Construction Easement 712118 Fo . VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 9 TE PT 4 CITY PROJECT No.100276 MOSES WALTERS SURVEY,ABSTRACT No. 1598 CITY OF CROWLEY,TARRANT COUNTY,TEXAS EXHIBIT"A': Being a temporary construction easement situated in the Moses Waiters Survey, Abstract No. 1598, City of Crowley, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 154.79 acre tract of land (by deed) deeded to Guion Gregg III as recorded in County Clerk's File No.D214161360 of the Deed Records of Tarrant County,Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 112 inch iron rod with cap stamped "Moak Sury Inc" found for the northwest corner of said 154.79 acre tract of land,said 112 inch iron rod with cap stamped"Moak Sury Inc" being the southwest corner of a 10.526 acre tract of land (by deed) deeded to Oncor Electric Delivery Company, LLC as recorded in County Clerk's File No. D209327919 of said Deed Records of Tarrant County,Texas and being further described in Volume 3540,Page 527 of said Deed Records of Tarrant County,Texas,said 112 inch iron rod with cap stamped"Moak Sury Inc" also being in the cast line of a 17.233 acre tract of land (by deed) deeded to Oncor Electric Delivery Company, LLC as recorded in County Clerk's File No. D209327919 of said Deed Records of Tarrant County, Texas and being further described in Volume 3554,Page 622 of said Deed Records of Tarrant County,Texas,from which a 112 inch iron rod with cap stamped"R PLS 5544"found for the northwest comer of a 72.700 acre tract of land(by deed) deeded to 3ustland Development,LLC as recorded in County Clerk's File No. D218095428 of said Deed Records of Tarrant County, Texas,bears South 85 degrees 29 minutes 33 seconds East, a distance of 985.95 feet, said 112 inch iron rod with cap stamped "RPLS 5544" also being in the south line of said 10.526 acre tract of land;THENCE South 00 degrees 08 minutes 29 seconds East, with the west line of said 154.79 acre tract of land, and with the east line of said 17.233 acre tract of land, a distance of 159.47 feet to the POINT OF BEGINNING of the herein described temporary construction easement,said point also being in the east line of a 48.706 acre tract of land(by deed) being further described as Tract II deeded to Bloomfield Homes, L.P. as recorded in County Clerk's File No. D216123147 of said Deed Records of Tarrant County,Texas; THENCE South 85 degrees 29 minutes 35 seconds East, a distance of 505.29 feet to a point for corner; { THENCE South 75 degrees 50 minutes 14 seconds East, a distance of 145.90 feet to a point for corner; THENCE South 56 degrees 29 minutes 46 seconds East, a distance of 108.05 feet to a point for corner; THENCE South 39 degrees 10 minutes 34 seconds East, a distance of 116.16 feet to a point for corner; Exhibit A Page 1 of 3 l THENCE South 31 degrees 43 minutes 31 seconds East, a distance of 176.94 feet to a point for corner; THENCE South 47 degrees 11 minutes 11 seconds East, a distance of 104.85 feet to a point for corner; THENCE South 35 degrees 10 minutes 55 seconds East, a distance of 301.09 feet to a point for corner; THENCE North 58 degrees 09 minutes 46 seconds East, a distance of 104.34 feet to a point for corner; f THENCE South 45 degrees 22 minutes 56 seconds East, a distance of 25.72 feet to a point for i corner: THENCE South 58 degrees 09 minutes 46 seconds West, a distance of 133.94 feet to a point for corner; I THENCE North 35 degrees 10 minutes 55 seconds West,a distance of 322.04 feet to a point for corner; THENCE North 47 degrees 11 minutes 11 seconds West, a distance of 105.62 feet to a point for corner; THENCE North 31 degrees 43 minutes 31 seconds West, a distance of 178.71 feet to a point for comer; THENCE North 39 degrees 10 minutes 34 seconds West,a distance of 110.73 feet to a point for corner; THENCE North 56 degrees 29 minutes 46 seconds West, a distance of 99.98 feet to a point for corner; THENCE North 75 degrees 50 minutes 14 seconds West,a distance of 139.53 feet to a point for corner, THENCE North 85 degrees 29 minutes 35 seconds West, a distance of 501.14 feet to a point for corner in the west line of said 154.79 acre tract of land,said point also being in the east line of said 48.706 acre tract of land,from which a 5/8 inch iron rod with cap stamped "TNP"bears South 00 degrees 08 minutes 29 seconds East,a distance of 1690.26 feet; THENCE North 00 degrees 08 minutes 29 seconds West, with the west line of said 154.79 acre tract of land and with the east line of said 48.706 acre tract of land,a distance of 25.08 feet to the POINT OF BEGINNING and containing 39,429 square feet or 0.905 acres of Iand,more or less. i Exhibit A Page 2 of 3 i I l Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83,The North Central Zone 4202,all distances and areas shown are surface I C C Date: rune 11,2018 E Curtis Smith Registered Professional Land Surveyor a•T TF' No. 5494 '���`�r'XEvy, Texas Firm No. 10106900 ICURTIS SMITH i. 5"494 �r+. .SUR Exhibit A Page 3 of 3 P.O.C. EXHIBIT 99B FND 1/2"IR w/rAP PARCEL No. 9 TE PT 4 STAMPED MOAK SURV INC" II _ P.O.B. — S 85'29'33"E�g85.95' 1/2" IRON ROD IN/CAP STAMPED "RPLS 5544" I L-19 !, L-2 L-3 �� 8 L-5 10.526 ACRES (BY DEED) ,, � N i L 17, LL67 \ ONCDR ELECTRIC DELIVERY COMPANY, LLC C.C.F. No. 0209327919 A r d I 16 L-0 VOLUME 3540, PAGE 527 L-15 D.R.T.C.T. -- N° W I Lw 13---� LINE TABLE �I o�"y � I L•-12 � L-9 E � G D S 5-dRo '°o �1 __ _�''?� L-10\ L-1 S 00'08 29 E 159.47 I' ry V L':� o TEMPORARY \ L--2 S 85'29 35 E 505.29 (a ! CONSTRUCTION i L-3 S 75'50 14 E 145.90 w I 39 EASEMENT9 S F7. 013 L-11J L-4 S 56'29'46"E 108.05 O L-5 S 39'1 0 34 E 116.16' o �� 0.905 ACRRS PROPOSED L-6 S 31'43'31 E 176.94 " ! SANITARY SEWER L-7 5 47-177 11 E 104.85 9-: EASEMENT L-8 S 35!10'55"E 301.09 r 1 L-9 N 58'09 46 E 104.34 ^�jId�2 , �I; MOSES WALTERS SURVEY L-10 S 4522'56"E 25.72 oT E L-11 S 58'09'46"W 133.94 Isyo� ,n ABSTRACT No. 1598 L-12 N 35'1a 55 w 322.04 REMAINDER OFA L-13 N 47'11 11 W 105.62 I� -14 N 31'4331 W 178.71 154.79 ACRES (BY DEED) I GUION GREGG III L-15 N 39'10 34 W 110.73 'C3 IL-16 N 56'29'46"W 99.98 C.C.F. No. 0214161360 D.R.T.C14T. L-17 N 75'50 14 W 139.53 I L-18 N 85'271 9'35"W 501.14 $ I FND 5/80I11 W/CAPL-19 N 00'08 29 25.08 STAMPED 'INP" lI 20' PIPELINE EASEMENT E; !—C.C.F. No, 4208716034 72,700 ACRES (BY DEED) ,a ! D.R.T.C.T. JUSTLAND DEVELOPMENT, LLC }`g F I` C.C.F. No. D218095428 D.R.T.C.T. f NOTES: 500 250 0 500 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. - 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET W*RJT Cr t y of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 VILLAGE - CRI.EEK B.A SIN �� ) � CROWLEY RELIEF INTERCEPTOR M-325 ,, i;: �' "71'. PARCEL No. 9 TE PT 4 1 CITY PRCJ. No. 100276 TEMPORARY CONSTRUCTION EASEMENT QURTIS �SMIT , OWNER: GUION GREGG III SURVEY: MOSES WALTERS SURVEY ABSTRACT No. 1598 Opo 5494 LOCATION: CIN OF CROWLEY, TARRANT COUNTY, TEXAS ACQUISITION AREA: 39,429 SQUARE FEET OR 0.905 ACRES WHOLE PROPERTY ACREAGE: 80.95 ACRES CALC CURTIS SMITH JOB No. TNaaP17a1A1 DRAWN BY: SHS CAD FILE: O9_TE_04,OWa REGISTERED PROFESSIONAL U1Nb SURVEYOR DATE: JUNE 11, 2018 1 EXHIBIT B PAGE1 OF 1 SCALE 1" 500' INb. 5 8 FIRM Na. 101069 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 76118 817-498-1424 FAX 817-498--1788 Page 1 of 7 D297259507 111812017 0:18 AM PGS 7 Fee: $40.00 Submitter: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records �j Mary Louise Garcia VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-326 PAROL No. 10 PE CITY PROJECT No. 100276 MOSES WALTERS SURVEY, ABSTRACT Na, 1698 CITY OF FORT WORTH, TARRANT COUNTY,TEXAS e STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT ! DATE: GRANTOR: BLOOMFIELD HOMES, L.P. i GRANTOR'S MAILING ADDRESS (Including County): 1.Q60 E. STATE HWY 114,SUITE 214 SOUTHLAKE,TARRANT COUNTY, TX 76092-66265 GRANTEE: CITY OF FORT WORTH i GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent sanitary sewer easement situated in the Moses Walters Survey, Abstract No. 1598, City of Fort Worth, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a 48,706 acre tract of land (by deed)being further described as Tract Il and being deeded to Bloomfleld Homes, L.P. as recorded In County Clerk's File No. D216123147 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer I easement being more particularly described in Exhibits"A" &"B": PERMANENT SEINER FACILITY EASEMENT Rev.011f8/17 VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 10 PE CITY PROJECT No. 100276 MOSES WALTERS SURVEY, ABSTRACT No. 1598 CITY OF FORT WORTH,TARRANT COUNTY, TEXAS STATE OF TEXAS § § KNOW ALL MEN SY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WQ-R-TH PERMANENT SEWER FACILITY EASEMENT DATE: GRANTOR: BLOOMFIELD HOMES, L.P. GRANTOR'S MAILING ADDRESS (including County): 1050 E. STATE HVVY 114, SUITE 210 SOUTHLAKE; TARRANT COUNTY; TX 760925255 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY,TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent sanitary sewer easement situated in the Moses Walters Survey, Abstract No. 1598, City of Fort Worth, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a 48.706 acre tract of land (by deed) being further described as Tract II and being deeded to Bloomfield Homes, L.P. as recorded in County Clerk's File No. D216123147 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described in Exhibits "A" & "B": PERMANENT SEWER FACILITY EASEMENT Rev.01/18/17 (ORTORT Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines,junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit"A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof,for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor(I) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or(11) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however,that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Subchapter E of the Texas Property Code, as amended, the owner or the owner's heirs, successors; or assigns may be entitled before the 1 am anniversary of the date of this acquisition- to repurchase or request certain information about the use and any actual progress made toward the use for which the property was acquired through eminent domain, and the repurchase price will be the price the city pays you in this acquisition. TO HAVE AND TO HOLD the above-described easement, togetherwith all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. PERMANENT SEWER FACILITY EASEMENT Rev.W118117 - FDR1 WORT i GRANTOR: Bloomfield Homes, L.P. By Bloomfield Properties, I it's General Partner ponald J.Dykstra,Prwldent Bloomfield Properties,Inc, General Partner GRANTS - ity o Fort Worth By(Signature): Steve Co ke,Property Mtge agement Director (Print Name) APPROVED AS T RM AND LEGALITY (Signature) (Print Name) Jess Sa svang, gtant Ci Attorney THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared P ,known to me to be the same person whose name is su cribed to thK foregoing instrument,and acknowledged to me that the same was I e t of ae.� and that he/she executed the same as the act of said the purposes and consideration therein expressed and in the capacity therein s ated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this '-� day of E IN HICKMAN otary Public.State of exasomm.Expires o9-26-2018 Notary Pu c in and for the State of Texas Notary ID 124694606 PERMANENT SEWER FACILITY EASEMENT Rev.n1118/17 &q l . I ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public'n and for the S ate of Texas, on this day personally appeared W*% of the City of Fort Worth, known to me to be th same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20ja. Notary Public in and for the State of Texas 9��wti p�9n i'_EOSUMNER *�* Notary PubliC y STATE OF TEXAS MY COMM.Exp.May to 2018 PERMANENT SEWER FACILITY EASEMENT Rev.01118!17 Fags Woxr . i VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 10 PE CITY PROJECT No. 100276 I MOSES WALTERS SURVEY,ABSTRACT No. 1598 i CITY OF FORT WORTH,TARRANT COUNTY,TEXAS EXHIBIT"A" j Being a permanent sanitary sewer easement situated in the Moses Walters Survey, Abstract No. 1598, City of Fort Worth, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a 48.706 acre tract of land (by deed) being further described as Tract II and being deeded to Bloomfield Homes, L.P. as recorded in County Clerk's File No. D216123147 of the i Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows; COMMENCING at a T.E.S.C.O. monument found for the northeast comer of said Tract II, said T.E.S.C.O. monument being the southeast corner of a 17.233 acre tract of land (by deed) deeded to Oncor Electric Delivery Company as recorded in County Cleric's File No. D209327919 of said Deed Records of Tarrant County,Texas and being further described in Volume 3554,Page 622 of said Deed Records of Tarrant County, Texas, said T.E.S.C.O. monument also being in the west line of a 154.79 acre tract of land (by deed) deeded to Guion Gregg III as recorded in County Clerk's File No. D214161360 of said Deed Records of Tarrant County, Texas; THENCE South 00 degrees 08 minutes 29 seconds East,with the east line of said Tract II and with the west line of said 154.79 acre tract of land a distance of 81.06 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement; THENCE South 00 degrees 08 minutes 29 seconds East, with the east line of said Tract II and with the west line of said 154.79 acre tract of land a distance of 25.08 feet to a point for corner, from which a 5/8 inch iron rod with cap stamped "TNP" found for the southeast corner of said Tract II bears South 00 degrees 08 minutes 29 seconds East,a distance of 1715.34 feet, said 518 inch iron rod with cap stamped "TNP" being the northeast corner of Lot 1, Block 1 of Rosemary Intermediate School Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet B, Slide 3404 of the Plat Records of Tarrant County, Texas, said 518 inch iron rod with cap stamped"TNP"also being in the west line of said 154.79 acre tract of land; THENCE North 85 degrees 29 minutes 35 seconds West,a distance of 218.27 feet to a point for corner; THENCE South 72 degrees 00 minutes 25 seconds West, a distance of 39.20 feet to a point for . corner in a north line of an existing 50' Access and Utility Easement as recorded in County Clerk's File No. D205013 877 of said Deed Records of Tarrant County,Texas; THE, North 85 degrees 29 minutes 35 seconds West, with a north line of said existing 50' Access and Utility Easement, a distance of 65.33 feet to a point for corner; Exhibit A Page 1 of 2 i f i t i E 1 THENCE North 72 degrees 00 minutes 25 seconds East, a distance of 104.53 feet to a point for corner; 3 THENCE South 85 degrees 29 minutes 35 seconds East,a distance of 221.21 feet to the POINT OF BEGINNING and containing 7,290 square feet or 0.167 acres of land, more or less. Notes: ° (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. s i Date: June 16,2017 Curtis Smith Registered Professional Land Surveyor k�7 o �No. 5494 :V Texas Firm No. 10106900 CURTIS SMITH O� 94 ti0•.,ass�Q�-� Exhibit A Page 2 of 2 I EXHIBIT "B " PARCEL No. 10 PE 17.233 ACRES (8Y DEED) ONCOR ELECTRIC DELIVERY COMPANY, LLC E C.C.F. No. D209327919 VOLUME 3554, PAGE 622 D.R.T.C.T. ! 10.526 ACRES (BY DEED) PERMANENT SANITARY I ONCOR ELECTRIC DELIVERY COMPANY, LLC C.C.F. No. D209327919 SEWER EASEMENT AREA VOLUME 3540, PAGE 527 10' UTILITY EASEMENT 7,290 SQ. FT. OR D.R.T,C.T. C.C.F. No. D205232630 0.167 ACRES 1 P ---- D.R.T.GT --` NOTES O '�— —'-----.� .__'_ _ y MONUMENT j 50' ACCESS AND UTILITY EASEMENT I C.C.F. No. D205013577 I I S 00'08'29"E B1.06' D.R.T.C.T. �'� I ! t1 40 5�. ......::•:::' "�::85'29'35"E 221 21' � I I P.O.B. 1 --ec_; .::.:...;r ."'�'-•-••:_;;;:. .....................f:: ---,-S OO'08 29 E N 85.29'35"w�' 21a.27`"" , ; 25.08' 65.33' S 72'00'25"W I I I ------ 38.20' 20' PIPELINE EASEMENT I [—C.C.F. No. D208115034 MOSES WALTERS SURVEY - i M I D.R.r.c.T. lr 154.79 GUIONACRES GREGG III j ABSTRACT No. 1598 i i i C.C.F. No. D214161360 L�— 10' UTILITY EASEMENT D.R.T.C.T. TRACT 11 w I C.C.F. No. 13205232630 I 48.706 ACRES (BY DEED) I I I N I D.R.T.C.T. BLOMFIELD HOMES, L.P. I j b C.C.F. No. D21 6 1 23 1 47 I j cl D.R.T.C.T. E �, EASEMENT LOCATION I I I I FND 5/8-IR W/ CAP 1 LOT 1, BLOCK f i (STAMPED "TNP" SUBJECT TRACT & ROSEMARY INTERMEDIATE I I I LOCATION OF EASEMENT SCHOOL ADDITION CABINET B, SLIDE 5404 P.R.T.C.T. I ! c MOM, 100 50 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. s 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE I SYSTEM, NAD-83. THE NORTH CENTRAL ZONE 42132, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET ;' 0eR3T Cit,& -- of Fort Worth 1000 TLiROCKMORTON STREET FORT WORTH, TEXAS 761x2 VILLA CE CREEK BASIN � of T j CROWLEY RELIEF INTERCEPTOR M-326 ,�P�•,61 sTeR�+ PARCEL No. 10 PE CITY PROJ. No. 100276 PERMANENT SANITARY SEWER EASEMENT "" " "" • I OWNER: BLOOMFIELD HOMES, L.P. CU. ._..S.........SNIT SURVEY: MOSES WALTERS SURVEY ABSTRACT No. 1598 f :,p 54 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXASS5 I ACQUISITION AREA: 7,290 SQUARE FEET OR 0.167 ACRES S WHOLE PROPERTY ACREAGE: 48.706 ACRES BY DEEB CURTIS SMITH JOB No. TN&P17D1.D1 DRAWN BY: RCS CAD FILE: 10—PE.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JUNE 16, 2017 EXHIBIT B PAGE i OF 1 SCALE: 1" v 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX 817-496-1768 Page 1 of 7 0217259508 911012017 8:23 AM PCS 7 FBe: $40.00 Submitter: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records -�'p�1?7tcvt��c+stJ Mary Louise Garcia 3 VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-326 i PARCEL. No, 10 `FE CITY PROJECT No. 100276 MOSES WALTERS SURVEY, ABSTRACT No. 1598 + CITY OF FORT WORTH, TARRANT COUNTY,TEXAS CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: 01ii GRANTOR: BLOOMFIELD HOMES, L.P. GRANTOR'S MAILING ADDRESS (including County); 1050 E. STATE HWY 114, SUITE 210 SOUTHLAKE, TARRANT COUNTY, TX 76092-6265 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH$ TARRANT COUNTY, TX 76102 CONSIDERATION' Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. 3 PROPERTY: Being a temporary construction easement situated in the Moses Walters Survey, Abstract No. 1598, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 48.708 acre tract of land(by deed)being further described as Tract li and being deeded to Bloomfield Homes, L.P. as recorded in County Clerk's File No. D216123147 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits"A" &"B": f Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit"B". I Temporary Comtntclim Essoment atnanot7 orWnr-- . VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 10 TE CITY PROJECT No. 100276 MOSES WALTERS SURVEY, ABSTRACT No. 1598 CITY OF FORT WORTH,TARRANT COUNTY, TEXAS CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: GRANTOR: BLOOMFIELD HOMES, L.P. GRANTOR'S MAILING ADDRESS (including County): 1050 E. STATE HWY 114, SUITE 210 SOUTHLAKE, TARRANT COUNTY, TX 76092-6255 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10,00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Moses Walters Survey, Abstract No. 1598, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 48.706 acre tract of land(by deed) being further described as Tract II and being deeded to Bloomfield Homes, L.P. as recorded in County Clerk's File No. D216123147 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits "A" &"B": Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit"B". Tempoiary Construction Easement 01/1W017 FOR3`WOR It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of CONSTRUCTION OF A SANITARY SEWER FACILITY. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. Temporary Construction Easement 01/18/2017 OR'TWORT . GRANTOR: Bloomfield Homes,L.P. By Bloomfield Properties,Inc., it's General.Partner Donald J.Dykstra,Prealtlent Sloorriftold Properties,Ino. Genera)PsttRer GRANTEE: City•of Fort Worth By(Signature). Steve Coote,Property Management IDireetor (Print Name) ,Title APPROVED A O FO AND LEGALI (Signature) (Print NaW#S1angsyslnq,Asst tai Attome ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared 1xicL I SA--r, , known to me to be the same person whose name is s bscrib to,t4e foregoing instr ment, and acknowledged to me that the same was the act of 1. . , and that he/she executed the same u as the act of said for the purposes and consideration therein expressed and in t1le capacity therein stated. `�,� GIVEN UNDER MY HAND AND SEAL OF OFFICE this (Z- day of `�,�ti±�Y�^a,,�! GINA HICKMAN �4 s. ,Notary PUUIIc,State of Texas j?;;:9 cor{,t,,. xla;res 09-26-2019 Notary Pubi' in and for the State of Texas .;fC•aS.•4`` �++rrpf+„�� Notary LD 12469a6Q6 Temporary Construction Easement 01/18/2017 Fox� T�W ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the S# to of Texas, on this day personally appeared b -t-�rjr— of the City of Fort Worth, known to rhe to INe thJ same pe on whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20�1 2 LEO l;;klMAR.T . Notary Public in and for the State of Texas � NAai��pC��+�Ii�A n STATE OF TRAAA l4tY Comm;EXo,Mmv 10,018 LE. LEO UM E' PublicE OF TEXFIS iExp,M8y 70,2016- Construction Easement WIV2017 f 1 VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 10 TE CITY PROJECT No. 100276 MOSES WALTERS SURVEY,ABSTRACT No. 1598 CITY OF FORT WORTH,TARR.ANT COUNTY,TEXAS E EXHIBIT "A" Being a temporary construction easement situated in the Moses Walters Survey, Abstract No. 1598, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 48.706 acre tract of land(by deed)being further described as Tract II and being deeded to Bloomfield Homes, L.P. as recorded in County Clerk's File No. D216123147 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: i COMMENCING at a T.E.S.C.O. monument found for the northeast coiner of said Tract II, said T.E.S.C.O. monument being the southeast corner of a 17.233 acre tract of land (by deed) deeded to Oncor Electric Delivery Company as recorded in County Clerk's File No. D209327919 of said Deed Records of Tarrant County,Texas and being further described in Volume 3554,Page 622 of i said Deed Records of Tarrant County, Texas, said T.E.S.C.O. monument also being in the west i line of a 154.79 acre tract of land (by deed) deeded to Guion Gregg III as recorded in County f Clerk's File No. D214161360 of said Deed Records of Tarrant County, Texas; THENCE South 00 degrees 08 minutes 29 seconds East,with the east line of said Tract II and with the west line of said 154.79 acre tract of land a distance of 106.15 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point being the southeast corner of a proposed permanent sanitary sewer easement; THENCE South 00 degrees 08 minutes 29 seconds East, with the east line of said Tract I1 and with the west line of said 154.79 acre tract of land a distance of 25.08 feet to a point for corner, from which a 5/8 inch iron rod with cap stamped "TNP" found for the southeast corner of said Tract II bears South 00 degrees 08 minutes 29 seconds East, a distance of 1690.26 feet, said 518 inch iron rod with cap stamped "TNP" being the northeast corner of Lot 1, Block 1 of Rosemary Intermediate School Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet B, Slide 3404 of the Plat Records of Tarrant County, Texas, said 518 inch iron rod with cap stamped"TNP"also being in the west line of said 154.79 acre tract of land; i THENCE North 85 degrees 29 minutes 35 seconds West, a distance of 117.74 feet to a point for corner in an east line of an existing 50' Access and Utility Easement as recorded in County Clerk's File No. D205013 877 of said Deed Records of Tarrant County,Texas; j THENCE North 00 degrees 35 minutes 33 seconds West, with an east line of said existing 50' Access and Utility Easement,a distance of 10.04 feet to a point for the northeast corner of said existing 50' Access and Utility Easement; Exhibit A Page 1 of 2 THENCE North 85 degrees 29 minutes 35 seconds West,with a north line of said 50' Access and Utility Easement, a distance of 137.88 feet to a point for the most easterly southwest corner of a proposed permanent sanitary sewer easement; I THENCE North 72 degrees 00 minutes 25 seconds East, with a southerly line of said proposed permanent sanitary sewer easement,a distance of 39.20 feet to a point for corner; THENCE South 85 degrees 29 minutes 35 seconds East, with a southerly line of said proposed permanent sanitary sewer easement, a distance of 218.27 feet to the POINT OF BEGINNING and containing 4,733 square feet or 0.109 acres of land,more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. i (2) All bearings and coordinates are referenced to the Texas Coordinate System, j NAD-83, The North Central Zone 4202, all distances and areas shown are i surface. i i 3 I I I I Date: June 16,2017 I Curtis Smith Registered Professional Land Surveyor �E �� T No. 5494 �isteip�F Texas Firm No. 10106900 CURTIS SMITH "8 5494 Ir @ suR`� Exhibit A Page 2 of 2 EXHIBIT "B " PARCEL No. 10 TE f 17.233 ACRES (8Y DEED) II ONCOR ELECTRIC DELIVERY COMPANY, LLC C,C.F. No. D20 9 3279 1 9 VOLUME 3554, PAGE 622 — O.R.T.C.7, -- I TEMPORARY CONSTRUCTION 10.526 ACRES (6Y DEED) EASEMENT AREA � ONCOR ELECTRIC DELIVERY COMPANY, LLC C.C.F. No. D209327919 10' UTILITY EASEMENT 4x733 SQ, �� VOLUME 3540, PAGE 527 P C.C.F. No. D205232630 0.109 ACRES D.R.T.C.T. D.R.T.C.TT P.D.C. -- -- e -~ FNn TESCO MONUMENT SO' ACCESS AND PROPOSED UTILITY EASEMENT PERMANENT SANITARY C.C.F. No. /3205013877 SEWER EASEMENT I I D.R.T.C.T. I —S 00'08'29"E ' N 72'00'25"Ei 1 106.15' 39.20 — -- I S 85'29'35"E P.(1.8, —_ ...� .2 7 1 N 8529 35"W 137.88 :' ` '::. :=c: :::; ::}'` 1 S 00'08'29"E 25.08' N 00'35'33"W 10.04'1 N '29'35'1y r i zo' PIPELINE EASEMENT 117.74IC.C.F. No. D208115034 MOSES WALTERS SURVEY D.R.T.C.T. I I j o1 154.79 ACRES (BY DEED) ABSTRACT No. 1598 i i m 1 C.C.F. GREGG III 1 I I TRACT II I I —J F�--�1G' UTILITY EASEMENT D.R.T.C.T. 48.706 ACRES (BY DEED) 1 I I ' II C.C.F. No. D20523263o BLOOMFIELD HOMES, L,P. cn l D.R.T.c.T. I o l r C.C.F. No. /3216123147 � + j o i i D.R.T.C.T. I 1 1 0 1 1 1 I 1 I 1 EASEMENT I LOCATION 1 I I I I I I FND 5/8"IR w/ CAP SUBJECT TRACT & LOT 1, BLOCK 1 ISTAMPED "FNP" LOCATION OF EASEMENT ROSEMARY INTERMIsDIATE I 1 ,5'C1100-1 ADDITION CABINET B, SLIDE 3404 I P.R.T.C T. i 1 NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 100 50 0 100 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEYAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE SCALE IN FEET FOM WO RT H City of Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 78102 VILLAGE CRE.Eik' BASIN of CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 10 TE CITY PROJ. No. 100278 TEMPORARY CONSTRUCTION EASEMENTI ........4...........................�- OWNER: BLOOMFIELD HOMES, L.P. CU IS SMITH .. ........... .. .......y.. ... SURVEY: MOSES WALTERS SURVEY, ABSTRACT No. 1598f '. p� 5494 aPv; LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ��• ACQUISITION AREA: 4,733 SQUARE FEET OR 0.109 ACRES S U WHOLE PROPERTY ACREAGE: 48.706 ACRES (BY DEED JOB No. TN& &701.01 I DRAWN 9Y: RCSCAD FILE: 10 7E.DWOCURTIS SMITH DATE: JUNE 16, 2017 EXHIBIT B PAGE i OF 1 SCALE: 9" 100' REGISTERED PROFESSIONAL LAND SURVEYOR GORRONDONA do ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 BO. 5494i7 49B--1424 Tt5FlAS 8_I M No -1A10890D I E i Page I of 13 D218022310 111`3112818 2:33 PM POS 113 Fee: $64.00 Submilter: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Garcia rorest-Hili—dr-ah%rq-345'KV.4he t�-450${3664162.2j 2017-1290CW EA-SEME14T AND-RIONT OF;WAY Crowley R'.al(ef-1htbroeptorM-N5 city P .,00 -76,Farcell..91 1 .1 .2 -STATE'OFTEXAS. KNOW ALL-MEN BY THE-5E PRESENTS b..0'0'ATYL :0F-TARAMY -That ONOOR ELVOTFU G- -DELIVEMY CMIP-ANYLL0,at)Oaware finiiited Hability coMpany,frerolhafterreferred to as.Gra-ritar..-for and in consideration.-of TENANDV0110.0. DOLLARS g6dd Arid valuable cor14i&-.rAt16ht6'it­lff hafrid.old b tb.q owof FortWor(h aTexasmoriiolpal.GcTp.otaft'on,hereinafter granted,sold and Gonveyed aftd by thase-presents-noes.herg0y-grant, sall.and-convey, unto SMid'GMrifisea ridn6,Xdff3iVe 0,142aero easerzietii=arid right rifi=iriray Tft the-p Urp 6 s er of nonstra0ing,-mcanstrudring., replacing, Maintaining-ond. opar-alling ,a sarvitaq--sewer Int hev@4n after reforroO."to as Orowteos Fiaii)GOYi1h:Qver,,uPdervac.r9.s,%--a n d al.9n g.the progetty detvibed ij:n the Attadhj6d Exhibit'W% iatid-as--shdw n ofi. the attached.EX.hfbft"B"t. H 0,_U 'T -SEE ATTAG 6 HIM 3 Thorp is als,o..grrarttq4l lo- Omptee, its -iwcop4wrA 9-r .-AsAi0mv ;k ,norwduOye tonipor4iy:cohgtr.uction.easL:,ment..deairibed in Exhlbit-1V arid-,,""own 0WEXhibit 0 V -during temporary periods, as may.be necessary tom Afte-coTratrucfio.n,'.ma1nteryanGe, and repair Otal Oro j lifty, .%�.�h-prse.0011 itQf inipffere with Gran tde's use f:ouch 0 n,00��:Fao� . .. . ... . use Q propefty fil-thaoperation of its buolhiess-soil Geantee.s.hall during cm.nstruoWn-and ot the .wnduslon of'_S.Vch construction remove--alf construction debrisi aid oth,6r•rnktariAll-ftath Woh:pr6pefty and: Tiastdre_-tub1t.pfdpiM-td:the-sorra condition it was- In prior:to the ajornmene-eiment.of Granteeks aoristrueion:thereon,or In proxtaft-th-er0p, A-Oditip.nal gen.e.ral-cqristrwtion limitatio.ras are A"crlbed ohd fisted,that not'limitiad:to,In E-x-hibJ.VE",,0ftta0hed hiototo,and by'ro-ferance ffad6 ti part hereof. Lite of'4r.aglities-orothorboom-fy.pe aqu(pmonfin wonerction With anyworkio:4e peAbrmod,Qn.OlranlO%propwtyby the-Grantee, Its emplO.yees,.ag.lpnt�si.re.pripsent;t#ves.-,Qr cooff tmetbra� w-st',cotnply- xasL with Chapter 752:,T� Health=and 8afaty,­Code, the National Electno6i'Safety.-Oode-and any-atherclea,raneeroquiremenfi5. Not.w.ith.s-tan.d.thgaRythlrq-.,ta odoso-power 11nos-a r-within'twe* power lines situaW on:the aforesaid property, Grafflee must notify-Forf W-brth'Transmfs-03n, property excepf.i.man emergency-.Grantor reserves he tightto refuse Grantee-permission to:use bo.onn 4y.pe,eqmjp-Ment;. i Page 2 of 13 I i -Grantea shall so as tri tta.l rtdrfereurrith atiy-cf -Grantor's:facilitia.s.GrameQ.stiafl.rtfl# la .it fa. illty.within,2 .feet of any:pole ar trnnrer.#e . Oraintee shdl reimburse Grafitbr f f-Ariy and all casts and expenses incurred by Grahtioffor � any relot:atltin nor. Iterafir cif Ets€ cli#es late�l:_arr r�r rear:ti easerrtent tafirat�#ar, lr� its-sole discretion;determine$are-W*Ei ctto intarference-from:the.said.G nteo's-Fa ill vr :from-the:exervsi3"by Gfghtee.6f any.4its-N&N hteraund.W. Thle easerneant is granted upon the- condit'rbits That Grantears Fadllity, to -be ;cahstructad shall.ba.maintatfaed'and operated by G.r:antea.aii no.expdnse•to Grantor-arid Grant6r Aball'n,ot be responslbl6.•for any costs.of construction,:re.constrtictiori, operaticm« Mainteiiwwe;:•6r removal bf Gran'tee's Facility. i To-the extent.perrr0ed by laws Grantee, agrees to di fend, inde.m0k a.rpd bold Geahtor,its office ,64eh%Arad-erriployeesK harrmess against any artd.-all claims,lamuitst judgements;roosts.,.and expenses:far personal lnjury.(hrrclJudinq death),propefty-}hmage-or ether i ;Rrm for wbich tecquery 0.44mage5 is swught,-suffered by any person or pQrsons fiat--may-arise ouf of,- r. be Esc sioned,by airy-(negligent adfor-.amIssicn.of Oranfee,.lts I officers, -agents,.-associates,.-ampl:oyees,D.r iubconsultants; except that.the indemnity � ptorrided• for- 'n- thiia paragraph Miall bat apply tri arty, liability resulting -from #lie--sale negllgenseaf'Grar�t4r,:its of€tcersr.agwemptoyees.anseparatecodtractors,aad ln.1he eueril..af jal t:and cQncurrerrt.negligeCige of doth Gran#grand Ort ee{ r. pon"EFaility,rOd .inderrir0y, if-any, sMI!be apporti'dried-ccarnparativel' fn a rdsrr•ce and h.ttie lags df the :S.tate-ofTexas,wilhout;`low. fiver; waiving-any.governmrrentW IrnmoDi y-oT other-deferises i ava�atila to the parties iindet TLdxat.LAW.The provisioris of this pa"ragtapli•are' -salely for the benefit-of!he parties hereto-and not intended to create-pr gratyf arty rigprts,c"fra6tual :or otherwise .to any.:Qther person 4z),r ertth, I Grantee shall,-at its-own Gost-acrd expense camtrlY with:alf.appiloal?Ia I' we,inalediug but not:firri.i.tod tcaw orrijnances, govommiri .ntal rples.and reg»latidna-eq,aOed ©rpromulgaier� ixyany-gvveTnmentai-authority and shall.pr'ernptly exec4a and fulfill all orders and,requirements-imposed by such governinerttai autharlfies-for the.Correction. pteveriticrn acid abaterbeht•-df:liuistMces in -or updh iii-carrneetdd. vvith'tE id prerrrises l fiecause•'af-Grarite&..'s.use thereof. Tlzia�a'ae�3eali°,:'std-bject.to'�ll.lietrs:ofra•Etirii, stria(itcbtftinuaotrlysclot�gas-G.rarrtee •shaltusffthls rigKofway-for-the:.purposeherein described.-and the same shiill immediately i lapse and.terrmfna-t&upoh cessatjon If:su h use. i TO HAVE :AND TO HGi.a the above described easement and dghts unto:#iie :Grantee,its swb6ssom'arid lassign%.-forthe purposes•aforesaid and vpon the aohdlt'rdirrs !- herein:stated until the same s-hQ be•-abandrined for.use•>y.thr~.Grantee.for.the.purpose herein stated, tiieh:and therQapon ii i :eonveyanace shail b..e-rtuU and void and the.use-of said !arid and .premfsea-shad•absolutely wart to Granata-Therein, :its succes-scrs.and asslgna., aid-no•adtor-omis-sion an the..parftof-them shO..be construed:�as a wa`lver of-the ontorcernent 4fs ictj can_Von r=aseman't.andF�rg�.vf•Way -f���s.�ot 73 k i Page 3 of 13 j AND Gray or does'hereby bifid.i#self,•ife successqrs:-qad°;psigns.,V WARRANT ; AI R FOREVER=DEFEN:#?al[and sing a.fa #fie a Qu ..de crlbed easerhOntzia fid rights udfa � .the Grantep.,Afs successors:-an-d assions'k -against every. person whomsoever. liew.fuliy j (a.ii itg � t rAaim-th$same grainy part tt T.eof,:4y th-re r or rMd r Gre for tt t.nit I j I .SO-RANTQR; RI E aT#� .CBENSRY COMPANY`LLO, ! i i -Qel'i1�iS 1r... l��f>tC�l°kI 1 5 -GRAN Eal, .I��rrie> TM05. i i �$Qt1gB[It:agf i ,t;�t vsy .?age�-of-vy I Page 4 of 13 i i STATE,, CQ"T4Mc 5 i -C'QUNTY-OF`I~ARRANT `®EFOO'E 'i=, lho un-6migned .authoxify .oto this doy, persionaly ppeared fi Lk I— oft 1 . y:if o str kt,((rxov+n o Me to_?e+•t q pefsa wh.Ose..Orn iri suis ed o,Tb forpONg instrument and-admowfodp 'd to trio fhat.ha/ih-e:axecutod.the same, for the: purposes and c r«'rde3-�tic�n.1h ein expre§aed;in the:capaoi�therein sta��arrdbelshe is _authbrized16-do to. "O'l-lER UNDER.l4Y'HANQ-AND aEAL:QF OFFICF-:phisNOPi * a : Mo#as}i f'i� lie=ik!arr±I-foK fhe Stats of-Te '. xas I 'T ++sTE..CTI=TEXAS-- I -0[UNTY"O TARRAN :§ l3iw i M ,.the nda sped anther~ityon-this day pigeonally.appear ad..bennis:L. 'Paftn,as aAit ritey-ln Fact:ofenc. leo rf tver Pgr!y-U,,C,Im.ownto:mat . -be.the p.mon.whose:nama.ts sitbw1bed to-ttie.feregoing irtgtrurumdot.and.aekaow(adged-.to ma that he exacntad tbe:same,tar fb e,.purpmes onO-coneideratf.on'fhereirt..expreso�eO, In: -the capicity th6ttifi Mated Ahd die is'a"ut-i6rized to db aci. OlW N:UNDER MY HAND ANI)SF-AL:-Of OFFICEJmt� A*_� .. . :.. (Jay of A,0: 201. . i ,s srrp R+1A�fl�`EN.�MIYH .. .. N. a .: . .. .'tr.artd. or -e Mate ef�Toxas i rrnlQi€ary.l�ui�1� sx �s' # a"s. II -' •! z r w GrxFinx. Pira E�8 44a I i £ase►r,el;t:and:C2tgFi�.�fllSra� Paga•4. i i 3 i i Page 5 of 13 I :MT kRQJEdT*jVo.'1Q9276: I 'NbS)9O*At $URT-Y�AMTRACT Nm 159.9: I UTY OT--FORT WOR U 'C:ARRANT COQ NW,;TAX-0 I i $kT sa�aa � emg a 0 Sormi Abotaet:qh. # i City off Worth,T aft t-C .. TW:!,pld pgma est:send a-pa tioik oz's-$y:23l #ea�_tidf"'W" '(b. -d n :c ti .-to-O'hdu 1gWtd6 belly Comex'LLC m mom*d iii.VqNnty Q&TV0.40 N9.l Q T`- Oflhe-PeE4 d ..of T im-t:Ootit >.T 9 oad.bo tig.faffil er desraz#d fti Vdtt .3554, Pada d22.:qf' .Sald:"Deed Re sp Qf Tgrmt C1t3� Tqm& wid pQ amnt s4iftry mg ags.ement mgrs et iTy t r bac b m as and boon -:as.t'allowil: �Yi��a>�a°pa�iirtt.�'ax��r�t��xa�:th�no �xtyi�e�si�s��.1�: :3 a�re txa�0�'1fi,,sas�,�xot i being:.in themutherly.lina of a'51.565 aer Uaot of=land, Lby deect-deetled•t6-Tbld-MP USA ��it�ett,;�T:,:�`-`a��eoord.�cl3n�out�:�le�r�'��i����R• ����f���:.±�:FsaadX3�ed.�e��rda-���`�r�.t I 'or }y;` a rou fah a- /21n xo t r©at i indfgx as a casri#.ii e�noA?i, line bf40� 17.�3�•,�ct�-t���e�l�d 1��g��xt£i 85-de�d�3Anutes��s�e.�� a:W�s�a:dr�t�n�:c = �,J:Q. fes:�sid inch.iron xr��[a7se.� �an a��te pviii�-i� �Q ���fig a1"sai(i 5.1: i.G"aez`e tr THI 4E sr de es :r to I3 s os�ds asi;. TtTith no pr jim, f-1* i 17. 31 aam-tmetpfin-dand vAth.iiosaWhglyfiine-tf Wd.�1.�.�dset���€ oflandka��tat[as } of 30,59 fed.t©-appaj of corner;. TIW*rCJK South O4 de w�y Minutes 12=McJ BUB,wdistmo 0 206-,feet to a:p.mi -A?t . Goin =.is. e.soxtthdl .lifie :sa%tT-1'.2 -aoit_-traddt.df" i .sai<tpoiftt �.� .��zt�:�.g� �l •4�����t.���ntt����ax��?Xe.3�tth-ri�xtmnf .jt).t THEl l E .onk 95 der s:3 .m# a tes A semis Wiest;With tlte se*laexly'ft OsaxcJ.:1723 ac�a:fxactofiatcd. l•�i�#ii�aurtFrri�'�1:.-o���ra�r liue':o�sf�id ltii�l�ar�Aii�.tue,;ailTstaz�.cc- t 3i"Vie#fio.. t p rat toy.ec -;.jova whi4h-a:118 bmh 3xan: u�*eV, Wiped ``1 away, cf t ssccis es"fiiunci r anaixgle_pvi .i the southcrly.Jim ofsaid..�1 3�3= #5;��feet,.sa i -51g Jixdh-irari od wcth-a r.staxuped`V= & r 'beim as azx e p J t3ta.fie ox erXy-lihe of Im 24,mock-113, of Roemer l ids.Addition; i -an-addition td the City-of Fw Worth, Tarxanit":Ooun#y,'.Te -iW:r -.fif Cabtiiat' ! &} Ildo--10$12 Offt Plat- cord:T.QfTwrant:p tpfy>.Fens., i i- l=asemepf.-and.Pightof flay. 9s I Page 6 of 13 i i I TINE 1�orth�=��rees 3� in��?,�-.s�cas." e��.a d`�te�ee Q��.t1d.0��e�t�to•t�i��"Q `.[' or 2MQaM4 and Wntuizdng-4i81 q%pre-feetor 0.142 a fess. . t Note, ,(1') A'p&tkf evon.s"y daL-,hmv4th m =pan1wiWalo l.doq op ` ( : All.be !go-Od osdi s;are M W toot Tokm-Goozd bate S tt NAI 4*, n,d Nodi C. Zqh6 402, ani..c1i*w-es and-ams iho4n Y. I i E I F - P f I F i i {F f Dab: MY A 2DX'I - ..- F. R.e�iS��e�•�TO�SSPOYI�,�i� VS�� ,.�. {�,. •: � -A P4p.�2 of 2 �a4e�er+t'.aoxf.f�9gErt�of Way •pages 5 a�i3 Page 7 of 13 -EXHIBIT B' -FARMW Ift I., P9, 40,pipulme mo 5.1saw,M Wu -Toy. 'E&F6 Ll -M. M- RD6 VOLCAA 1 fl,!AIIE,24a. t,4..r �iR-TAT; y—LOD �Ubjta TR'ACT imATtON OF, MS'EMENT M 1(218 VAM ACRES at QEEi - - TRIG ALIVE"Y 00 My LLJG th ;pEVVER'bW. Mtb1-T 4RFA BAT g KV TWER ;IM OAF 6y ' SURV Y' MOSES. VALT ER 5 S T RACTNo, ' I 519-a LOT 24 tor 44 T Lbi.."a LDT ad: tu A.Y. 4. I PJP W� k A; Q,W, it Q1lF 1. i mawir.1j) HO si L.p. T&IMIT AA rAT(XW-DWO"dO Of EVEN--Mlt AMWIMMY VP!':PMt-- TOO__W, ...... 4.00 A-64B 6S ft-'MORDIMM ARE ffARENOM Td 14 MET ......... .... MnT BASW .0" ZOE m 3R5 fflRCEL.MM,J-1. -PE PAN,-WiblffUi. 'PERW9ff'-SANMff, SL ER-EUMBEW J-q OWNERt QNQGR 6UQTIQ,DELI -COMRANYALD .A44 -,.Sukw. s ABSTRAOT"Nii. 1.59B.- WNW MAMNT MUM; Tm I X-.l?kpp9Rly_*-- 'Fzl­A9;'9U M -KIM' PRO=- -dolv.Nuz- RM RM -1 VA it U., " DAMAULYAW'21DIT .10W t&% W-C gpill." Avw",-fx,-7�1 JAMM Eusernerkand4ti9fif 4W­ay Page 8 of 13 T :����� �zi���WLEY• ���N1`-,�RCJ�TT:Q��> 5 PA:RCE--L-Wo.II TF, YE3C, TRACx'M.1598 CUY OF FOIRTWQRTJ4:TARIUNT.COUNTY,TEXAS ;. .... - �ale�Zctgiot�ereayse.A a �o :Te , aiLqxoy.ops�st#r�b.re�'•��fi'a:a: i ortiiaai df a x 231-a&6-tfad dIgnd( cd)'be}f� t1.o[ n s E1 trr l iir G ! • ed•.ixi�a�-�y. ��s•��� ��1�Z�'�3�79�1..�cr�•�.�•ilaed zds.o�3"a�r =Ca��; Texas Ann lseiyg furtli&-deseribeii�LVDh' 355 ,Pale b? .df.SpIO eW eeOT6 d-:�kiM', t. CMMM Ta d Q ai y:c?t e e ent lieing:rnt xe•- rticuIurJy 4qsofiiie4 b--m es: i .azcd.�otrr�ds'a§:fdi�o�s° =i7i'Al:acro tract Of laiwd'po1u-t f 1� :' the sau erly:lin�r a 51-._566.aura-trebt.of k ' deed:)..deeded' TwA B&1?U,3A .�o Te� •£�i„orn:.svhic�-a 1 �rr�tt rnel•fo '-f�` :an�1�'��ist=iii:#lie.�.ciz�iar��+lii�..at?.�aic�. :17;x33 acre:traot-oflaud bearbN: 8� �4mu s:1�sean�a�s�i� h;�•c�stanre;cif����9 f"eet3.saidlt�;�o�t.jsroz�.�d 11so leidg.ai�• g1e:go�tzt: tl�e.so��rl�:Iir �` =5�.����e�+e..tr TIMOR SoI.A. I�SkCIy i dv. a €1 minutes 1-3 scomdo.East; fih w:nwfhexly iine.of 7:2 - aai .traGtofIafid:and-with&0 SDudwrty.lirie:ofSdUSl M.6-armof adof14d,A:al Amom, ofna*6-teen oAvoi�tofaaO-so tar =-ttv p ement; : NC :iS st kfi cl s 3 tis .seeauc s fast, vaik he west.line of s���r4�p bid san t'se ucr"easeti�et�, .&st m-d-206.(2-.'.f tb.: polot'f CbMer_�si•#M sot4-010 . d Xhli2 a x . acC Qf ;' aid p Iieitig:in•the;nvr�l xigLtt• rway line:df WCal1_Ammiiie'(a va�a'bl *Jdjh-:dgWo:&w&7),:mid.paint aka bei the soi#1 wvt T"NC- N`oith 85:degrees:�.0wit 'a 38:seeouds ii�w,v iii aouipdy blip,9f:gaid X7233: a�xe�act o�lsnd�nd.wi#l}fiha ir�g'b.�o.tr.'tea.�Iiz�;evfs�-�ctral't.A�ez1u�;,�E�3,s� i Ridge Addi pX4 :an addition to the City.of Fort'Valb, Tarrant Qoo&Tbx4g,:as. which:a-SM:inbh-juin.rnd•Atli cap ata ei""Duicta<va '.8e- fmel i? f.exp w .anvil n t-ila' fe s9uthady- -flue,.aa said r7.2-31 ace fmt.ef.1as 0dars-Tarot 854bgrees 301hiniubn3-8 sego s eat,. istaFiceti€72 0 feet?std 51$:°i ,:den tod.m tai cam: ; p t� saao%a# ,. a a? `psi in the oxo erlY Sine 4,. Bk*113'o said l ose at etge At i#loi�; i1Abit-C- '� o Z `�asemant and:Riqhi:Qf:llV�Y Page 8a'f 13 I Page 9 of 13 .i T- F 1 CL:1Vorrl 12 sesiaitda-Wtst a di&nOm 429 :42.fdot#o ThOOINT [ i 7 TQC 1Cl == a tag 4'',MO a xo five-or 0,09 'im Of-Im iuoar :teas. - :1 ' Cyt ea; gs anal.4aoi mates aye r6 ienae&tea Am Texas Caort#ix�ate er n, D-8: The.Nkth.C'bn[r.al ane ;. -disfinom and. PxQpr,-*w- — i a i I •i: i i I. f • k i :�.e�t�,rext�.�nfe�sxanat�.�� rueyox .�'� �sr� -� • No.5494 Spar EapemeM-and Right of Way. Fuge 0'of l3 i Page 10 of 13 SID Ys HIBRIT P"OU ,fin. .1°1 : f' 10 WNW BROREf A�{ii. t.58&ACRES_ nE o] + Li{ C s iEtt. t nt- fQ7AL,:lE .tl�+4: W,r 0 + �. . &� yo. D2069i3B82 1 MR. B;FAL v0 . ... .. CARZ Kin aR182B6598• r. SlOLI1A4E.r 2�7.:Pi4Of. 0:@.T.v 1J PASEM6 AF1 D iiC.T, i .i: t LOf;ATibH - ff+�''DHAP L0j0AT.lQN _T �f3•` 310.$2' . .... 17&233--AQRES. 7 D f: QNp EL Ft$�C.. tEL C lhx-f Jf,•Lf i ur �. r VOLUME' .. Pr1t E V-1 . [ G IN �3G Crol!L r X 1 3'.k tFll �f J w Tl34Ya:8• 1 28 . .� 'y��(.vrxf.SP 1,,,.."11• # - . ST .Pl� fU,[aAYlP� Ek ra� FRPPp�Af�rRY R i T2. t`�y + t�rd �7I r�i-� y�ttcir � tQcc 33 tpr-�8 :1 pprey�r� { _ T W l M A�� StdADff �oG.t!� i BF9tR1iF�1ig1d •l'.R. -L �1r1�,7;rTi. `f iiNLEA )RIVE tom' = T r5 N. fwWr,D�tway)-1 STANF� . Rlj V0.20.. LqT na Vis, s f. A.iWAL OjWO tPila(N:aF•, -GAT.K:.i.iKffApftES MUM ,� ALL 664RI D6 C Ofiiil / E REF EN�Ei}'3 7FIE CQAftAiHA7E E �EAr,: TfT�'1�r1�•� I�i;;:�([tJE:•+�R�, AI.i:A15r�0 :Tykl[t ,_: $�i4iYN':AR 8.RFHd�B: . 1t ? i City of Fo rt: Worth MAP, - 4l!!fQ'- a�xreainou STHEFF- • FORF.Cl4R7klr"Tc�-[�55- 7's7`FS$ -�� ±. VILLAGE CREEK -B- ASIX c a G. - f 7ElMfPIA -TE. WY Rohl Rm W27tv Llt7AT2Y'CONSTRUCfiOR � �k"frl�1C i ." .. O]tINEFtI'OWN E' e.08WERY UP. Y� "•"� `'„r. .''„, STRNL•.h]a: .t. t3a 5'd9'd 11AVOt M�}51;5 .lRf4LTE9t�•SEIi� . ... '. . ,. . ' ' :,•t,• •• . , #.pt;A Qf7f 1 GTY 13F FORT WORTH,TA -'Pq= 4:.4110 � R-FgEr.0R :ND.•r 1 Oita BHA RG8 f8�"Tr„;[Ei�Ycr GU. ]9S `-_Ji0F9 - 7Ea • I ZDIT EXHIBIT'DAAG '' U d: 40 6Sfi k77":PRaE .- . 1-Lh110 Si1RY�Y 1R AfiBN0aP1k..AV AB,!1qK ESF.iH� ..�.. � '.. . ...._ BQ. .....�i�+`QM .F.QRT.W4... `TX.'.&lr$' b s17_*9ff j47A 8j.7 A9H;1768 :.EaBerde6t end'Rlght;of Way Pag�•1n•fl#�� f Page 11 of 13 -CONSTRUCTION LIMITATIONS ON. .—OnGor IaLF.-CTRIC aELIVIMY. COMPANYAl' T."OF"WAY, EXHIBIT El' 1, You-are-n*tlfied�aftl thotild AdV166-yoUr who enter the pr9pMY-thait they will be workingIn the vidnity of high---veltager electrical-facilifies and,,.shQuldtekje.prop,,erprecautions,inofuded but not Jirni.tod'toJho:fc?flgwlng,afipulatio.na:and in: pMnpifanue, at all fli-nez,voth-C-ha r-76z.-2, -.ggtr tyi ode. Etas.pgjsR(?Jfql)qpermitted pn-0.nCo rrjght-of4ayzorund Oncotlibes. rrumijbIjAng.%ggemots atoquiroa bybrmqr,�dar J.94my-l',2--m3 shall d'PUbIld Utility fffiVia,-Ruf6s- 2&4-01' � amandecUmm-time to-fte.- 4, V.. Grading WIR be clone jegve*tl e-r.{ t-Qpw;ay as near as posAilIjo to prssen -oond&m 5poadfirt-Will be-.r.amo.v.ed-frp.m-ffi.,-n9fit-d-may. and.no.-fraslyls.1a.herlefton fight-of-w"ay,.8lopes. !0wi 6e grat!6 0"So-'thd trucks:canga Own thDAght-of-Wdy.-WhOti.r6guirod 2iijd.4QCh that-lho- slope-9 can be rnachanfozifly maintained-. i Of_Wa.y.,dUrIng COASt jh Ut [�qu,l ont and m ght Rterials.Will.not, be staTed- n-the�r radian M a WtItteA dippival ottlyo Supervisor of.f.iogtonal TrAftmigbibiIi. T Sfroof orroad':rrossings arelpte-bapert-oti- Any.rKange'Ih--ali elavatim, Wif 6a rosuhmittod f6r app-MV01- 8. Na sIginqjIgh%pr guardilWits will be perffifted-on-the flghtzofiway. - g_ powe.lint-safety oquiprnont oporatlom, ha2ard'assewment and precaiationa..intldo.-M6 work zQhe area r7rWbd.p0rfbrmed'and ln,-cbmplk!ndd.Wdh EEqujpm.eflI::ftjj n.Qt be place-d-WOD fiftpen (I$)-fe *.t of the decor 1:30,000 volf or lesa pow-or jlhe6 or WK-h!p iweaty--.(ZO).&6t.,6fIfpe.--0.pa0r 3415;00.0 Ydit pmer-lines. Easpament and Mghf df'V.Vqy: Page df"i Page 12 of 13 10..A11Y':PW4PPtOVOd feMciA'9WllInOt exceed'.-ejg.ht':(B)f6&t in iri)latUr6,Will b&- grGunded,-at.ten(!Q)*fe.etintervals,with-an approprfate driven-ground.'Gates should beat least stxfoan. Te)feet:inWldthtaalraw Of.1-Cor avMS46 the;6fftrof-wgy, 1.1..No;OU mpsteirsFwill be alr6Wdd'6n.:GTtddr.right�Df-woy',Df fe0a.bw.ddd P.fbpertj- iE DragUneaMlimf ba used-under fhe-Urvo or on 0 twor right:--of-way. 13,TKe-bAstiqg-Orade shiall.not be-distUrbed,excavaibc-,d:orftf(6dw.ithih,26-fofthe nidrest.edge: of any OncorMm I m- js$jQ n.strUet�Mflow{fewer:,p0gi-guy wirer 1'4Rjqht-af-Waywill bc-proteeled'frorh Wivah'Itig-Wid eresiOn by-.Of1d6,rAppf0YOd M- 0thod 1%ford My permlts-aT,a--granted, Ncr discharging..of watiarwill be allowed within.any partlon-of the right of way,- Drainagofatm- litaboinvi fl'n �-e. io�. .allowod lip nisch-arge fnioldnto.Oncor rJghtndf-way- 15.No--.Ob9thjdtion.-Mall b&-lhs14I1dcf on the right-&f Way thbt'vmuld i hfoifer-Q Ath:A666s.s-tb.Ori6Df strVqtuues qr p reverit rnecharvibal maintenance. 1-6.bi-_fbro any-work fr. dono tinder On-corAiries or by,-Ohoor strPotuyL ttatify the Rbo!ory Tftih9m1,sWhn'Deipa((t1ndht,81,7496---27410; M No hazardo-ua-matedal's All'be.-.40ed Q rt.the Tigot Own. 18.Fdr�ptirposeg df WiberiWs'l meAft-and indlud6i§ Including,withoOt. to(.cqpt rig-M.ore than:one percept _taining M�torl aii�[ (11/6)- Asbestos by weight or'the Group of erganio com-pQunds known as volyoblodhated" bi radidaOtIva MAterialk rWMio'Als K06WrfAd WU90 OdnCer or- reproductive toxicity,and includes ziny Aems,fnGluded In--the ftfinition-df hazardous ortoxle c.01tedively-means and ind'adbaiany-present and fufure locAL,steite aridledo.fall law-,relating to.the, 6aVirdfi-MiDift -.aftd .66virbn"htal: cotiditions includiftOr withobt, IWWLVW1116 R690drcd Conservaftoiri:andReco-viary,Actof'TGL79.("RCFWI,.47.-U-.S,C.. 6901 EjWrpnmerital( ReSPORse. O"UMPOA.Pogon-aitd C'SARNIth ei Fbdi�ral the:Ha2�alrdbui§V1AtdHAl'Trd'hbpbttdtlorJAct,4$)-US,C.-§6991 FA s,q MW i 'h d,R14M Of MY Page 13 of 13 tM.C10.60 AWW-Adf, 33 U.B.C. §74GI 91-Agg AM Toxic Subttan66s CoMMIAct, I Oer-Apt.-42.U: ,C. all ag. r SOO OrI01MV 0..-§§$00f­SaOj'I-qnd a I th -r.. y !Qns,- e 18A orders',affil deorees nawo-r hareafterprmulgafed thereunder. 19,Brush and 6t timber is;not to be piled-'.or stacked-0 Ohcor:rlq{t�f-way-nor I's-'lt.alloWect:tb,.be burned upon or ip sIosewpjoxlmlty-to the w.ndixtom Qr-lowem, W.No $tWdr6s Ot dWtJr-udtlbff$r, :such as biflfdilng�; gaMg.es.j.burns-, sheds, sWirn ming proW, playgmad-equipmenf,:guard houses,:etc.,.will-be permitted an the qqhl;-of=way, 21,tandgtapinq-Orf OfIC.Of dp.ht=Of-way.'Jrx pordifted when.-Onmr.appmuos fqndqqcgpIhO.plans in.. qffltdf dray: writing. 2.2.No pprk:ur-park--:deitgn6t[bn-wal'.bf--permiffero-on-the righl-4-way. 23,:Gat?10611ne RatLactivb Bdirdbr;-Grahlefe, at Grahte6ls soCk OxpeMe,.-shAll OtbVida one..ofthe fdl'a*Qg-p ratecrive barriers;:4)-e can omfff prote ativedba rrier,beMeen-th er-sp On-e,and:-the pipe' th-at jq a;rhfionium of(me(A)foot-thIdOy ane(f)fbotvode'if p' I - . I �pe]swiderthm. W-fdtttof.piPej With-thje tOO-0-fhe7cdftr'dtd-b.EW%mfIo be-At-16M oft(1-1-tot-'b6law thesurfacd Op - final 9 m- de, 2) wistruct Ihwga-s-pipeflRe-tulda q--a p rcAB dve-_5teef rmin , 3)-- _'h f .r ppe rp 9 yu. era -elLer.tdo Wifitfes graltimted abo.vp-.group d,.'IristEifl'the.pip.oliw a-M.-i4nurft bf ton(10)f6GfWiaW- tba,groundsurfacq-ar4)'whereelectric:facilifip-sare--Tocatedbelow ground',,iristall:thepipeline at. a doptb thaf.pMvt0ar-:.fdra vidlinumpfaje.n,(j 0)f.ojojo(empa betvqen-lfte pipe ffne:andibe ;Z4,_NQ ,0 1 Itt d- _Ki Q ip t-vf�� qT.p byfra qj@%wi t.b erm- p wit nth r. h y pits or manh p 25.AA�y..draJnAp!.-fWvTia thAt aROW9 Wat6f1d t6 st rjghti;b*-Wdy-&111thit-4 4hcetq:tb OrEirLe.ubd:Oncoe-a-facWties:is probIUM. 13ftiffioglMadilitation Will -not 4eaRowsd fQ di'scharoo intolonto Qn=right-oQfway, 0 :-No Oorinp pits or afhw--ty pafMItted.,oAthiA-'th.e rlghj-.of-way, ipfpita vvif I be Page-13 ofla Erxchange: Authorized Users Only Page 1 of 1 Document Receipt Information Reference Number: C 100276 11 PE TE ONCOR-Easement Instrument Number:0218022310 No of Pages: 13 Recorded Date: 1/31/2018 2:33:34 PM County: Tarrant Volume: Page: Recording Fee. $64.00 1 I https://www.erxchange.corn/UlNiewReceipt.aspx?Documentld=12491253 1/31/2018 Page 1 of 7 D218210675 912112018 9:03 AM PUS 7 Fee: $40.00 Submitter: XEROX COMMERCIAL SOLUTIONS } Electronically Recorded by Tarrant County Clerk in official Public Records �r Mary Louise Garcia E VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 12 PE CITY PROJECT No. 100276 MOSES WALTERS SURVEY, ABSTRACT No. 1598 CITY OF FORT WORTH, TARRANT COUNTY,TEXAS STATE OF'TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § i i . CITY OF FORT WORTW. j PERMANENT SEWER FACILITY EASEMENT DATE:Iqust Z3, 2018 GRANTOR: TOTAL E&P USA BARNETT, LLC r I I GRANTOR'S MAILING ADDRESS (including County): E 9201 LOUISIANA STREET, SUITE 1800 HOUSTON, HARRIS COUNTY, TX 77002 I € I GRANTEE: CITY OF FORT WORTH � I i GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 I i I CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. - i PROPERTY: Being a permanent sanitary sewer easement situated in the Moses Walters Survey, Abstract No. 1598, City of Fort Worth, Tarrant County, Texas, said permanent sanitary j sewer easement being a portion of a 51.566 acre tract of land (by deed) deeded to Total E&P I USA Barnett, LLC as recorded in County Clerk's File No. D216266568 of the Deed Records of ' Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described in Exhibits A&B: 1 I I i s VILLAGE CREEK BASIN CROWL.EY RELIEF INTERCEPTOR M-325 � PARCEL No. 12 PE CI'T'Y PROJECT No. 100276 i MOSES WALTERS SURVEY, ABSTRACT No. 1598 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS I I STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § i i CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT I DATE: Lki1A 23 2015 i GRANTOR: TOTAL E&P USA BARNETT, LLC GRANTOR'S MAILING ADDRESS (including County): I 1201 LOUISIANA STREET, SUITE 1800 HOUSTON, HARRIS COUNTY, TX 77002 i GRANTEE: CITY OF FORT WORTH i GRANTEE'S MAILING ADDRESS (including County): 3 200 TEXAS ST. I i FORT WORTH, TARRANT COUNTY, TX 76102 1 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. i PROPERTY: Being a permanent sanitary sewer easement situated in the Moses Walters Survey, Abstract No. 1598, City of Fort Worth, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a 51.566 acre tract of land (by deed) deeded to Total E&P USA Barnett, LLC as recorded in County Clerk's File No. D216266568 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described in Exhibits A& S: 1 t i i Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, ` perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility I includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Property, or any part thereof, i for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said i Facility. i In no event shall Grantor(1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. i Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and expense, including the restoration of any fences, sidewalks, driveways, or similar surface I improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement I granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Subchapter E of the Texas Property Code, as amended, the owner or the owner's heirs, successors, or assigns may be entitled before the 901h anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which the property was acquired through eminent domain, and the repurchase price will be the price the city pays you in this acquisition. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to } warrant and forever defend all and singular the easement unto Grantee, its successor and ! assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. I When the context requires, singular nouns and pronouns include the plural. I (Signature page follows.) I 2 I GRANTOR: TOTAL E&P USA Barnett, LLC a Delaware Limited Liability Company } Dave eopold, P sident and CEO GRANTEE: City of Fort Worth L4By (Signature): (Print Name)Ste"Cooke,Fr0PertY,FNftiWj&Rent Ditnr APPROVED AS TO FO AN L LITY (Signature) (Print Name) , Title Jm1na Sangwang,Asst*nt C4Attomay THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Dave Leopold, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of TOTAL E&P USA Barnett, LLC and that he/she executed the same as the act of said TOTAL E&P USA Barnett, LLC the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this rc� day of 20 -(�$ Q ak----�- KotaFQA9Ii6in and for the State of Texas l +"s JEFFREY SCOTT ALO2 ON •; "'+ My Notary ID 12s,e Expires Dewmber9 I 3 i I i ACKNOWLEDGEMENT STATE OF TEXAS § f COUNTY OF TARRANT § f BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, C- on this day personally appeared S&��� . % Q -1 �� i of the City of Fort Worth, known to me o be t e same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of f Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. ' GIVEN UNDER MY HAND AND SEAL OF OFFICE this ' day of SPO 'L , 20],. Notary Public in and for the State of Texas *No�ryr Pub lo,9tab of faxes ary 11)#9Z�l649 9 ' C n l�atoe Grp.I�tA 1Q;2Q� . . i I I i i I 1 4 i i i i i VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 12 PE CITY PROJECT No. 1.00276 � MOSES WALTERS SURVEY,ABSTRACT No. 1598 i CITY OF FORT WORTH,TARRANT COUNTY,TEXAS EXHIBIT"A" 1 Being a permanent sanitary sewer easement situated in the Moses Walters Survey, Abstract No. 1598, City of Fort Worth,Tarrant County,Texas, said permanent sanitary sewer easement being a portion of a 51.566 acre tract of land (by deed) deeded to Total E&P USA Barnett, LLC as recorded in County Clerk's File No. D216266568 of the Deed Records of Tarrant County,Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows: COMMENCING at a 112 inch iron rod with cap stamped "Brittain & Crawford" found for an interior ell corner in the east line of said 51.566 acre tract of land;THENCE South 00 degrees 02 minutes 35 seconds East, with the east line of said 51.566 acre tract of land, a distance of 661.12 4 feet to a point for the most southerly southeast corner of said 51.566 acre tract of land, said point also being in the northerly line of a 17.233 acre tract of land (by deed) deeded to Oncor Electric Delivery Company, LLC as recorded in County Cleric's File No. D209327919 of said Deed Records of Tarrant County,Texas and being further described in"Volume 3554,Page 622 of said Deed Records of Tarrant County,Texas;THENCE North 85 degrees 30 minutes 13 seconds West, with the southerly line of said 51.566 acre tract of land and with the northerly line of said 17.233 acre tract of land,,a distance of 850.13 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement; i THENCE North 85 degrees 30 minutes 13 seconds West,with the southerly line of said 51.566 i acre tract of land and with the northerly line of said 17.233 acre tract of land,a distance of 3039 feet to a point for corner, from which a 112 inch iron rod found for an angle point in the southerly line of said 51.566 acre tract of land bears North 85 degrees 30 minutes 13 seconds West, a distance of 721.18 feet, said 112 inch iron rod also being an angle point in the northerly line of said 17.233 acre tract of land; s THENCE North 04 degrees 39 minutes 12 seconds West, a distance of 54.82 feet to a point for corner; THENCE North 83 degrees 01 minutes 52 seconds West, a distance of 20.00 feet to a point for i corner; i THENCE North 06 degrees 58 minutes 08 seconds East, a distance of 175.18 feet to a point for corner; THENCE South 85 degrees 30 minutes 13 seconds East, a distance of 20.02 feet to a point for corner; Exhibit A Page 1 of 2 i THENCE North 06 degrees 58 minutes 08 seconds East, a distance of 597.21 feet to a point for corner in the northerly line of said 51.566 acre tract of land; THENCE South 86 degrees 57 minutes 38 seconds East, with the northerly line of said 51.566 acre tract of land, a distance of 30.07 feet to a point for corner; 1 THENCE South 06 degrees 58 minutes 08 seconds West, a distance of 772.26 feet to a point for corner; THENCE South 04 degrees 39 minutes 12 seconds East, a distance of 56.60 feet to the POINT OF BEGINNING and containing 28,366 square feet or 0.651 acres of land, more or less. j Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. i E �r I i 1 i Date: July 7,2017 Curtis Smith PF Registered Professional Land Surveyor �E T No. 5494 P��' RFa `��. Texas Firm No. 10106900 CURTIS SMITH 5494 Pyr Exhibit A Page 2 of 2 SU I I I EXHIBIT "B " PARCRL No. 12 PE INE TABLE rll LINE BEARING ANC 1l L--1 N 85'3013 30.39 Ir ACQUISITION L-2 N 04'39 12 54.82 REMAINDER OF TRACT 3 I LOCATION L--3 N 83!01'52 20.00 228.041 CAHiXSL L BY DEED) r L-4 N 06'58 08 E 175.18 C.C.F. Nu. D20a444286 r i L--5 S 85'30 13 E 20.02 O.R.T.C.T. If SUBJECT TRACT & L-6 N 06'58'08"E'-697�21 rr LOCATION OF ACQUISITION L-71 S 86-57-38-E 30.07 rr L-'-8 is 06'58 06 772.26L-7 L-9 I S 04!39'12-E. 56.66T-- PERMANENT 6,60 PERMANENT SANITARY i SEINER EASEMENT AREA rr P 28,366 SQ. FT. OR 0.651 ACRES !: Irrl FND 1/2"R•%CAP STAMPED (•'-'� "BRITTAIN do CRAWFORD" 51.566 ACRES (BY DEED r1 I TOTAL E&P USA BARNETT, LC C.C.F. No. D216266568 `'`+ 1 r 15' SANITARY I D.R.T.C.T. SEWER EASEMENT N MOSES WALTERS SURVEY `; ;; C.C.F. D.R.T.C�Tr.O13892 ABSTRACT No. 1598 L-5 t'`� If ' ::-r-1Ir 30' PIPELINE AND „XII )If �I ACCESS EASEMENT •d ! I Ijj �r EL 64' DRAINAGE D20561 B 0 b VOLUME 17241, PAGE 246 F::" --------- �— FND 1/2-IR — _ ,� D.R.T.C.T. �F 'I 11x1 L D.R.T.C.T. 1. N N 85'30'13 SV 721.1 e- ---- ► u P.O.B. --N 85'3O'13"W L-2 ONCOR ELECTRIC DELIVCRESERY C N" D209327919 aMPBy ANY, LLC L-1 VOLUME " D209327919 3554, PACE 622 D.R.T.C.T. ROSEMARY RIDOB ADDITION 33 34 35 36 37 CASINRT A, SMDB 10512 I P.R.T.C.T. TW+NLEAF OA+yP I 1. AA LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 300 150 0 300 2. ALL, BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE SCALE IN FEET p � r � 1 ty ®f Fort Worth s 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 f VILLA GE CREED BASIN ofi CROWLEY RELIEF INTERCEPTOR M 3,25STeR'--.. PARCEL NO. 12 PE CITY PROD. No. 100276 6'7? o ,9t11 PERMANENT SANITARY SEWER EASEMENT CURTIS SMITH OWNER: TOTAL E&P USA BARNETP LLC �'W 5494w�~r` SURVEY: MOSES WALTERS SURVEY, ABSTRACT No. 1598 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 28,366 SQUARE FEET OR 0.651 ACRES WHOLE PROPERTY ACREAGE; 51.566 ACRES (BY DEED) CUBITS SMITH JOB Na. TNdcP17O1.01 DRAWN BY: JPH CAD FILE: 12�E.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2017 1 EXHIBIT B PAGE 1 OF 1 SCALE. 1" # 3OD' NO. 5494 TEXAS FIRM No. 10106900 k GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, T%, 76118 • 1117-495-1424 FAX 817-496-1768 Page 'I of 7 D218210670 9/21/2015 9:00 AM PG 7 Pee: $40.00 Submitter:XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk In Official Public Records �,( 4P14-1 [ m 4t,t, Mary Louise Garcia i VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 i PARCEL No. 12 TIS PART 1 CITY PROJECT No. 100276 MOSES WALTERS SURVEY,ABSTRACT No. 1698 CITY OF FORT WORTH,TARRANT COUNTY, TEXAS CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: ALL as+ Za I S GRANTOR: TOTAL E&P USA BARNETT,LLC € GRANTOR'S MAILING ADDRESS (including County): 1201 LOUISIANA STREET, SUITE 1800 HOUSTON, HARRIS COUNTY, TX 77002 I GRANTEE;CITY OF FORT WORTH I i GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. i FORT WORTH,TARRANT COUNTY, TX 76102 i I I CONSIDERATION: Ten Dollars ($10.00) and other goad and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. i I i PROPERTY: Being a temporary construction easement situated In the Moses Walters Survey, Abstract No. 1598, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 51.566 acre tract of land (by deed) deeded to Total E&P USA Barnett, LLC as recorded In County Clerk's File No. D216266568 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more 1 particularly described in Exhibits A & B: Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, i its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated In Tarrant County, Texas, In accordance with the legal description hereto attached as Exhibit"A", and ingress and egress over Grantor's property to the easement as shown on Exhibit"13', It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of CONSTRUCTION OF A SANITARY SEWER FACILITY. Temporary Cooslruot[on Easomeo[ 01/18 7 FaATWOw- g f P VILLAGE CREEK BASIN CROEIIirL,EY RELIEF INTERCEPTOR M-325 PARCEL No. 12 TE PART 1 CITY PROJECT No. 100276 MOSES WALTERS SURVEY, ABSTRACT No. 1598 i CITY OF FORT WORTH, TARRANT COUNTY, TEXAS CITY OF FORT WORTH i TEMPORARY CONSTRUCTION EASEMENT e DATE: AL + 2✓ ZDI i GRANTOR: TOTAL E&P USA BARNETT, LLC F GRANTOR'S MAILING ADDRESS (including County): 1201 LOUISIANA STREET, SUITE 1800 HOUSTON, HARRIS COUNTY, TX 77002 GRANTEE: CITY OF FORT WORTH GRANTEES MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. ' PROPERTY: Being a temporary construction easement situated in the Moses Walters Survey, Abstract No. 1598, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 51.566 acre tract of land (by deed) deeded to Total E&P USA Barnett, LLC as recorded in County Clerk's File No. 0216266568 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits A & B: c f Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit"B". _. It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of CONSTRUCTION OF A SANITARY SEWER FACILITY. Temporary Construction Easement 01/18/2017 dRT WORT . i I Upon the earlier to occur of (a) the completion of improvements and its acceptance by Grantee, or (b) the two-year anniversary of the date hereof, all rights granted within the described Temporary Construction Easement shall cease and this Temporary Construction Easement shall automatically expire. i Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any fences, sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and ' Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every ' person whomsoever lawfully claiming or to claim the same, or any part thereof. (Signature page follows.) I . t f I l i t yI I Temporary Construction Easement 0111812017 f I i i i I i GRANTOR: TOTAL E&P USA Barnett, LLC a Delaware Limited Liability Company 1 i Dav' i i e Leopo , Presi en a d CEO i GRANTEE: C' of Fort Worth i i By(Signature): _ (Print Na Co Co lEte,Property Mement Director 4 i APPROVED A O FORM AND L ITY (Signature} I (Print Name) ,Title Joules ngwang,AMant CkAWmay. I ACKNOWLEDGEMENT I STATE OF TEXAS § E COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Dave Leopold, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of TOTAL E&P USA Barnett, LLC and that he/she executed the same as the act of said F TOTAL E&P USA Barnett, LLC for the purposes and consideration therein expressed and in the capacity therein stated. I GIVEN UNDER MY HAND AND SEAL OF OFFICE this � day of I i I I AW JEFFREY SCOTT ANDERSON '•3 I My Notary ID#128&32307 A' ` ExpiresDmmber20,201s Nota P i in and for the State of Texas N Temporary Construotion Basement 01118@017 FORS H. s i i I I i i ACKNOWLEDGEMENT I STATE OF TEXAS § I COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared 5 �+�-Cc , of the City of Fort Worth, known to a to a the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this �1�'�'� day of 20.5.x.• o�*.p Notary Public in and for the State of Texas }�* �ot�ry i®t�9a�264�29 Oar I�foa .�ld1Y 14,2072 i i i i i i i i i i i I I : Temporary Construction Easement 01/t812017 ORT WORT . F I VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 12 TE PART 1 t CITY PROJECT No. 100276 MOSES WALTERS SURVEY,ABSTRACT No. 1598 CITY OF FORT WORTH,TARRANT COUNTY,TEXAS i. EXHIBIT"A" Being a temporary construction easement situated in the Moses Walters Survey, Abstract No. i 1598, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 51.566 acre tract of land(by deed)deeded to Total E&P USA Barnett,LLC as recorded in County Clerk's File No. D216266568 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 112 inch iron rod with cap stamped "Brittain & Crawford" found for an interior ell corner in the east line of said 51.566 acre tract of land;THENCE South 00 degrees 02 j minutes 35 seconds East,with the east line of said 51.566 acre tract of land, a distance of 661.12 feet to a point for the most southerly southeast corner of said 51.566 acre tract of land, said point also being in the northerly line of a 17.233 acre tract of land (by deed) deeded to Oncor Electric Delivery Company, LLC as recorded in County Clerk's File No. D209327919 of said Deed Records of Tarrant County, Texas and being further described in Volume 3554, Page 622 of said j Deed Records of Tarrant County,Texas;THENCE North 85 degrees 30 minutes 13 seconds West, with the southerly line of said 51.566 acre tract of land and with the northerly line of said 17.233 . acre tract of land, a distance -of 880.52 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said point also being the most southerly southwest corner of a proposed permanent sanitary sewer easement; 1 THENCE North 85 degrees 30 minutes 13 seconds West,with the southerly line of said 51.566 acre tract of land and with the northerly line of said 17.233 acre tract of land,a distance of 20.26 feet to a point for corner,from which a 112 inch iron rod found for an angle r point in the southerly line of said 51.566 acre tract of land bears North 85 degrees 30 minutes 13 seconds West, a distance of 70092 feet, said 112 inch iron rod also being an angle point in the northerly line of said 17.233 acre tract of Iand; THENCE North 04 degrees 39 minutes 12 seconds West, a distance of 53.63 feet to a point for i corner; THENCE North 06 degrees 58 minutes 08 seconds East,a distance of 2.04 feet to an angle point in the west line of said proposed permanent sanitary sewer easement; THENCE South 83 degrees 01 minutes 52 seconds East, with the west line of said proposed permanent sanitary sewer easement, a distance of 20.00 feet to an angle point in the f west line of said proposed permanent sanitary sewer easement; i a Exhibit A Page l of 2 THENCE South 04 degrees 39 minutes 12 seconds East, with the west line of said proposed i permanent sanitary sewer easement, a distance of 54.82 feet to the POINT OF BEGINNING and containing 1,105 square feet or 0,025 acres of land,more or less. , Notes: i (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, ` NAD-83, The North Central Zone 4202, all distances and areas shown are i surface. I i I i I 1 i i i { I Date: July 7,2017 i i Curtis Smith F Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 CURF15 SMWH 5494 Pv: Exhibit A Page 2 of 2 i 3 .EXHIBIT B + r. .., � PARCEL No, f2 TE PART f +L-4 INE TABLE i f '1' ..... ` LIE ING DISTA C if i- 4 ' >_-- L-1 N 85!.30'13'W' 20.26 ++ 1 : ^.�; L--2 N 04 39 12 W 53.63 REMAINDER OF TRACT 3 I+ ' L-3 N 06'558 08 E2 04 228.041 ACRES (BY DEED) it -4 S 83'01'52"E 20.00' COHN LLC 700.92' + + L-5 S 04'39 12 E 54.82 C.C.F. No. D2DB444286 it 4 D.R.T.C.T. II °ky I r yr~ I l r-rrr.re• } - If DETAIL "A" i t1 NOT TO SCALE 51.566 ACRES (BY DEED) + + rl TOTAL E&P USA BARNETT, LLC i C.C.F. No. D216266568 r i it D.R.T.C.T. + r rr MOSES WALTERS SURVEY ;f rr 5151 FND 1/2P�>°CCP'STAMPED ABSTRACT' No. 1598 "BRUAIN & CRAWFORD' + f rr ACQUISRIONPROPOSED PERMANENTlr r�..i I 15' SANITARY LOCATION SANrTARY SEWER EASEMENT--" -1� rrl� SEWER EASEMENT C.C.F. No, D205013592 I it D.R.T.C.T. too TEMPORARY I f if SUBJECT TRACT & CONSTRUCTION .�-+r s4' DRAINAGE EASEMENT LOCATION OF ACQUISITION EASEMENT AREA rj 11 fJ!!`�C.C.F. No. D205013890 MI 1,105 SQ. Ff. OR025 ACRES r ii Tri D.R.T.C.T. a 0. o FND 1/2"1R 1 f! frf SEE DETAIL "A" i 77�� ------- ---- --__�_N 85'30'13"W 7It L092:-!-- .1....11 rlr P.O.O. I 30' PIPELINE AND ACCESS EASEMENT �� ��N 85.3fl'73"W 88052' VOLUME 17241, PAGE 248 17.233 ACRES (�( �� D.R.T.C.T. ONCOR ELECTRIC DELIVE'IgY DEED)Nr. LLC ' C.O F. No. D209-327919 VOLUME 3554, PAGE 622 D.R,T.C.T. .8L008 119 33 34 3S 37 ~� ROSEA=Y RIDGE ADDY!'I0N 36 37 Lu CABINET A. SIIl1E if}bl2 )-%< IVE P,Jt.7:C.T. LEAFDA ff I NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 300 150 0 300 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-83, THE NOW CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET i ��r ® City of Fort t oath 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 , t VILLA GST Cfil)VL1,EK BASIN OF � CROWLEY .RELIEF INTERCEPTOR M-325 �e���•�..... �9 PARCEL NO. 12 TE PART 1 CITY PROJ. No, 100278 �?`�_ a°;Ln TEMPORARY CONSTRUCTION EASEMENT C� Lia-SMW_ ITH OWNER: TOTAL E&P USA BARNETT, LLC --••••- -••••- SURVEY: MOSES WALTERS SURVEY, ABSTRACT No. 1598 °pa.5494 LOCATION: CITY OF FORT WORTH. TARRANT COUNTY. TEXAS F ACQUISITION AREA: 1,105 SQUARE FEET OR 0.025 ACRES WHOLE PROPERTY ACREAGE: 51.566 ACRES BY DEED) T15 SMITH JOB No. TN&P1701.41 DRAWN BY: JPH CAD FILE: 12-TE-01.DWO CURTIS PROFESSIONAL LAND SURVEYOR DA M. JULY 7 2017 DCH BIT B AGE 1 OF SCALE: 1"m 300' N0. 5494 TEXAS FIRM No. 10106900 OORRONDONA &ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 7611B • 817-49B-1424 FAX 817-4961768 D218210673 9/21/2018 9.01 AM PG 7 Fee: $40.00 Submitter:XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records � + Mary Louise Garcia VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 12 TE DART 2 E CITY PROJECT No. 100276 MOSES WALTERS SURVEY, ABSTRACT No. 1598 CITY OF FORT WORTH, TARRANT COUNTY,TEXAS CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT i DATE: VlglS-� GRANTOR: TOTAL E&P USA BARNETT, LLC . i GRANTOR'S MAILING ADDRESS (including County): 1201 LOUISIANA STREET, SUITE 1800 HOUSTON, HARRIS COUNTY, TX 77002 i i I GRANTEE: CITY OF FORT WORTH E GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. I FORT WORTH,TARRANT COUNTY, TX 76902 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a temporary construction easement situated in the Moses Walters Survey, I Abstract No. 1599, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 61.566 acre tract of land (by deed) deeded to Total E&P USA Barnett, LLC as recorded in County Clerk's File No. x216266568 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in Exhibits A& B: E Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated In Tarrant County, Texas, in accordance with the legal description ' hereto attached as Exhibit"A", and ingress and egress over Grantor's property to the easement as shown on Exhlblt"B". It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of CONSTRUCTION OF A SANITARY SEWER FACILITY. Temporary Cp"sir"olian Easement 01/1&2017 i ORT WO . I i i VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 12 TE PART 2 CITY PROJECT No. 100276 INOSES WAL.TERS SURVEY, ABSTRACT No. 1698 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: 64,44 2,;,Zo I e i GRANTOR: TOTAL E&P USA BARNETT, LLC GRANTOR'S MAILING ADDRESS (including County): I 1201 LOUISIANA STREET, SUITE 1800 HOUSTON, HARRIS COUNTY,TX 77002 i I GRANTEE: CITY OF FORT WORTH i GRANTEES MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 i CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. i F PROPERTY: Being a temporary construction easement situated in the Moses Walters Survey, Abstract No. 1698, City of Fort Worth, Tarrant County, Texas, said temporary construction i easement being a portion of the remainder of a 61.566 acre tract of land (by deed) deeded to i Total E&P USA Barnett, LLC as recorded in County Clerk's File No. D216266568 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more i particularly described in Exhibits A& B: i Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, + its successors and assigns, the use and passage in, over, and across, below and along the Easement Property situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit"B". It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of CONSTRUCTION OF A SANITARY SEWER FACILITY. Temporary Construction Easement 01lte12017 ORT WORT . } i Upon the earlier to occur of(a) the completion of improvements and its acceptance by Grantee, or (b) the two-year anniversary of the date hereof, all rights granted within the described i Temporary Construction Easement shall cease and this Temporary Construction Easement shall automatically expire. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole j cost and expense, including the restoration of any fences, sidewalks, driveways, or similar i surface improvements located upon or adjacent to the Easement Property which may have i been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. TO HAVE AND TO HOLD the above described Easement Property, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. (Signature page follows.) 1 I z i - I i s E i f 3 I I i i i i k Temporary Construction Easement 01//812017 ORT WOIITH. i i i j i i GRANTOR: TOTAL E&P USA Barnett, LLC a Delaware Limited Liability C mpany Dav eopold res' nt and CEO GRANTEE: City of Fort Worth i By(Signature (Print Nam§ ve Cooke,Property Moment Director i APPROVED AS TO FORM AND LEGALITY (Signature) j i (Print Name) Ti le ' wsTca Sangsveng, istan may i ACKNOWLEDGEMENT STATE OF TEXAS § I COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, III on this day personally appeared Dave Leopold, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of TOTAL E&P USA Barnett, LLC and that he/she executed the same as the act of said TOTAL E&P USA Barnett, LLC for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this VA -day of i _ uaus* -3201S. Nota FRO in and for the State of Texas JEFFREY SCOTT ANDERSON � My Notary ION 12M32307 kr,„ Expires December 20,2019 Temporary Construction Easement 41118!2017 i t i i ACKNOWLEDGEMENT I STATE OF TEXAS § I COUNTY OF TARRANT § i BEFORE ME, the undersigned authority, a Notary Public in and for the 3#e of Texas, on this day personally appeared 11 a of the City of Fort Worth, known to me to'be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 4 day of r , 20 le. ?o4Yp CEO�tMNER Notary Public in and for the State of Texas � ¢PlDtar�+�Uk�l!>�ts3�i Texas FVold�92�?.B49a9 l i • i 3 Temporary Construction Hasemenl 01/1812017 QRT WORTH. E i I ' I VILLAGE CREED BASIN CROWLEY RELIEF INTERCEPTOR M-325 ' i PARCEL No. 12 TE PART 2 i CITY PROJECT No. 100276 j MOSES WALTERS SURVEY,ABSTRACT No.1598 CITY OF PORT WORTH,TARRANT COUNTY,TEXAS EXHIBIT"A" i I $eing a temporary construction easement situated in. the Moses Walters Survey, Abstract No. 1598, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of a 51.566 acre tract of land(by deed)deeded to Total E&P USA Barnett,LLC as recorded in County Clerk's File No. D216266568 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described by metes and bounds as y E follows: s COMMENCING at a 112 inch iron rod with cap stamped "Brittain & Crawford" found for an interior ell comer in the east line of said 51.566 acre tract of land;THENCE South QQ degrees 02 minutes 35 seconds East,with the cast line of said 51.566 acre tract of land, a distance of 661.12 feet to a point for the most southerly southeast corner of said 51.566 acre tract of land, said point also being in the northerly line of a 17.233 acre tract of land (by deed) deeded to Oncor Electric Delivery Company, LLC as recorded in County Clerk's File No. D209327919 of said Deed I j Records of Tarrant County,Texas and being further described.in Volume 3554,Page 622 of said Deed Records of Tarrant County,Texas;THENCE North 85 degrees 30 minutes 13 seconds West, with the southerly line of said 51.566 acre tract of land and with the northerly line of said 17.233 acre tract of land, a distance of 829.88 feet to the POINT OF BEGINNING of the herein described temporary construction easement; E THENCE North 85 degrees 30 minutes 13 seconds West,with the southerly line of said 51.566 acre tract of land and with the northerly line of said 17.233 acre tract of land,a distance I � of 20.26 feet to a point for the southeast corner of a proposed sanitary sewer easement, from which a 112 inch iron rod found for an angle point in the southerly lime of said 51.566 acre tract of land bears North 85 degrees 30 minutes 13 seconds West,a distance , of 751..57 feet,said 112 inch iron rod berg an angle point in the northerly line of said i 17.233 acre tract of land; THENCE North 04 degrees 39 minutes 12 seconds West, with the east line of said proposed sanitary sewer easement,a distance of 56.60 feet to a point for comer; THENCE North 06 degrees 58 minutes 08 seconds East, with the east line of said proposed sanitary sewer easement,a distance of 772.26 feet to a point for the northeast corner of x said proposed sanitary sewer easement, said point being in the northerly line of said 51,566 acre tract of land; THENCE South 86 degrees 57 minutes 38 seconds East, with the northerly line of said 51.566 acre tract of land, a distance of 20.05 feet to a point for corner; Exhibit A Page 1 of 2 1 s I - i I THENCE South 06 degrees 58 minutes 08 seconds West,a distance of 771.60 feet to a point for cozener; THENCE South 04 degrees 39 minutes 12 seconds East, a distance of 57.78 feet to the POINT OF BEGINNING and containing 16,582 square feet or 0.381 acres of land, more or less. , Notes: I I (1) A plat of even survey date herewith accompanies this legal description. j (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. s - I F 1 I I ' . � f I j ' I f I 3 � I • 1 f I I I 1 I I Date: July 2f,2018 1 Cmtis Smith Registered Professional Land Surveyor •���" No. 5494 - Texas Finn No. 10106900 CUR7lS SMITH S Exhibit A Page 2 of 2 y. 77 77 LINE TABLE EXHIBIT B LINE BEARING DISTANCE PARCEL No. 12 TB PART 2 L-1 N 85'30'13"W 20.26' 11 I L-2 N 0.4'39'12"W 56.60' 11 L.--3 N 06'58'08"E 772.28' !I ! = L^4 S 86`57'38"E 20.05' REMAINDER OF TRACT 3 II L--5 S 06'58'OB"W 771.60' 228.041 ACRES (BY DEED) 1 L-6 S 04'39'12"E 57.78' GONlX LLC r r c.c.F No. D208444286 It � D.R.T.C.T. It i I II L—•4 !! r 51.566 ACRES (BY DI:1=D) TOTAL E&P USA BARNET T, LLC 1 r I C.C.F. No, D216266568 � 11 15' sANRARY I D.R.T.C.T. SEINER EASEMENT C,G.F. ONo. 05013602 I MOSES WALTERS SURVEY ] ABSTRACT No. 1598 ill ir' -rM Ti-41 P.D.C. ACQUISITION PROPOSED PERMANENT I II FND 1/2-IR W/CAP STAMPED N ! LOCATION SANITARY SEWER EASEMENT" 1 �-1! "HRITTAIN & CRAWFORD' j CONSTRUCTION TEMPORARY r E•1 I! w� it SUBJECT TRACT & I F"rrr 84 DRAINAGE EASEMENT '4 LOCATION OF ACQUISITION EASEMENT AREA i 111�r M.C.F. No. D205013890 0� 16,582 SQ. Fr. OR rlr r In FND 7/2"IR 0.381 ACRES Lr0 I ff•) ru � � I F fir ___^ -- —_ N 85'30'13'1N 75l,5T 1 30' PIPELINE AND r� — N 85'30'1��988' ACCESS EASEMENT _ VOLUME 17241, PAGE 248 17.233 ACRES eY DEED) L^1 ONCOIZ ELE00.CTRIC RY COMPANY. LLC D.R.T.C.T. CTRIC pEWV 7919 VOLUME 35542 PAGE 622 D.R.T.C.T. ur 't BLOCK ff8 33 34 35 36 37 BOSt1 AMRY BIDGB ADDITION CABINET A, S'LrDB 106f2 C P.R,R'.L:7: mTWINLEAFOA 1 1O AS LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 300 150 Q 300 2. ALL 13EARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINA71E �— SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET I I I 0 I�Vo T cit 0 f r-0 rt Worth � 1000 THROCKMORTON STREET FORT WORTH, TEXAS 78102 i VILLAGE GREEK BASIN CROWLEY RELIEF INTERCEPTOR M-3245 �re,P��+� PARCEL NO. 12 TE PART 2 ICITY PROJ. No, 100276 �• TEMPORARY CONSTRUCTION EASEMENT CURTIS SMITH " OWNER: TOTAL E&P USA BARNETT LLC549'"' 4..""""" " SURVEY: MOSES WALTERS SURVEY ABSTRACT No. 1598 ti?�ocpr? r LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ��•U• ACQUISITION AREA, 16,582 SQUARE FEET OR 0.381 ACRES WHOLE PROPERTY ACREAGE: 51.566 ACRE BY DEED) CURTIS SMITH 348 No. TN&P1701.01 DRAWN BY: JPH MAD FILE: 12 7E_02.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 28, 2018 HIHIT 8 PAGE 1 OF SCALE. 1" - 300` INO. 5494 TEXAS FIRM No. 10106900 IIIIIII GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWEIJ. BOULEVARD SOUTH FORT WORTH, TX. 75118 817-498-•1424 FAX 817-498--1768 Page 1 of 9 D218220937 1002018 3:12 PSI PGS 9 Fee: $48.00 Submitter. CSC URECOR®INO SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Garcia VILLAGE CREED BASIN CRO LEY RELItW IW'1'-RCr4PiOR M-323 PARCEL No. 13 PE CITY PROJECT No.100276 MOSES WALTERS SURVEY,ABSTRACT No. 1698 CITY OF FORT WORTH,TARRANT COUNTY, TEXAS STATE OF TSS 6 *30W ALL MEN BY THESE PRESE' Z COUNW OF TARRANT CITY OF F$IRT LOI TH _ EPIRl`JAl I NT 819M ER FACILITY FASE�AENT DATE: z 6- —lid GRA1 ITOR: CONIX LLL ODOR'S MAILIMO ADDRESS(including County); ISO BOX 6287 CULV.ER CITY, LOS ANGELES COUINTY, CA 0923i-5=7 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS(including Counly): 2110 TEXAS ST. FART WORTH,TARRANT COUNTY,TX 7810 CONSIDERATION: Ten Dollars($10.00)and oftr gam[Nnd volvalhlp resit eta,the M000 and suffiGisncyr of which is h by a owledged. PROPERTY:Being a permanent sanitary smar amement situated In the ses Walters$"myrt, Abstract No_ 1598, City of Fort Worth, Tarrant County, Texas, said permanent sanitary sew° easement being a portion of ft reminder of a 228.A41 acre tract of land (by dead) dem to IIX LLC as rewrded In County Clerk's File No. 0208444286 offt Deed Records of Tare County, Texas, said permanent sanitary sewer easement being more particularly desoribed in chlbits A&S: RW. lb x Page 2 of 9 Grantor,for the consideration paid to Grantor and mer good and valuable consideration, hemby grange, semis, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the consilruction, operation, maintenance, repla m*nt, upgrade, and repair of a Vwmandint Ser Lin Facility, horaafter referred to as 'Fadli . The Facility includes all incidental underground and abmground allachmatft,equipruent and appurtenances, including, but not limited to manholes, manhole vents, lateral lino oDrinoctJons, pipelines, junction boxes in, upon, under and alms a pofflon of the Proparty and mom fully desallbod in Odtibit W attached hereto and incarponged h ire for all pertina t purposes, togefter with the right and privilege at any auk all tires to enter Property,or any pad thereof,for the purpose of constructing,operating, maintaining, mplerAng, upgrading, and repairing said Facility. In no event shall Grantor(I)use the Property in any manner which interferes in any material way or is inconsistent YAM the rights granted hereunder,or(11)erect or permit to bo eructed within the easement property a permanent structure or building,including,but not limited to,monument Ng", pole sign, billboard, brick or masonry fences or walls or offw structures the r+equW a building permit. However,Grantor shall be permitted to Install and maintain a concrete, asphalt or gravel dffiAmy, road or parking lot acmes the Easement Property. Grantee snail be obligated to restom the surface of the Property at Grantee's sole cost and expense, Including the restoration of any sidewalks, driveways, or slrnllsr surMce improvements load upon or ediscent to the Ewr ement Trot w hkh may have beer removed, reload, altered, damaged, or destroyed as a result of the Gmateees.use of the easement granter hereun r. Provided, hovvew,that Grarrtee shall not be o[Algoted to more or replace idtrigation systems or othor impnomments installed in violation of the provisions and intended use of this Easement. Su rapper E of the Texans Prop" Code, as amended, the owner or the owner's Fars, suecessors,or assigns may be entitled Mare the 9 T Iannhmrsery of the dam of this acquisition to repurchase,or west s twin information about the use and any actual progress made turd the um for which the property was acquired through eminent domain, and the repurchase price will be tib pry the city pays you in this aoquisitio n_ TO HAVE AND TO IHCUUD the above-described eawrimat,trjge4her with all and singular the NW* and appurtenance thereto In anyway being tanto Grantee, and Grantee's suors and assigns forever; and Gmntor does t eby bind itself and Its sucimsor and essigns to warrant and for ev" defend all and singular the ea soment unto Grentoe, its su Dsor and ass's, against evwy person whomsomr lavAully dalming or to claim the some, or any part thorsd. When the context requires, singular noun and pronouns include the plural. In Ow evont of oonW fthv= the alb proviWans and the provlsiona below, the provisions Wow shag prevail. [mn*e agnm not to construct above-ground Raw or strucams upon said easement strip, exwpt for markers at feg lines,prop my linen madnholos,and Glitch t>aiiks. Grantee agrees that all facilitates except manholes shall be buried a minimi foElt of(48) incises below the surface of the land and Grange further agues to place all f xiliti,es except manholes at least(43) inches below the flow line ofall dmhmp ditches crossing said easement strip. Graubw agrees to take reasonable steps upon the oompletioa of oongirucdon to Mare the Graatoi's lands, to the extent practicable,to their p onstwvction conditim Any fences damaged,sevaW or diaurW in PSRLVMWr SRAMR FAOIU Y EM A RT Ir,04f18117 oRT WoRm Page 3 of J any way during;('rmtee's actvitics shall bo rested to at least tho see condition as they existed prior to construction,all at the expense of Gran. (;rm'ee shall excise dao ow to pxevcut injury w livestock on the Grantor's Pr arty during constmetion activities.Grantee shall erect tempormy structures or fences as Grantor and Grantee agree art appropriate or take other mututly agreed action necessmy for this purpose. Grant shall use appropriate construction practices to pmvaA erasion ou the mewt strip during consawdon and shall ensure that adequaw erosion control measurm are put in place at the concludon ofrnnstmetion. Grantee agn=that the emanent will not N used four puposcs inconsistent with the shed parposes of this Grant. GRANTOR; CGFIEX, LLC By VELAGE, INC., Ils Managat Ronald V.Franco,President GRANTED:City of Fort Worth BY(Signat7m): (mint 1N'ame,)� 'Title APPROVED AS tO 00RM AND LEGALITY (Signature) (l'rw Name) .Tifle sk*-7i1 Cly rEawr SONM rnaLnv rnsaIrtwr RsV.WHOM TwoiCE• r Page 4of !D ACKHOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this oertificate is attached, and not the truthfulness, accuracy, or validity of that document. State cfoCaliforniaCounty Loi Angeles On September 6, 2018 before me, Jessica Dart, Notary Public (insert name and title of the officer) pemonally appeared Ronald V. Franco vme_e@m--om---- ........d�� who proved to me on the basis of satisfactory evidence to be the personKwhicMe naimW WAW subscribed to the within instrument and acknowledged to me that heJ>heMxj-cxecul:ed the earn@ in hislovftdr authorized capacity(, and that by his MW signature 'on the instrument the person }-, or the entity upon behalf of which th@ persoracted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and ofiidal seal. ��sslutacari Motary PoNe-California LwAr4o s county Comnaisslan#22362 ,IMy Comm.�Irea Apr 26:,20j2'2 Sl�natUl`e `�'�- (Seal) Wage a of 9 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE ME,the undersigned authority, a Ncrtpry Public ip a d forthe State of Texas, on tis day personally appeared y i t E. m S of the City of Fork Worth, known to me lol he the same person whose name is ubscdb d to the foregoing instrument, and acknovdedged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated, GIVEN UNDER MY HAND AND SEAL OF OFFICE this 'jjj - day of 20-d � 7 wy -- Notary Pub Vc in land for the S e of Texas MARfA8.sANcHEz ,1 r WARry ID#226$49f1 ;Ex Expires NeWbOr 10,2021 PERMANENT SEWER FACILITY MEMEN7 Rev.01118117 FbRT �` Page 6of9 VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No.13 PE CITY PROJECT No. 1.00276 MOSES WALTERS SURVEY,ABSTRACT No. 1598 CITY OF FORT WORTH,'TAT COUNTY,TEXAS EXUMIT"All Being a.permanent sanitary sewer easement situated in the Moses Walters Survey, .Abstract No. 1598, City of Fort Worth, Tarrant County, Texas, said pernmerxt sanitary sewer easement beim a portion of the remainder of a 229,04t acre tract of land (by deed) deeded to CORTX LLC as recorded in County Clerk's File No.D208444286 of the Deed Records of Tarrant County, Texas, said permanent sanitary nwor casement being more particularly described by metes and bounds as follows: COMMENCING at a 112 inch iron rod with cap stamped"Brittain& Crawford" found for the most easterly northeast corner of a 51.566 acre tract of land(by deed)deeded to Total E&P USA Barnett,LLC as recorded in County Clerk's File No.D216266568 of said Deed Records ofTarralat County,Texas,from which a 112 inch iron rod with cV stamped"Brittain&Crawford"found for the most easterly southeast corner of said 51.566 acre tract of land bears South 00 degrees 02 minutes 35 seconds East, a distance of 205.21 feet, said 1/2 inch iron rod with cap stamped `Brittain& Crawford!' also being the most easterly southeast corner of said 22.8.041 acre tract of lard; THENCE North 86 degrees 57 minutes 38 semnds West, with the north line of said 51.566 acre tract of land, a distance of 1418.75 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement; THENCE North 86 degrees 57 minutes 38 seconds West, with the north line of said 51.566 acre tract of tend,a distance of 22.42.75 feet to a point for corner; THENCE North 00 degrees 42 minutes 25 seconds West, a distance of 942.62 feet to a poi-at for cornier; TIKE CE South 89 degrees 03 minutes 52 seconds Wcst, a distance of 39.06 feet to a point for corner in the west line of said 228.041 acre tract of land, said point being in W. Cleburne Road(an undedicated right-of-way); THENCE North 00 degrees 42 minutes 37 seconds West,with the west litre of said 228.041 acre tract of land and with said W. Cleburne Road, a distance of 30.40 feet to a paint for corner from which a 112 inch iron rod with cap stamped"DAA"found for the northwest corner of a 0.343 acre tract of land (by deed) deeded to the City of Fort Worth as recorded in Volume 15212, Page 77 of said Deed records of Tarrant County, Texas bears North 00 degrees 42 minutes 37 seconds West,a distance of 80.50 feet and South 89 degrees 03 minutes 52 seconds 'W'est, a distance of 150.57 feet, said 112 inch iron rod with cap stamped"D"'also being in the south line of Lot 5,Block 43 of Summer Creek ranch,an addition to the City of Fort Worth,Tarrant County,Texas as recorded in Cabinet A, Slide 12551 of the flat Records of Tarrant County,Texas; Exhibit A Page l of 2 Page 7 of 9 THENCE North 89 degrees 03 minutes 52 seconds East, a distance of 69M feet to a point for coaxer, THENCE South 00 degrees 42 minutes 25 seconds East, a distance of 944.64 feet to a point for corner; THENCE South 86 degmes 57 minutes 38 seconds Frost, a distance of 2216.71 feet to a point for coaxer; THENCE South 06 degrees 58 minutes 08 seconds West, a distance of 34.07 feet to the POWT OF BEGPffgNG and containing 96,823 square feet or 2.223 acres of a d,vaore or less. Notes: (1) A plat of even survey date herewith accompanies this legal desedptiou. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 42.02., all distances and areas shown are surface. Date: July 7,2017 Curtis Smith - Registered Professional Laud Surveyor Al Na. 5494 "Texas Firm No. 10106900 CURTIS SMITH 5494 ¢moi SUR` Exhibit A Page 2 of 2 s �........ . . ... ..... . .. .........._._. Page 8 of 9 EXHIBIT "B PARCIFL No. fig P9 D± uj � 1 SUMMEBLC"EK 1UNC0 N r CaIBI.i ET .A, SLIDE !2651 � if rn i IP.R.T C.7: >- i OCITTY OF FORT w�) MOSES WALTERS SURVEY ��' P- VOWME 15212, PAr� 77 I ' e_�_rc_T_ ABSTRACT No. 1598 �r ' SEE �r ' ETAIL "A" REMAINDER OF TRACT 3 +i �'ti,• _��" 228.041 ACRES (BY DEED) rr WATER TRANSMISSION COHIX LLC rr MAIN EASEMENT C.C.F. No. 02084442a6 1rourdE 15390, PAGE 3.7.9 D.R.T.C.T. ++ O.R,7C.T. rr 15' SANITARY 5E~ME1lt EASeAEW r C.C.F. No. 9205013292 �-lj PANT S4NIMAR'If r+ o.a.T•cr. • SEWER EASEMENT AREA ¢ 96,S23 SO. Fr- OR r { 2.223 ACRES ri OC o P.O.C'. I _� 1/2"IR W/C� STAMPED 'BRRTAIN & CRAWORC" L. � r ••-�„: ..�.s �+.--LAB rr ass��s"w �B. 14TB,75'■ . . P. S 245'1�'E O !! ` LOCATION LU rr 1/2 IR w/CAP STAMPED rI BRIITA N CRAWFOW I 51.566 ACRES (BY DEED()y.,,, U TOTAL E&P USA �F1N L(1T, I.14 11 --j I C_CF_ no. 0219266388 1 If SUBJECT TRACT & LOCATION 4F ACQUI51T1ON �r 11 1OM A LWA. DESCRIIPMN OF EYM DATE ACCOi1PMES THIS PLAT: 500 250 0 500 2. ALL BEARNGS AND COOF8 MATES ARE REFERENCED TO 717E 1EXA5 COORDINANE 5"1STEAI, NALD•-®S.THE NORM CE7,rr M ZONIZ 4202. ALL DISTA4NCE3 AND MW SHOW ARE SURFACE. SCALE IN FEET City Fort Worth IWO INROCKMOMON STREET • FORT WORTH, TEXAS 76142 T ACE DEEK BA SIN J J CROWLEY -RELIEF INTERCEPTOR U 325 ,����,��e��4- PARCEL NO. 13 PI` Icrry PRoi. No. 100276 PERMANENT SANITARY SEWER EASEMENT __ CURi1SYSM1T OWNER: ODHIX LLC a ,_�- SURVEY: MOSES WALTERS SURVEY AIISTPACT No. 1598 LOCATION: CITY OF FORT WORTH. TARRANT COUNTY, TEXAS V ACQUISITION AREA: 98,523 SQUARE FEET OR 2.223 ACRES S WHOLE PROPERTY ACREAGE: Ma 170.50 ACRES CURTIS SMITH JOB No, TN&P17o1.01 DRAYRI By: UPH CMD FILE 13-E.Dft RE]GETMED P1 UMSIOW L LAMD SURVEYOR DATE: JULY 7. 2017 B s i' - 500' NO. 5TA¢ " Na 101C9G 0 GORRONMNA & AS535CW INC. • 732 J14C1C NEWELL BOULEVARD SOWN FORT WORTH, TX. 78113 • 617-496-1424 F I}F7_496--1768 Page 9 of 9 EXHIBIT FARM No. 13 PR I LOT 4 ~y. f LOT 5 1 1/21IR urJCA� I ! STAk4PE0 'DW_ 1 L-5 I J?-3 0.343 ACRES (6Y DE00 CITY OF FORT WORTH VOLUME 115212, PAGE 77 � O.R.T.C.T. 7 DETAIL "A"' NOT NOT TO SCALE II lJNEl HEARING L-1 N W42'2 942:G2 Lot S 09,03,52"W 39.06 L-3 N 00'42 37 30,00 L-41N 0(r42 37 W 50.50 L-5 S 89'O3 5Z 150.57 L-6 N 89'03- E 60.06 L-7 S 00'42 25 E 94+4.64 L-8 S 06.55 W TQ-07 NQTFg 1. A LEGAL.DESORIPTION OF MW DATE ACCOMPM1NHS THS FLAT. 2. ALL 9EMNGS AND C©ORDRSAM Ar& REMERM TO THE TEX%S C0ORDMIN SYSFE% NAG-S3, THE HOMH CDMI%L ZONE 4202.AM DWANCM AND ARDS SHOUN ARE SURFACE t f Fort Worth 1000 THROCKNOR OW STREET • FORT WORTH. TEkk$ 716142 CE CREEK BASIN CROWLEY RELIEP INTERCEPTOR AM 325 �:"r',kST&' c�`� PRRCEL NO. 13 PE CITY PROD. No. 100276 PERMANENT SANITARY SFM I ASINEWOWNER: GOHIX LLC , � C:IJ TIS SME SURVEY' MOSES WAITERS SURVEY AUSTRACT No. 1598 14 ' LOCATION: CITY OF FORT WORTH, TARRANT COUNTY. TEXAS .. ACQUISMON ARM 96,823 SQUARE FELT 0R 2.223 ACRES WHOLE PROPERTY ACREAGE: 176.50 ACRES CALC) Cl1RI73 SMRIi JOB M TN&P1701.01 DRAWN Br, JPH CAG FILF- 13-PE.Om It GI EaED PROF�IOWL LANG SU€$s�E1Ofi QATE: JULY 7 2017 17I B P SGVLE N A 04 'CEW FM Mo. 10 GORRONDOM A AnUCiA M MD. • 7524 dACK N MULEY,WRD SOUTH FORT WORTH, TX. 76118 817-4W-1424 FAX 1780 Page 1 of 9 ®218220938 101212018 3:12 PM PGS 9 Fee: $48.00 Submitter: GSC ERECORDING SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Garcia VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR 16.325 PARCEL No.13 TE CITY PROJECT No. 1 00276 MOSES WALTERS SURWW,ABSTRACT No. 11598 CITY OF FORT=RTH,T'ARIMT COUNTY,TEXAS CIix CF FORT WQM ' i�U,EQ Y CO1 TRUCTION EASEMENT DATE: lrl6z�� , LAN- GRANTOR: CONI%LLC �f/?!L 0 '2/ 7—L S, GRANTOR'S MAILING ADDRESS(including Count{): PO BOX 5267 CULVERT CffY, ICU APIGULLU COUNTY,CA 98284-5287 GRANTEE:CITY OF FORT t GRANTEE'S MAILING ADDRESS (including County): 280 TSS ST. FONT WORTH,TARRANT COUNTY,7X 76102 CONSIDERAII-IO lel: Ten Dollars($10.00)and other gond and valuable cortsidermion,tho receipt and suffdency of which is hereby acknoWedged. PROPMTVt Being a tompofary construction a ment aftuated in the Moses Walters Survey, Abstract No. 1608, City of Fort Worth, Tarrant County, Texas, said tempormy construction easernent ling a portion of the remainder of a 228.041 arse tract of land (by deed) deeded to GC7HIX LLC as reoorded in County Clerl€'s File iso_ D208444286 of the Beed Records of Tarrant Courtly, Texas, said tempos construction easement ging more particularly described In ExhiblIts A&S: Grantor, for the consideration paid to grantor, hereby grant, bargain and convey unto Grantee, Its sucmasors and assigns, the use wd passarge, in, over, and across, below and along the Easement Property sittratecl in Tarrant County, Texas, in accordance Wth the legal description Itmto aftch@d as Exhlbt"Aa, and ingress and egress over Grantor's property to the eaaseivent as shom on Exhibit"13". Tempwwy Baa EwenkM 011MM13 f'a�sx, Page 2 of 9 It is furltwr ugr d and understood #gat Cram will be permitted the use of said Easement Property for ft purpose of CONSTRUCTION 07 A SANITARY SES FACII, ff. Upset completion of improvements and its acceptance by Cranteo,all rights granted within the described Temporary Construction Easement shall ceme. TO HAVE AND TO HOLD the above Cascribed Easement Properly, together with, all and singular,the rights and appurtenanms thoreto in anyway belling unto Grantee,and Grantee's successors and assigns until the cornp%tbn of coWructlan and acceptance by Grantca. Grantor hereby bind themselves, their Firs, succassars, and assigns, to warrant and deed, all and singular, salsa easement unto GWntca, its sueesam and assigns, against *V*y p on whonwoever laea tft claimliV or to claim the anme, or any pact tit mof. x caauwlift 011M 17 Page 3 of 0 GRANTOR: COHIX, LLC By VELAGE, INC., its Manager Ronald V. rranco, President GRANTEE: City of Fort We By+(Sigwtur ), , (PrintA3oae��J. Title APPROVED AS T"OR4 AND LEGALITY (Print Name) ' , YiBe JeWCA ACKNOWLEDGENIFMT STAriv Or TEX" CO"HTY OF Ti RRANT BEFORE ME,the urtder*nad authority, a Notary Public in and for the Std of Texas, on this day personalty appeared......,knovm to me to be the same pemon whose name is subscribed to the foregoing instrument,and acknowledged to me that the sante was the act ofand that helshe executed the same as the ad of said — for the purposes and consideration thorroin expressed and in Erre capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this_day of —• 2® Notary Public in and for the State of Texas OWWWt7 g't'�VORT . Page 4 of 9 ACKNOWLEDGMENT A notary public or ether officer completing chis certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. Slate of California County of Los Angeles ^� On September 6, 241$ before me, Jessica Leon, Notary Public (insert name and We of the officer) personally appeared Ronald V. Franco emse- - -------_------- -- -._--- � .. who proved to me on the Basis of satisfactory evidence to be the person 'whose name* islaw' subscribed to the within instrument and acknowledged to me that heighatlbegexlacuted the same in his5/hu Tt joi•r authorized capackyoes� and that by h L%jorgWraignature(o on the instrument the personal,or tho entity upon behalf of which the persorg4acted,executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. JESSICA LEON Mary Public-CAM rniI Los An;elei[flunky Ccmmisslon x 2236275 *CQMM expi,-Apr 26,zoaz Signature (8aa1) Fuge 5 of 9 ACKNOWLEDGEMENT STATE OF TS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority, a No ary Public i an for the State of Texas, on is da personally appeared Aw - of the City of Fort Worth, known to me to Ile the same person whose name is sdbscriland to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that helshe executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL.OF OFFICE this � day of , 20, r --�' �IAkIAS.SA�IGkF�Z N tary Public in and for t e State o Texas ;,per*"•' ;•_ Zv •: My Notary ID;2256.90 Expires Deasmber 99,2021 Teu,porwy cawft dan Bgwnew ov�arzai� OR7%bl . Page 6 of 9 VILLAGE CREED BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 13 TE CITY PROJECT No. 100276 MOSES WALTERS SURVEY,ABSTRACT No. 1598 CITY OF FORT WORTH,TARRANT COUNTY,TEXAS EXHIBIT"A" Being a temporary construction easement situated in the Moses Walters Survey, Abstract No. 1598, City of Fort Worth,Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 228.041 acre tract of laud (by deed) deeded to COHIX, LLC as recorded in County Clerk's File No.D208444286 of the Deed Records of Tarrant County,Texas, said temporary construction easement being more particularly described by metes and bounds as follows: COMMENCING at a 1l2 ineb iron rod with cap stamped "Brittain & Crawford" found for the most easterly northeast corner of a 51.566 acre tract of land(by deed)deeded to Total E&P USA Barnett,LLC as recorded in County Cleric's File No_D216266568 of said Deed records of Tarrant County,Texas, from which a 112 inch iron rod with cap stamped"Brittain&Crawford"found for the most easterly southeast comer of said 51.566 acre tract of land bears South 00 degrees 02 minutes 35 seconds East, a distance of 205.21 feet, said 112 inch iron rod with cap stamped "Brittain &Crawford"also being the most easterly southeast corner of said 228.041 acre tract of land;THENCE North 86 degrees 57 minutes 38 seconds"West, with the north line of said 51.566 acre tract of land, a distance of 1418.75 feet to a point for the southeast corner of a proposed permanent sanitary sewer easement;THENCE North 06 degrees 58 minutes 08 sewnds East,,with an east line of said proposed permanent sanitary sewer easement, a distance of 30.07 feet to the POINT OF BEGINNING of the herein described temporary construction easement, said paint also being the most easterly northeast corner of said proposed permanent sanitary sewer easement; THENCE North 86 degrees 57 minutes 38 seconds West, with a north line of said proposed permanent sanitary sewer easement,a distance of 2216.71 feet to a point for corner; THENCE North 00 degrees 42 minutes 25 seconds West, with an east line of said proposed permanent sanitary sewer easement, a distance of 944.64 feet to a point for the most northerly northeast corner of said proposed permanent sanitary sewer easement; THENCE South 89 degrees 03 minutes 52 seconds West, with a north line of said proposed permanent,sanitary sewer easement, a distance of 30.00 feet to a point for corner,from which a 112 inch iron rod with cap stamped"DAA"found for the northwest corner of a 0.343 acre tract of land (by deed) deeded to the City of Fort Worth as recorded in Volume 15212, Page 77 of said Deed records of Tarrant County, Texas bears South 89 degrees 03 minutes 52 seconds West,a distance of 39.06 feet,North 00 degrees 42 minutes 37 seconds West, a distance of 80.50 feet, and South 89 degrees 03 minutes 52 seconds West, a distance of 150.57 feet, said 112 inch iron rod with cap stamped "1DAA" also being in the south lane of Lot 5, Block 43 of Summer Creek Ranch, an addition to the City of Fort Worth Tarrant County, Texas as recorded in Cabinet A, Slide 12551 of the Plat Records of Tarrant County, Texas; Exhibit A Page 1 of 2 Page 7 of 9 THENCE North 00 degrees 42 minutes 25 seconds West, a distance of 20.00 feet to a point for corner, THENCE North 89 degrees 03 minutes 52 seconds East, a distance of 50.00 feet to a point for corner; THENCE South 00 degrees 42 minutes 25 seconds East, a distance of 945.99 feet to a point for corner; THENCE South 86 degrees 57 minutes 3 8 seconds East,a distance of 2199.35 feet to a point for corner; THENCE South 06 degrees 58 minutes 08 seconds West,a distance of 2.0.05 feet to the POINT OF BEGINNING and containing 63,867 square feet or 1.466 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, NAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 7,2017 Curtis Smith Registered Professional Land Surveyor �P4���r��fiQ�� No.5494 r,-,. _U, Texas Firm No. 10106900 CURTIS SMITH Q 5494 f� i�4,fS51 Exhibit A Page 2 of 2 S R`� Page 8 of 9 ' IBI T B PARCEL No. 13 TE ; ac 1 a � ' w 1 BLOCK 48 � SUMMER CRERK RANCA \ 1t u ; CABINET A, SMDE 12551 �1 f CDEED) ORRTi-1H MOSES WALTERS SURVEY it VOLUME DRT.CTPAGE 77 ABSTRACT No. 1598 ril SEE FZEMAJNDER OF TRACT 3 -DETAIL „A" 228,041 ACRES (BY DEED) CQHIX LLC WATER TRANSMISSION C_C.F, Flo. D205444286 J>jJ LAIN 1EASEMENT VOLUME 15390, PARE 335 D.R.T•C•T. JJ D.R.T.CF. R+ 15FSANITARY S EASEMENT Ile. D20UO13692 �] � i:� ON Jj D R.T.C.T. 0 3, 63,067 S0. Fr. OR n _` o 1.48 Ams Jit P.0.C. II 1/2-IR W1CAP 5TAMPM V..� czy � S Be'S7'm«E rt eRirraN caiAwFaRD" W.38"gY 9 .3r — It L 0 N 86'57:f614+ ' - L-1 " I ?2i6.71' t418.75' in 5 I PawmaNr SANITARY sEMfER EASEMENT li 2o5,21, LLj ACQUISITION R FI/2-IRW/CAP STAMPED I I LOCATION51.566 ACRESDEED) JJJ AJN le CRAWFORO" BY TOTAL E&P USA RARNETT. LLC JI 4i+ C.C.F. No. 0216266566 IF ] D.R.T.C.T. Fr SU BJ ECT TRACT & JJ T — LOCATION OF ACQUISRION it NOTES:. S 1LEGAL DESCWR0N OF WEN DATE ACCOMPANIES THIS PLAT. 500 250 0 500 2- ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM. NAD-A THE NORTH CENTRAL 2011E 4202, ALL DISTANCES AND ARCOS SWWN ARE SURFACE 11 SCATS IN FEET City Fort err 1000 THROCKMOR IDN STREET • FORT WORT", TEXAS 76102 VILLAGE' CREEK BSI CROWLEY RELIEF INTERCEPTOR '-325 .....�v�, wv;m PARCEL NO. 13 TE CTIY PROD. Nb. 100276 69 4 `- TEIMPORARY CONSTRUCTION EASEMENT OU TIS SMIT OWNER: COHIX LLC " SUNY: MOSES WAITERS SURVEY, ABSTRACT No. 15983 ', 549;7 �' LOCATION: CITY OF FLIRT WORTH, TARRANT COUNTY, TEXAS �''�-•.. ••=' ACQUISITION AREA 63.867 SQUARE FEET OR 9.466 ACRES WHOLE PROPERTY ACREAGE: 176.50 ACRES (CALC) CURTIS SIrICrN JOB No. TN&P1701.01 ARJ m 9Y: JPH I CAL} F1J£ 13--TF-DW REGISTERED PRMNAL LAND SLJR1f✓:10R DATE JULY 7 2417 SCALA ' •- SOD' NO, 94 WMN(30MA &ASSOCVM. IRM + 75ZA dfiC NEW13LL BOULEVARD SOUTH F1Wr WOKIH, TJ€. 76118 - 817-496-1424 FAx 6t7-496—i7sS 1 Page 9 of 9 EXHIBIT 49B 15 PARCEL No. Tai TE � 1 � LOT 4 1 �a J I •W LOT 5 I s ci e STAMPED "SEAT_ I s to >� QUACRES T DEED) IT. OF ORWORTH � ! Lis VOLUME 15212. PACS 77 i��e-::• D.R.T.O T �� :::•.:.;,� i• i 1",'A � _._ DETAIL "A" UNE TA6 NOT TO SCALE LINE BEARING VISTANC£ L-1 N (16'58'69T 30.07 ! L-2 N 0(742'25"W944.64 L-3 S 89-03'52."W 30.00 L,4 S BWx3 52 35.06 L-5 N 00'42 37 80.5Q ❑3'52"W 150.57' L—7 N 00-42'25,V 20.00 L-8 N 89'03 52 E 50.00 L-»9 S 00.42 25 945.99 L-10 S 06'58'08"W20-(15 N rm. 1. A LEGAL DESCfi MMN OF EVEN DATE ACCOMPANIES THIS PLAT- 2- ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COQIDINATE SYSTEM, NAD-83. THE NORTH CENTRAL ZONE 4202-ALL DISTANCES AND ARM SHOWN ARE SURFACE. &V A;0p URF ACE. 'P0l City of Fort Worth ��'!! �1 I �j 100D 7H,R{OCIfKWORTON[SWEET • FORT WORT". TUM 75102 VILLA l.r.l, U �1 BASIN V OF CROWLEYPELIEF INTERCEPTOR M-325 PARCEL NO. 13 TE jCF7Y PROJ. No. 100276 _ '. TEMPORARY CONSTRUCTION EASEMENT C��TIS SM IT OWNER: COM LLC T "".. SURVEY: MOSES WALTERS SURVEY. ABSTRACT No. 1598 5449494 LOCATION: CFFY OF FORT WORTH, TARPANT COUNTY, TEXAS �• .� �� ACQUISITION AREA- 63,867 SQUARE FEET OR 1.466 ACRES S WHOLE PROPERTY ACREAGE: 176.50 ACRES CALL CURTIS SMITH JOB Nd. TN&P1701.01 DRAIN B JAI CAC} FILE: 13-IE.Iri:S REGISTERED PROFESM:Fftf LAINk SURVEYOR DAZE: JULY 7, 2017 EXHIBIT 8 PAGE 2 OF 2 SCALE: N/A 1d0. 54S}4 TEXAS Iia. 1.0106900GORRONGONA &AS90CWTES, INC. - 7524 ACK NEWELL BOULEVARD SOUTH FORT t°1EIR1H, iX 78118 • B17-496-1424 FAX -496-1760 I Page 'I of 7 D218139961 6/26/2018 3:56 PM PG 7 Fee: $40.00 Submitter:CSC SRECORDINC SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records ti ► Mary Louise Garcia VILLAGE CREEK BASIN CROWL Y RELIEF INlTnRCEPTUX M-326 PARCEL No. 14 PE CITY PROJECT No, 100276 ANTONIO CASTELLO SURVEY, ABSTRACT No_272 C17Y OF FORT WORTH, TARRANT COUNTY,TEXAS STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESEMTS COUNTY OF TARRANT § r _ 1MIkD iF .. %kC' yAN Y U % CITY OF FORTWORTH PERMANIENT SEWER FACILITY EASEIIENIT DATE: May 14, 2018 GRANTOR: FORESTAR(USA)REAL ESTATE GROUP,INC. GRANTOR'S MAILING ADDRESS (including County): 6300 FM 2244 RD, SUITE 500,BUILDING TWO AUSTIN,TRAVIS COUNTY,TQC 78746 GRANTEE:CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY,TX 76102 CONSIDERA71ON: Ten Dollars($10.00) and other goad and valuable consideration,the receipt and sufficlency of which is hereby acknowledged. PROPERTY: Being a permanent sanitary severer easement situated in the Antonio Castello Survey, Abstract No. 272, City of Fort Worth, Tarmnt County, Texas, said permanent sanitary seer easement Being a portion of the remainder of a 283.204 acre tract of land(by deed)deeded to Forestar(USA)Real Estate Group, Enc_ as recorded in County Clerk's File Na_ D212OT9898 of the Dead Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described in Exhiblits A& R PMMiAMEUr SEN€R FAGIMY EMEMEW Rev.01114W Page 2 of l Grantor,for the consideration paid tc Grantor and other good and valuable consideration, hereby grants, serfs, and convoys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer rine Facility, hares ter referred to as "Facility'. The Facility includes all incidental underground and aboveground attachments,equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines,junction boxes in, upon, under and across a portion of the Property and more fully described in Exhibit W attached hereto and incorporated herein for a l l pertinent purposes,together with the right and privilege at any and all times to enter Property, or any part thereof,for the purpose of constructing,operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor(1) use the Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder,or(11)erect or permitt to be erected within the easement property a permanent structure or building,including,but notl!mifietito,monument sign, pole sign, blllboard{ brick or masonry fences ar walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway,road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Property at Grantee's.pole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Basement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provikled,however,that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement, TO HAVE AND TO HOLD the above-described easement,together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor:toes hereby bind itself and i!ts successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. PERMANV47 S k FAC1LWY WRMON7 RAY.01 M N17 FolaubpaH. Page 3 of 7 I;AI TC := j :1 star(LISA) Real Estate Croup, Inc. a I]slaw, rporation f (Nage ofPerson Authorized to sign), Title GRANTEE: City of Fort Worth B (Print Name Title n r APPROVED AS T j ORM LAND LEGALITY (Signakure) � - THE S'T'ATE OF TEAS COUNTY OF TARRAN X' ACKNONVILElbGM ENT BEFORE ME, the undersigned authority, a Notary Public m mA for the Stag of Texas, an this day personally appeared V}— .known tome,xe tea be the same person whose name is subscribed to the foregoing initrument,and acknowledged to the that the same was the act of a± and dmt he/she executed the same as the act of'said The purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HANE)AND SEAL OF OFFICE this day of 241 STt 4AHIF N€VEN - - �sNotaryPublfo,3tmeolTexas Comm.Expires 11-07-2021 � otary Pub 'c in and for th of Texas Floury 1D 131343214 PF1tA+MEDT SFV&R FACUTY t ASSASNT Rov.G IM7 TMITN. Page 4 of 7 AC. KNOlW6EDOEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE AAE,the undersJgned authority,a N Public in and f r the State of Texas,on t Js da personally appeared Jf of the City of Fort Worth, known to me to the sante person whose name is bscrib d to the foregoing instrument, and acknowledged to me that the same was the aot of the City of Fart Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the caapariiy therein stated. GIVEN UNDE=R MY HAND AND SEAL OF OFRCE this a•-, day of 20 . MARIAfl�� A @- /y- Lary Public to and for the State Texas iF .. •Vi141fICb My Narary ID#225649D Expires December 19,20 1�31 MM51 Mimi PERMANENT SEWER FACrLrrY EASEMENT Pev.4111MV T9Fb Page 5 of 7 VILLAGE CREEK BASIN CRONVLEV RElGMF INTERMPTOR U-325 PARCEL No. 14 PE CITY PROJECT No. 100276 ANTONIO CASTELLO SURVEY,ABSTRACT No.272 CITY OF FORT WORTH,TARRANT CO� UNTV,TE As T"A" Being a pemlanent sanitary sewer easement situated in the Antonio Castello Survey,Ahgtraet No. 272, City of Fort Worth,'Warrant County,Texas, said permanent sanitary sewer easement being a portion of the remainder of a 283.204 acre tract of land(by deed) deeded to Forestmr(USA)Real Estate Group, Inc. as recorded In County Clerk's File leo. D212079898 of the Deed Records of Tarrant County,Texas,said permanent sanitary sewer easement being more particularly described by metes and bounds as follows; COMCENCING at 112 inch iron rod with cap stamped"DAA."found for the northwest corner of a 0.343 acre tract of laud (by deed) deeded to the City of Fort Worth as recorded in Volume 15212,Page 77 of said Deed Records of Tarrant County, Texas, said 112 inch iron rod with cap stamped "DAA" also being in the south line of Lot 5, Block 43 of Summer Creek Ranch, an addition to the City of Port Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 12551 of the Plat Records of Tarrant County,Texas;TBEINCE South 00 degrees 56 nninutes 48 seconds East,with the west line of said 0.343 acre tract of land,a distance of 37-49 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement THENCE South 00 degrees 56 minutes 08 seconds East,.with the west line of said 0.343 acre tract of laud,a distance of 52.51 feet to a 1/2 inch iron rod with cap stamped"DAA." found for the southwest corner of said 0.343 acre tract orf land; THENCE North 89 degrees 03 minutes 52 seconds bast,with the south line of said 0.343 acre tract of land, a distance of 149.24 feet to a point for the southeast corner of said 0,343 acre tract of land, said point being in the east line of said 283,204 acre tract of land, said point also bejEg in W. Cleburne Road(an undedicated right-of-way),from which a FK nail found for reference bears South 02 degrees 43 minutes 23 seconds West, a distance of 0.25 feet; THENCE South 00 degrees 42 minutes 25 seconds East, with the east luxe of said 283.204 acre tract of land and withW.Cleburne Road,a distance of 10.50 feet to a point for corner; THENCE South 89 degrees 03 minutes 52 seconds West, a disumce of 155.26 feet to a point for corner; THENCE North 00 degrees 56 minutes 08 seconds West, a distauce of 69,95 feet to a point for corner in the southerly right-o£-way line of Cypress Lake Drive (a 50' right-of-way), said point also being the beginning of a non-taugent curve to the left having a radius of 50.00 feet,a central angle of 03 degrees 48 uxinutes 00 seconds,and whose chord bears North 21 degrees 59 minutes 55 seconds Eas4 a distance of 3.32 feet; Exhibit A Page I of 2 Page 6of7 TBENCEth mid na&*aWemem-vie to the Baa wgb€ e soullhadbr right-of-way Em of sud Cywss LOw Daae am aC of 3.32 feet to a potu for ; TRMCE Nor& dqp�em 03 miuuft 52 sods E a disbucef 4.76 fee to t INT OF B VCNMQ aud coutiming 2,W7 squara fod or 0-046=es 41oad,mwe or ss- Notes: (1) Aplat of MTn sures date bmmiih=companies dis legal sk i. (2) All bemipp md -coor is s art rushed to tie Tetw CooTdbide System, NAD-U, Ile North Cwtr;d Zme 4202, all &tancas and ,meas shorwm erre Date: July 7,2017 Curtis Smith Registered Profs-, si W Lmd Surveyor OF � No.5494 , tsrr� '.f-� Texas Firm No. 10106-900 URTIS SMITH 5494 �-c s ; ExWbit A Page 2 of 2 sUR ' Page 7of7 l EXHIBIT PAIRM No. 14 PS (D > OLOCO 43 . 1 a) am.5ft 4255 A- CL Lu1 f o fM 1/ph&!? u- ;Q - 3YAWM 'DOA W fr e +, C-1 p'51tt- J-19 Lu ,r5 _ 0a rmor 9f Fr AtM f ) a �-- VbUME '1521.$, NM 77 1 1 m M U) IMUP o 'QW S =4V0"Q ate,,, Ld P1;RF� N_ WOS52T 149.2e 01.046 ACS 155.w��_�:�•:F.-..S"��'�T'S,�"fAf`1 'A � 35 11 3 2 .2{34 ACRES (BY DEED) u BAR (USA) 'AL 1�4'7C�71F3tt � 1 L-1 5 'S~E 43$"E Fa2.51 E�AsE OR". JNC. L-2 .; 042 25 10 5 C.C.F. No. 0212079898 1 W QBs9,. o. Ter L-4 34 SUBJECT TAT & $ L=70H 0H OF AC00SF1 ON 1 i1 .. +C-- 0348 N 21'59 3.32 WIL _I NOTF& .l' 1. A fMAL ZESMMM 1F EVEN DIR A=MPAMES 7M pMy. so 25 0 501 a ALL 0&ftM m1D MnF"6M AM REFMWO TO M lE ms co=Kw gffMK t34D$A-MIE 1t»3t111 MURAL WM 42OZ &L DMMCM MD ARM S'1OM MESURFAM SCALE 1W FM T f ft;m City Fort Worth IDOO M*=KM0MQN STRW • FM 1tQVM,TDM 7s1112 j CREEK CROWLEY REMBF .INTERCEPTOR 325 ?ARCA NO 14 PE lCr1Y PROJ. No. 100271ti PERNIMENT SAIGTARY SEWER MEME7+i1' _CU TiS�SMITH O N M FOMEWAR USA R�4L 1 STA1T UP, INC. � - SUMIEY: J4AlMN10 CAS7EI.L0 SURVEY ABSTRACT No 272 f 5494 ry.[� LOC -flM. CITY OF FORT W1F13WN, TARR,AW COUNTY, TMOS 55kq ACQUISMON AREA- 2,007 SQUARE FEET OR 0.045 ACRES ~S^ WHOLE PROPERTY ACREA9L. 283.204 ACRES (81' F?EE0 CF�R�1S SMIT H J08 No. 7b1 p1 iii# f: JPW CA4 14_pEDK(; q P13LWD SUR1�Y3d3 DXM J 7 2A17 B P46E 1 ' $494Ha i0106Sf1m iG0 bHm Ai.90T nS,1M- - M*a#C1S NnKLL ;: 1-LEWR11 9g ml • *M:N# iL 7X. 75118 • 817-0t6-1424 --00--17013 Page I of 7 D218139962 6126120183:56 PM PG 7 Fee: $40.00 Submitter_CSC ERECORDINC SOLUTIONS Electronically Recorded by Tarrant County Clerk in Oficial Public Records Mary Louise Garcia VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-326 PARCEL No. 14 TE CITY PROJECT No. 100276 ANTONIO CASTELLO SURVEY, ABSTRACT No. 272 CITY OF FORT WORTH,TARRANT COUNTY,TEXAS CRY OF FORT WogTH TEMPORARY CONSTRUCTION EA EMEN DATE. May t�xra 14, 201$ GRANTOR,FORESTAR (USA) REAL ESTATE GROUP,INC. GRANTOR'S MAILING ADDRESS (including County): 6800 FM 2244 RD, SUITE 500, BUILDING T1 AUSTIN,TRAVIS COUNTY,TSI 78746 GRANTEE: CITY OF FORS'WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST, FORT WORTH,TARRANT COUNTY,TX 76102 GONSiDERATION., 'fen Dollars($10.00)and other good and valuable considaraflan,the receipt and suffioiency of which is hereby acknowledged_ PROPERTY: Being a temporary construction easement situated in the Antonio Castello Survey, Abstract No. 272, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 253.204 acre tract of land (by deed) deeded to Forester (USA) Real Estate Group, Inc. as recorded in County Clerk's File No. D212079898 of the Deed Records of Tarrant County, Texas, sand temporary construction easement being more particularly described in Exhlblts A&B: Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage its, over, and ncross, below and along the Easement Proporty situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit W, and ingress and egress over Grantor's property to the easement as shown on Exhibit"W, 4r10MI Page 2 of 7 It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of CONSTRUCTION OF.A.SANITARY SEWER FA.C)YTY. Upon completion of Improvements and its acceptance by Grantee,all rights granted within the described Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described Easemerd Property, together with, all and singular, the rights and appurtenances thereto in anyway flanging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee, Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person whom seever la4wfully claiming or to claim the same, or any part thereof. r�P�!Y�a�pwdon Faaemank OIf18l2037 a rWoex . Page 3of7 GRANT O. � restar(USA) Real Estate Group, Ino. a Delaw vrporation F (dame of person authorized to sign),Title GRANTEE; City of Fart Worth .By(Signature.)�`�"�� (Print-vamp) Title A-441 APPR:i]L (Signatu (Print 1V &CKNOWLEDgE nEner NATE OF TEXAS § COUNTY OF TAI ANT � BEFORE ME,the undersignedwautpority, a Notary Public in and for the$tate of Texas, on this clay personally appeared J t ��'no.- .. ,known to me to be the same person whose name is subscribe to the foregoing instrument, and acknowledged to me that the same was the act of 1 and that he/she executed the same as the act of said � a_-.; i „ „ for the purposes and consideration therein expressed and In the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this_���day of ,2o t .,rn:,.���'� STEPHANIE tICUYEN t �Ijbri 'u"� Noiary�ublio.Slate a1 Texss " t J"'"' nrrrm.Expir6s 11-07-2021 and for the of exaS Na�ary iD 13134321+ Tcmporsry CeoserncHan T�seei�ul erl1AlhQ77 ---------- T.. ......e._._.�_..._ -.-�aawoM,owar wux.......,...,....-........... .. ..._.- ...,........ Page 4 of 7 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT � 13EFORE ME,the undemigned authority, a Notary Public in anj fo the State of Texas,on t `spersonally appeared ay " o the City of Fort Worth, Rnown to me to beV the same person 1�k one name is silbscribedto the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL.OF OFFICE this day of '° N ary Public in and for the Mate€wf exas . , MARIA S.SANCHEZ ra } Expiros Demvebw 19,2U021 'iampv,a,y�aase,�xi Eaeemeei o3nst?aa� o�r4Pp�� Page 6of7 VILLAGE CREEK BASIN CROWLEY RELEEF 1NTER.CEPTOR. 325 PARCEL Net.14 TE CITY PROJECT No. 100276 ANTONIO CASTELLO SURVE'Y',ABSTRACT No.272 CITY OF FORS'WORTH,TARRAIi T COUNTY,TEXAS 9Brr"A." Being a temporary construction easement situated in the Antonio Castello. Survey,Abstract No. 272, City of Fort North, Tarmt County, Texas, said teanpora T construction easement being a portion of the remainder of a 283.204 acre tract of land(by deed)deeded to Forestar(USA)Real Estes Group, Inc. as recorded in County Clerk's File No. D212079898 of the Deed records of Tarrant County, Texas, said temporary construction easemmt being more particularly described by metes and bounds as follows: COMMENCING at 1/2 inch iron rod with cap stamped"DAA" found for the northwest comer of a 0.343 acre tract of land (by deed) deeded to the City of Fort 'North as recorded in Volume 15212, Page 77 of said Deed Records of Tan-ant County,'Texas,said 1/2 inch iron rod with cap stamped "DAA" also being in the south line of Lot 5, Block 4.3 of Summer Creels Ranch, an addition to the City of Fort Worth,Tauant County,'1 w=as recorded in Cabinet A, Slide 12551 of the Flat Records of Tarrant County,'Texas;THENCE South aft degrees 56 minutes 08 seconds East,with the west line of said 0.343 acre tract of land,a distance of 100.00 Meet to a l!2 inch iron rod with cap sbunped "DAA!' found for the southwest corner of said 0.343 acre tract of land; THENCENorth 89 degrees 03 minutes 52 seconds East,with the south line of said 0.343 acre tract of land,a distance of 149.24 feet to a point for the southeast comer of said 0.343 acre tract of land, said point being in the east line of said 283.204 acre tract of land, said point also being in W. Cleburne road (an undedicated right-of-way), from which a PK nail found for reference bears South 02 degrees 43 minutes 23 seconds West,a distance of 0.25 feet;'THENCE South 00 degrees 42 minutes 25 seconds East,with the east line of said.283.244 acre tract of land,with W_Cleburne Road,a distance of 10.50 feet to a point for the southeaA corner of a proposed permanent sanitary surer easement;THENCE South 89 degrees 03 minutes 52 seconds West,with a south line of said proposed sanitary sewer ememeut, a. distance of 40104 feet to the POINT OF BEGINNING of the herein described ternporazy construction easement; THENCE South 00 degrm 42 minutes 25 seconds East,a distance of 20.00 feet to a point for corner; TIMCE South 89 degrees 03 minutes 52 seconds West, a distance of 135.18 feet to a point for corner; THENCE North 00 degrees 56 mjnutes 08 seconds W, a distance of 67.87 feet to a point for corner in the southerly right-of-way line of Cypress Lake Drive(a 50' right-of-way), said point being the beginning of a non-tangent curve to the left having a radius of 50.00 feet,a central angle of 34 degrees 39 minutes 59 seconds,and whose chord bears North 41 degrees 13 minutes 55 seconds East,a distance of 29.79 feet; Exhibit,A,Page I of 2 Page 6 of 7 NCE wkh -tm,&=enr"to tke jelk and nth&e soy TjOj_Of wayfimof wW CYP LAC DhV8. M am left of 30-25 feet to a paint fcff The mc�st wakeXV nortbw,�A rmmar of said prqxzei sw itary steer e&s,= ; THENCE 3 oath 00 degrees-56 mkutes 03 SWOU&Wit,Frith a West line of said pmposed smftary sewer easement,a&Amcg a 69.95 feet to a per#fo'e MENCE Nor& 89 degrees 43 Mmwaes 52 sewnds bast, with a south lime of mid propose] =RWY sevmr easement, a&tmce of 115.24 fztt to JLr POM OF BEGM4Nmr, and omiWuiag 3,837 squwe scar 0.0$8 am-es of lad,Moxc or less. lea ; (i) A plat of even sm-vey dM hemi amempegfies this legal desmip6om beams and owr&wces m reAremed is the Texas Coordilwe SyS& , NAD-33, The Nortb CtmtW 74M 4202, all Mztwcc3 mcg weas sbown &-a saw. Dale. duly 7,201'7 Curtis Smit ReSistered Professional Laud Surveyor No.5494 Teras Firm No. 101 06900 CUFMS SMET-# SURA EXhibit A page 2 of 2 Page 7of7 IT EXHIB "B PARCRL No 14 rR low aw fI rIK L 4 03, W T01— ► r .C LOT WAUFSEq -W ... 4. j 7 2 Gf 1 i L� �` - 1 1 w �i3 � Sn "'es - iI 1AM PAVt 77 9 FFiftBAddE�!£ #4 7 C f s 1A S lsiP�1' E €ND 112'*W Ff44 PK +A eEARS a 4 7 warm �wsn° s �x n ss' _!EI ii in :w 1 283-M4 ACRES (BY DEED) �QIAI -�.:�-�:d�rr.��VJ aItG 9f�••Y�.�.���Y S i 1°E MOP, VC. � SUBJECT 'BRACT & C C.F No. D212479898 t LOCAPON OF ACOIJF M14 D R.TX T. 1 s T � —1 5U8 34 N 3!'1`13 29-79- 1 1. A LEGAL DEBOU 49 Of fiVM WE ADMWMM 71115 mar 50 252 AL#, 90MGS MD CODRIY M AX F=NCm TD WE 711 COO4&AiAI1: 0 50 ARE W" GIL 9RAL ZOW 4 dS AM CMCES MW AREAS $HMSCALE IN FEE{ Ciuy of Fort Worth 1000 7H13O"WON STREET • rO f WOM, 7k)n 76102 VILLAGE CREEK BASIN F I AItCEL M 14 7E CITY PROD. Na. 100276Via: TEMPORO Y CONSTMRUCTM EASEMENT CU IS SM[TH OWNER. FOIRMTAR NW REAL ESTATE GROUP INC. ~~!- S1JRVkY AN=10 CASTE110 SUNY A�S7RACT N1a, 272 .,p, 5494 LibCAT10N: On OF FORT WORIM, TARRANT GC1i1MR9Y, TEXAS {� ACQUISMON AREA: 3,837 MARE FEET OR 4.068 AOR€S � S WHOLE PROPERTY ACREAGE: 2B3,204 ACS :BY D CU�7S S61Iff� JOB tdo ErP774i.Q7 DRAWN W, JP#tCJ1D ME 14-TEVM RMNMMft PFMFESnMAL iJAO SI1RVJnYf1R DA7lr JULY 7, 2017 H PAGE i 4F 7 lam r - 60' N 5494 7EiAS 1#6 1019B40D COMNOONA do AS90GIATES, ]Nr- 7324 SIAM NEWEU 8011 '90417}1 FORT kfOMK 1]G 76118 a17-499-14+4 1768 CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 GEOTECHNICAL STUDY CROWLEY RELIEF INTERCEPTOR M-325 FOR VILLAGE CREEK BASIN CROWLEY AND FORT WORTH,TEXAS SUBMITTED TO TEAGUE NALL& PERKINS,INC. 5237 N RIVERSIDE DRIVE, SUITE 100 FORT WORTH,TEXAS 76137 BY HVJ ASSOCIATES° DALLAS,TEXAS JULY 18,2017 REPORT NO. DG-16-10112 8703 John Carpkenter Freeway.SWta 250 Dallas,fa>as 75247-4640 214.678.0227 Phone 214,678.0228 Fax FIAS'S CO)C I JA T r S July 18,2017 Andrew Luce,P.E Teague Nall&Perkins, Inc. 523`7 N. Ri�rcrsidc Drive, Suite 100 Fort Wot:th,Texas 76137 Re: Greotechnical Investigation Crowley Relief Interceptor 1H-325 Crowley and Fort Worth,Texas Owner; City of Fort Worth FIVJ Associates"'No. DG1610112 Dear Mr. Luce,. Submitted herein is the final report of our geotechnical investigation for the above referenced project. The study was perfortned in accordance with proposal number.DG-16-10112 and sub contract agreement dated April 17,2017 and is subject to the limitations presented in this report. We appreciate ffic opportunity of-working with you an this project. Please read the entire report and notify us if there ate questions concerning this report or if we may be of further assistance. Sincerely, FrVJ NO Wrl I T-EXAS- CHELLIA-H CO SI",iTANTS,T NC. Texas Fiun Registration No, F--17942 A 4 .7 E Robert Lawrence,PE Ravi Tejo lepe,EIT Project Mai-lager Staff Eng-Uleer RL/FF/RE The sea]appearing on this docuincat wa5 authorized b7 Robert H.Lawrence,P.17, 1.20422 o.n July 18,2017. 2uteration of a scaled document uithout proper notification to the responsible enpricet is an offense under the Texas Engineering Practice Act, * Maia Tent— 23 pages * Appendix B—6 pages * Plates— 22 pages & Appendix C—22 pag4fs 4 Appendix A—4 pages * Appendix D— 17 pages OfFice;,13crated by HVJ Nordil'exas Cilaliah Conba=ls'lnc.'aproLld vole ze rtrxxtip owned and<)pezawd HV)AsioriaterAl fnnrhisee CONTENTS Page EXECUTIVE SUMMARY...............................................................................................................1 1 INTRODUCTION............................................................................................................3 1.1 General...............................................................................................................................3 1.2 Geotechnical Study Program..............................................................................................3 2 FIELD EXPLORATION..................................................................................................3 2.1 General...............................................................................................................................3 2.2 Sampling Methods..............................................................................................................3 2.3 Groundwater Observations ................................................................................................4 2.4 Borehole Completion.........................................................................................................5 3 LABORATORY TESTING...............................................................................................5 4 SITE CIIARACTERIZATION.........................................................................................6 4.1 Site Vicinity........................................................................................................................6 4.2 General Geology.................................................................................................................6 4.3 Soil Stratigraphy..................................................................................................................6 5 UTILITY DESIGN CRITERIA AND RECOMMENDATIONS ....................................7 5.1 General...................................... 1—...................................................................................7 5.2 Geotechnical Parameters ........... .. ...7 .................... ................................................................ 5.3 Pipe Installation recomfnendations.....................................................................................9 6 UTILI'T'Y CONSTRUCTION CONSIDERATIONS........................:.............................13 6.1 General.............................................................................................................................13 6.2 Open--Cut Excavation Considerations...............................................................................13 6.3 Groundwater Control.......................................................................................................18 7 MONITORING...............................................................................................................18 7.1 Excavation Safety.............................................................................................................18 7.2 Construction Materials Testing.........................................................................................18 7 SITE PREPARATION....................................................................................................18 S DESIGN REVIEW.........................................................................................................19 9 LIMITATIONS................................................................................................................19 LIST OF TABLES Page Table 2-1 —Groundwater Readings.................................................................................................4 Table 3-1 —Type and Number of Laboratory Tests ........................................................................5 Table 4-1 —Stratum Types Encountered......................................................................................... 6 Table 5-1 —Geotechnical Parameters....................................... ... 8 ................................. ................... Table5-2 —E'n Values..............................................................................................."""............. 10 Table 5-3 —Soil Categories as per ASTM C1479M........................................................................ 12 Table 6-1 —OSHA Soil Types....................................................................................................... 14 Table 6-2 —Soil Type Definitions.................................................................................................. 14 PLATES Plate SITEVICINITY................................................................................................................................................1 GEOLOGYMAP.............................................................................................................................................2 PLAN OF BORINGS.................................................................................................................3A, 3B&3C BORINGLOGS................................................................................................:.........................................4-15 KEY TO TERMS &SYMBOLS USED ON BORING LOGS.......................................I.......16A& 16B BRACED EXCAVATION LATERAL EARTH PRESSURE DIAGRAM .......................................17 RIGIDPIPE LOADS....................................................................................................................................1 S APPENDICES Appendix SUMMARY OF LABORATORY TEST RESULTS.................................................................................A OSHA TABLE SLOPE CONFIGURATIONS.........................................................................................B ADVANCED LABORATORY TEST RESULTS ....................................................................................C PIEZOMETER SCHEMATICS AND WELL REPORTS......................................................................D EXECUTIVE SUMMARY HVJ Associates(D was retained by Teague Nall Perkins (INP) to perforin a geotechnical investigation for the proposed installation of new 42 inch,36 inch and 18 inch sanitary sewer main, manholes and new meter station vaults in Crowley and Fort Worth,Texas.The purpose of this study is to perform a geotechnical field exploration and provide pipeline design and construction recommendations. Subsurface conditions were evaluated by drilling twelve (12) borings B-1 through B-12 drilled to a depth of approximately 20 to 35 feet below the existing ground surface.A brief summary of the investigational findings is as follows: 1. Subsurface conditions encountered during our field activity in the borings are summarized in the following table. Stratum Types Encountered Stratum Approximate Depths of Strata Encountered at Borings(feet) Type CIay Gravel/ Weathered Fill(l) Lean/Fat Sand Limestone Limestone(s) Shale(6) /Sand (z) cla a (3) (4) B1 - 0-7 - 7-8 8-10 10-25(l} B2 - 0-10 - - - 10-20M B3 0-4 4-14 - - 14-2501 - B4 0-8 8-20 - - 20-27 27-3001 B5 - 0-6 6-11 - 11-25(7) - B6 - 0-14 - 14-17 17-25(7 - B7 - 13-18 - 0-13 18-35(�) B8 - 0-12 12-17 17-21 21-2501 - B9 - - - 0-13 16-3001 13-16 B10 - 0-13 13-20M - - - B11 - 0-6 - 6-2501 - - B-12 0-5 5-19 - 19-2001 - 1 Note: (1) Fill material consists of clay,sand and gravel. (2) Stiff to hard;fat,lean or sandy. (3) Medium dense to dense;clayey sandy. (4) Soft to very hard,tan,weathered. (5) Soft to very hard,gray,with shale layers. (6) Hard to very hard,dark gray,with limestone seams. (7) Boring termination depth. 2. Groundwater was encountered at borings B-2,B-10 and B-12 during drilling operations at a depths of approximately 8.5 feet, 16 feet and 19 feet,respectively. Groundwater was not observed in any other borings during drilling operations. It should be noted that groundwater observations during drilling were made prior to introducing water into the boring for rock coring operations. It is anticipated that groundwater levels will fluctuate due to seasonal variations in climatic conditions. Groundwater may also be encountered through fissures and fractures of limestone with seasonal variations. Additionally,piezometers were installed to a depth of approximately 20 feet at borings B-4,B-7,B-10 and B-12 after completion of drilling operations to monitor the groundwater readings up to one month time period. Well reports including the piezometer schematics for the wells installed at boxings B-4,B-7,B-10 and B-12 were provided in Appendix D. 3. A laboratory testing program, consisting of moisture contents,Atterberg limits,percent passing#200 sieve were performed,unconfined compressive strength and dry unit weight were performed on select soil samples. The test results are included in boring logs presented on Plates 4 through 15. Laboratory summary table is included in Appendix A. 4. Advanced laboratory testing program,consisting of sieve analysis, free swell, sulfates, chlorides and pH were performed on select soil samples. The test results are included in Appendix C. 5. Utility design criteria and recommendations for the proposed water/sewer lines are presented in Section 5 and 6 of this report. We understand that the water pipelines will be installed using open-cut and/or trenchless auguring techniques.The invert depths of the proposed pipeline ranging between 12 feet and 28 feet below existing grade.The allowable bearing pressure ranges between 1,600 psf and 8,000 psf. Please note that this executive summary does not fully relate our findings and opinions. Those findings and opinions are only presented through our full report. 2 I INTRODUCTION 1.1 General HVJ Associates®was retained by Teague Nall Perkins ('INP) to perform a geotechnical investigation for the proposed installation of new 42 inch,36 inch and 18 inch sanitary sewer main, manholes and new meter station vaults in Crowley and Fort Worth,Texas.The purpose of this study is to perform a geotechnical field exploration and provide pipeline design and construction recommendations.A site vicinity map showing the approximate project location is presented on Plate 1 of the report. 1.2 Geotechnical Study Program The primary objectives of this study were to gather information on subsurface conditions at the project site and to develop design and construction recommendations for the proposed pipelines. The objectives were accomplished by: 1. Drilling twelve (12) borings (B-1 through B-12) to a depth of approximately 20 to 35 feet below existing ground surface to obtain samples for laboratory testing; 2. Performing laboratory tests to determine physical characteristics of the soils, 3. Installing four piezometers to depth of 20 feet to obtain groundwater measurements; and 4. Performing engineering analyses to develop design guidelines and recommendations for the proposed pipeline. Subsequent sections of this report contain descriptions of the field exploration,laboratory testing program,general site and subsurface conditions,design recommendations,and construction considerations. 2 FIELD EXPLORATION 2.1 General The field exploration program was performed between May 15,2017 and May 31,2017. Subsurface conditions were evaluated by drilling twelve (12) borings (B-1 through B-12) to a depth of approximately 20 to 35 feet below existing ground surface.A site plans showing the approximate boring locations are presented on the Plan of Borings,Plates 3A through 3C. 2.2 Sampling Methods Samples were obtained continuously to a depth. of 10 feet and at 5-foot intervals thereafter to the maximum termination depth of borings. Cohesive soil samples were obtained with a three-inch thin- walled (Shelby) tube sampler in general accordance with ASTM D-1587 standard. Granular soils were obtained by split spoon sampler. Each sample was removed from the sampler in the field, carefully examined and then classified. The shear strength of the cohesive soils was estimated by a hand penetrometer in the field. Suitable portions of each sample were sealed and packaged for transportation to our laboratory. Rock encountered was cored continuously to the termination depth of borings.The coring method employed consisted of a wire-lined NX core barrel with an inside diameter of 2 inches and length of 3 5 feet.The core samples were retrieved from the borehole and the percent recovery (REC) and the Rock Quality Designation (RQD) were recorded for each 5-foot run.The REC value was obtained by dividing the total length of core recovered by the total length of the core run. The RQD value was obtained by dividing the total length of sound core pieces with a minimum length of 4 inches by the total length of the core run. The core samples were visually examined for rock type and features,which were properly docurnented on boring logs along with the REC and RQD values. The samples were then wrapped and secured in core boxes for transportation to our laboratory.The measured recovery and RQD data were included on the boring logs. Detailed descriptions of the soils and rocks encountered in the borings are given on the boring logs presented on Plates 4 through 15. Keys to the terms and symbols used for soil and rock classification on the boring logs are presented on Plates 16A and 1613,respectively. 2.3 Groundwater Observations Groundwater was encountered at borings B-2,B-10 and B-12 during drilling operations at a depths of approximately 8.5 feet, 16 feet and 19 feet,respectively. Groundwater was not observed in any other borings during drilling operations. It should be noted that groundwater observations during drilling were made prior to introducing water into the boring for rock coring operations. Additionally,piezometers were installed to a depth of approximately 20 feet at borings B-4,B-7,B- 10 and B-12 after completion of drilling operations to monitor the groundwater readings up to one month time period. Wellreports including the piezometer schematics for the wells installed at borings B-4,B-7,B-10 and B-12 were provided in Appendix D. The groundwater readings are provided in the table below. Table 2-1 —Groundwater Readings Groundwater Readings,feet Boring ID During Drilling After Drilling 30 day piezometer Date of reading reading B-1 Dry Dry N/A N/A B-2 S.5 Dry N/A N/A B-3 Dry Dry N/A N/A B-4 Dry Dry 26.5 6/30/17 B-5 Dry Rock Coring* N/A N/A B-6 Dry Rock Coring' N/A N/A B-7 Dry Rock Coring* 6.5 6/25/17 B-8 Dry Rock Coring* N/A N/A B-9 Dry Rock Coring* N/A N/A B-10 16 6 5.8 6/25/17 B-11 Dry Rock Coring* N/A N/A 4 Groundwater Readings,feet Boring ID During Drilling After Drilling 30 day piezometer Date of reading reading B-12 19 Dry 14 6/30/27 It should be noted that groundwater observations during drilling were made prior to introducing water into the boring for rock coring operations. It is anticipated that groundwater levels will fluctuate due to seasonal variations in climatic conditions. Groundwater may also be encountered through fissures and fractures of limestone with seasonal variations. 2.4 Borehole Completion The project borings were backfilled with soil cuttings/bentonite chips upon completion of drilling so as to match the existing surface except for borings B-4, B-7, B-10 and B-12, which were converted into piezometers. 3 LABORATORY TESTING Selected soil samples were tested in the laboratory to determine applicable physical and engineering properties. Tests were generally performed according to the relevant ASTM Standards.These tests consisted of moisture contents,Atterberg limits, percent passing 9200 sieve were performed, unconfined compressive strength, dry unit weight; sieve analysis, free swell,sulfates, chlorides and pH were performed on select soil samples. ASTM D7012 compression tests on rock were utilized to obtain the uniaxial unconfined compressive strength of the rock;however, the results reported may differ from the results obtained from test specimens that meet the requirements of ASTM D4543. The Atterberg limits and percent passing No. 200 sieve tests were utilized to verify field classification by the Unified Soil Classification System. Unconfined compressive strength and hand penetrometer were utilized to obtain the undrained shear strength of the soil. The type and number of tests performed for this investigation are summarized below. Table 3-1 —Type and Number of Laboratory Tests Type of Test Number of Tests Moisture Content(ASTM D2216) T 43 Atterberg Limits (ASTM D4318) 12 Percent Passing No. 200 Sieve (ASTM D1140) 11 Unconfined Compression Soil (ASTM D2166) 10 Compressive Strength of Intact Rock(ASTM D7012) 9 Unit Weight(ASTM D2166) 16 Sieve Analysis (ASTA4 D422) 3 Free Swell(ASTM D4546) 3 Sulfates (SW--846 9038) 3 Chlorides (SM4500-CI-B) 3 pH(EPA 9045C) 3 5 The summary of laboratory test results are presented in Appendix A. The test results for sieve analysis, free swell, sulfates, chlorides and pH are presented in Appendix C. 4 SITE CHARACTERIZATION 4.1 Site Vicinity The project site is located south of Fort Worth and just north of Crowley,Texas.The entire length of the proposed pipeline is approximately 19,500 LF. Approximately 9,000 LF of the pipeline is 42 inches in diameter and extends from just east of Glendale Street to just north of the terminus of North Trail Street.Two segments converge with the 42-inch portion of the pipeline at just North Trail Street. One segment is 36 inches in diameter and approximately 2,500 LF,and extends southwest to just east of McCart Avenue.The other segment is 18 inches in diameter,approximately 5,000 LF,and extends northwest towards the lift station just south of Briargrove Lane.A site vicinity map is included in Plate 1. 4.2 General Geology According to the University of Texas at Austin,Bureau of Economic Geology"Geologic Atlas of Texas Dallas Sheet," the project site area is located in the surface outcrops of the Grayson Marl and Main Street Limestone undivided (map symbol Kgm) formation. The Grayson Marl deposits mainly consist of calcareous and gypsiferous clays. The Main Street Limestone largely consists of medium-grained,chalky rock that weathers to light gray to white.A geology map is presented on Plate 2. 4.3 Soil Stratigraphy Our interpretation of soil and groundwater conditions at the.project site is based on information obtained at the boring locations only.This information has been used as the basis for our conclusions and recommendations. Significant variations at areas not explored by the project borings may require reevaluation of our findings and conclusions. Based on our field investigation, the subsurface soils observed are presented below: Table 4-1 —Stratum Types Encountered Stratum Approximate Depths of Strata Encountered at Borings(feet) Type Clay Gravel/ Weathered FilW) Lean/Fat Sand Limestone Limestone(s) Shale(6) /Sand (Z) clayey(3) (4) B1 - 0-7 7-8 8-10 10-250 132 - 0-10 - - - 10-20(7) B3 0-4 4-14 - - 14-25(7) - 134 0-8 8-20 - - 20-27 27-30(7) B5 - 0-6 6-11 - 11-250 - 6 Stratum Approximate Depths of Strata Encountered at Borings(feet) Type Clay Gravel/ Weathered Fill(') Lean/Fat Sand Limestone Limestone(5) Shale(6) /Sandy(2) cla a (3) (4) B6 0-14 - 14-17 17-25(7) - B7 - 13-18 - 0-13 - 18-350 B8 - 0-12 12-17 17-21 21-25(7) - B9 - - - 0-13 16-30m 13-16 1310 - 0-13 13-204 - - - Bll - 0-6 - 6-250 - - B--12 0-5 5-19 - 19-20M - Note: (1) Fill material consists of clay,sand and gravel. (2) Stiff to hard;fat,lean or sandy. (3) Medium dense to dense;clayey sandy. (4) Soft to very hard,tan,weathered. (5) Soft to very hard,gray,with shale layers. (6) Hard to very hard,dark gay,with limestone seams. (7) Boring termination depth. Detailed descriptions of the soils and rocks encountered in the borings are given on the boring logs presented on Plates 4 through 15. Keys to the terms and symbols used for soil and rock classification on the boring logs are presented on Plates 16A and 1613,respectively. 5 UTILITY DESIGN CRITERIA AND RECOMMENDATIONS 5.1 General The project will involve installation of water/sewer lines along the proposed alignment in Crowley and Fort Worth,Texas.We understand that utilities will be installed at invert depths ranging between 12 feet and 28 feet below existing grade. We also assumed that all lines will be installed using open-cut and/or auguring techniques. Our analyses and recommendations for open cut and/or trenchless auguring techniques are presented below. 5.2 Geotechnical Parameters Geotechnical design parameters are presented in the following table. These design parameters are based on field and laboratory test data obtained from the corresponding boring locations and at the approximate invert depths only. Please note that,because of the nature of the soil stratigraphy at this site,parameters at locations that deviate from the boring locations may vary substantially from values reported in the following table: 7 Table 5-1 -Geotecbrtical Parameters Approximate Invert Depth Undrained Allowable Boring of Pipeline Approximate Shear Bearing No. at the boring Depth(feet) Soil Description Total Unit(pcf) Strength Pressure location feet (psf)/Friction (psf Angle(deg) 0-7 Very Stiff Lean Clay 125 3,000 psf 4,500 B-1 19.01 7-8 Weathered limestone 130 - 4,500 8-10 Unweathered Limestone 145 4,500 10-25 Unweathered Shale 140 - .4,500 B-2 15.33 0-10 Stiff to Very Stiff Fat/Lean Clay 125 1,600 psf 2,500 10-20 Unweathered Shale 140 - 4,500 0-4 Dense Clayey Gravel 125 32 deg 4,500 B-3 18.3 4-14 Very Stiff Fat Clay 125 3,000 psf 4,500 14-25 Unweathered Limestone 145 - 8,000 0-3 Fill:Clay with Sand 125 3,000 psf 1,800 B-4** 28.0 3-20 Stiff to Very Stiff Lean Clay 125 1,200 psf 1,800 20-27 Unweathered Limestone 145 - 4,500 27-30 Unweathered Shale 140 - 4,500 0-6 Very Stiff Lean Clay 125 3,000 psf 4,500 B-5 20.0 6-11 Dense Clayey Gravel 125 32 deg 4,500 11-25 Unweathered Limestone 145 - 8,000 0-14 Very Stiff Lean Clay 125 2,500 psf 4,000 B-6 18.36 14-17 Weathered Limestone 130 - 4,500 17-25 Unweathered Limestone 145 - 8,000 0--13 Weathered Limestone 130 - 4,500 B-7 27.66 13-18 Very Stiff Fat Clay 125 3,000 psf 4,500 18-25 Weathered Shale 130 - 4,500 25-35 Unweathered Shale 140 - 4,500 0-12 Stiff Fat Clay 125 2,000 psf 3,000 B-8 20.17 12-17 Dense Clayey Gravel 125 32 deg 4,500 17-21 Weathered Limestone 130 - 4,500 21-25 Unweathered Limestone 145 - 8,000 0-13 Weathered Limestone 130 - 4,500 B-9 21.98 13-16 Weathered Shale 130 - 4,500 16-30 Unweathered Limestone 145 - 8,000 B-10 16.1 0--13 Stiff Fat Clay 125 1,500 psf 2,500 13-20 Medium Dense Clayey Sand 125 30 deg 3,500 B-11 21.0 Q-6 Very Stiff Lean Clay 125 2,500 psf 4,000 6-25 Weathered Limestone 130 - 4,500 8 Approximate Undrained Invert Depth Shear Allowable Boring of Pipeline Approximate Bearing No. at the boring Depth(feet) Soil Description Total Unit(pci) Strength Pressure location (psf)/Friction (psi Angle(deg) (feet) 0-5 Fill:Clay 125 2,000 psf 1,600 5-8 Stiff to Very Stiff Fat Clay 125 2,600 psf 1,600 B-12 17.0 8-19 stiff Fat Clay 125 1,000 psf 1,600 19-20 Weathered Limestone 130 - 4,500 Notes: *The allowable bearing pressure includes Factor of safety of 3 and the values are limited to minimum allowable bearing pressure below a given layer. **B-4 was drilled on top of the embankment. We encountered approximately 8 feet of roadway embankment fill at this boring. The values shown in the above table represent our interpretation of the soil or rock properties at invert depths and below,based on the available laboratory and field test data. Use of the soil properties shown above may or may not be appropriate for a particular analysis, since choice of design parameters often depends on whether total or effective stress analysis is used,rate of loading, duration of loading,geometry of loaded area,and other factors. The total unit weight values shown above represent our interpretation of soil unit weight at natural moisture content. The undrained shear strength and allowable bearing pressure values represent our interpretation of the shear strength in clay soils based primarily on the results of unconfined compressive strength tests,hand penetrometer tests and experience with similar soils. 5.3 Pine Installation recommendations Pipe Design. The loads imposed on underground pipes depend principally upon the method of installation, the weight of overburden sails,roadway traffic load,and loads due to existing surface structures. For design of rigid pipes installed using open-cut excavation methods,loads due to overburden and traffic can be determined from Plate 18. The traffic load applied to the pipe can be calculated using 85%of wheel load with an impact factor of 1.5 for one foot of soil cover, 50% of wheel load with an impact factor of 1.35 for 2 feet of cover, and 30%of wheel load with an impact factor of 1.15 for 3 feet of cover. This results in a total design traffic load on the pipe of about 1.28,0.68 and 0.35 times the wheel load for 1,2 and 3 feet of cover,respectively. For pipes with four or more feet of cover, the traffic loads may be taken as a surcharge equivalent to 250 psf. The design of flexible pipes requires the modulus of soil reaction of the native soil (E'„)in the trench wall as input. The E'„values are based on empirical relationships to the soil consistency as defined by unconfined compression tests for cohesive soils. E'„values for the native soils are presented in the following table. The E'n values for short-term conditions in cohesive soils may be assumed to be 1.5 times the long-term values. These values are based on the soil data obtained at the boring locations only and may be used for the noted invert depth zone. 9 Table 5-2 —On Values Approximate Invert Depth E'n, Boring of Pipeline Approximate Long No. at the boring Depth(feet) Soil Description Total Unit(pcfj Term location (psi) (feet) 0-7 Very Stiff Lean Clay 125 1,000 B-1 19.01 7-8 Weathered Limestone 130 2,000 8-10 Unweathered Limestone 145 3,000 10-25 Unweathered Shale 140 2,000 B-2 15.33 0-10 Stiff to Very Stiff Fat/Lean Clay 125 600 10-20 Unweathered Shale 140 2,000 0-4 Dense Clayey Gravel 125 1,000 B-3 18.3 4-14 Very Stiff Fat Clay 125 1,000 14-25 Unweathered Limestone 145 3,000 0-3 Fill:Clay with Sand 125 1,000 B-4* 28.0 3-20 Stiff to Very Stiff Lean Clay 125 600 20-27 Unweathered Limestone 145 3,000 27-30 Unweathered Shale 140 2,000 0-6 Very Stiff Lean Clay 125 1,000 B-5 20.0 6-11 Dense Clayey Gravel 125 1,000 11-25 Unweathered Limestone 145 3,000 0-14 Very Stiff Lean Clay 125 1,000 B-6 15.36 14-17 Weathered Limestone 130 2,000 17-25 Unweathered Limestone 145 3,000 0-13 Weathered Limestone 130 2,000 B-7 27.66 13-18 Very Stiff Fat Clay 125 1,000 18-25 Weathered Shale 130 1,000 25-35 Unweathered Shale 140 2,000 0-12 Stiff Fat Clay 125 600 B-8 20.17 12-17 Dense Clayey Gravel 125 1,000 17-21 Weathered Limestone 130 2,000 21-25 Unweathered Limestone 145 3,000 0-13 Weathered Limestone 130 2,000 B-9 21.98 13-16 Weathered Shale 130 1,000 16-30 Unweathered Limestone 145 3,000 B-10 16.1 0-13 Stiff Fat Clay 125 600 13-20 Medium Dense Clayey Sand 125 1,000 0-6Very Stiff Lean Clay 125 1,000 B-11 21.0 6-25 Weathered Limestone 130 El 2,000 10 Approximate Invert Depth E'n, Boring of Pipeline Approximate Long No. at the boring Depth(feet) Soil Description Total Unit(pct) ,Term location (psi) (feet) 0-5 Fill:Clay 125 600 8-12 17.0 5-8 Stiff to Very Stiff Fat Clay 125 1,000 8-19 Stiff Fat Clay 125 300 19-20 Weathered Limestone 130 2,000 *134 was drilled on top of the embankment.We encountered approximately 8 feet of roadway embankment fill at this boring. Pipe Bedding and Backfill. Based on the soil borings,it can be expected that fat clays may be encountered within the bedding zone. We recommend that pipe bedding be in accordance with Item 504.2.2 and backfill be in accordance with Item 504.6 of North Central Texas Council of Governments (NCTCOG) standard specification. Compact bedding and backfill material should be laid in 6-inch lifts and compacted to at least 95% of the maximum density for areas influenced by vehicular traffic and at least 90% of the maximum dry density for the areas not influenced by vehicular traffic,as measured by ASTM D 698. The bottom of the excavation should be dry before the placement of the pipe. If required,we recommend groundwater control be implemented, to achieve stable trench conditions and a satisfactory foundation base. The excavations should be performed with equipment capable of providing'a relatively clean bearing area. Stable soils are essential to provide a strong base during construction. In addition,stable soils enhance trench bottom stability, support for bedding compaction,and minimize possible pipe settlement. Whenever soft or unsuitable foundation soils are encountered during trench excavation we recommend over-excavating below the base of the excavation and replacing with on-site soils compacted to at least 95% of maximum dry density in loose lifts not exceeding 6 inches. HVJ Associates® should be contacted to recommend appropriate depth of the excavation. The pipes should be installed in a bedding envelope. Bedding materials selected for the project may include ea gravel,uncrushed gravel, crushed gravel, crushed stone,stone screenings,and natural/manufactured sand. Based on ASTM C1479M, these materials are expected to fall in category I consisting of well graded sand (SW),poorly graded sand (SP),well graded gravel (GW),or poorly graded gravel(GP). We also recommend flowable fill be used where the groundwater level is above the proposed invert depth. During placing flowable fill, dewatering should be performed to maintain the bottom of excavation free of water. ASTM C 1479 categorizes soil into four different groups to evaluate the suitability of soil for use as bedding,embedment or backfill material for rigid and/or semi-rigid pipes. This information is presented in table below. 11 Table 5-3 —Soil Categories as per ASTM C1479M Soil Category USCS Classifications Category I SW, SP, GW,GP Category II GM,GC, SM,SC with more than 12% fines CL,ML,CL-ML with more than 30%retained on 75 pm sieve Category III CL,ML,CL-ML with less than 30%retained on 75 pm sieve Category IV MH, CH,OL, OH,PT If these Category I soils are used for bedding, Category II soils are recommended for embedment to prevent particle migration between different size of soil particles. Category II,Category III or Category IV can be used for backfilling the trenches. Native Soils encountered in the borings can be considered as Category III. The bedding material must be compatible with the materials in the trench bottom,walls,and backfill so that particle migration from,into, or through the bedding is minimized. Particle migration can occur when open-graded material is placed adjacent to a finer material. Under the action of hydraulic gradient from groundwater flow, fines may migrate into the coarser material. The gradation and relative size of the embedment and adjacent materials must be compatible in order to minimize migration. Trench Backfill. For pipes that will be located under streets or within one foot of streets and curbs, pipe embedment should extend to a minimum of six (6) inches above the top of pipe. Trench zone backfill is that portion of trench backfill that extends vertically from the top of pipe embedment up to pavement subgrade or up to final grade when not beneath pavement. Trenches that are located partially within the limit of one foot from streets or curbs should be uniformly backfilled according to the paved area criteria. Backfill material may consist of in-situ soils or imported flexible base materials. Fill material should be placed in loose lifts not exceeding eight (8) inches,and should be compacted to 95% of the standard proctor maximum dry density as determined by ASTM D 698. However, the backfill up to twelve (12) inches above the top of the pipe should be compacted so as to prevent structural damage to the pipe. It is common practice to use the material excavated from the trench as trench backfill regardless of the plasticity index of the soil excavated from the trench. We recommend that for trench backfill with a PI greater than 20,that the loose lift thickness of fill be limited to a maximum of eight(8) inches. This should provide for better compaction of higher plasticity backfill that will reduce problems for pavement constructed above this fill.. For native soil reusability,plasticity indices are presented in Appendix A with depths. Valve Vault Backfill. Select fill required to raise the grade or backfill should consist of clayey sand, lean silty or sandy clay with a liquid limit less than 40 and a plasticity index between 7 and 20. Fill material that is used should be placed in loose lifts not exceeding eight inches and should be compacted to 95 percent of standard Proctor maximum dry density as determined by ASTM D698. 12 6 UTILITY CONSTRUCTION CONSIDERATIONS 6.1 General This section is intended to address issues that might arise during construction. Our recommendations are intended for use as guidelines in dealing with particular soil conditions.The topics addressed in this section include trench excavation stability,groundwater control,open-cut construction and trenchless technique construction considerations. The recommendations contained herein are not intended to dictate construction methods or sequences. Instead they are provided solely to assist designers in identifying potential construction problems related to excavation,based upon findings derived from sampling. Depending upon the final design chosen for the project,the recommendations may also be useful to personnel who observe construction activity. Prospective contractors for the project must evaluate potential construction problems on the basis of their review of the contract documents, their own knowledge of and experience in the local area, and on the basis of similar projects in other localities, taking into account their own proposed methods and procedures. 6.2 Open-Cut Excavation Considerations We understand that at some locations the pipeline will be installed using open-cut excavations. Excavations should satisfy two requirements. First, the soils above final grade must be removed without disturbing the soil below excavation grade,which will support constructed facilities. Second, the sides of the excavation must be stable to prevent damage to adjacent streets and facilities as a result.of either vertical or lateral movements of the soil. In addition,a satisfactory excavation procedure must include an adequate construction dewatering system to lower and maintain the water level at least a few feet below the lowest excavation grade. Excavation Stabili . Excavations shall be shored,laid back to a stable slope or some other equivalent means may be used to provide safety for workers and adjacent structures. Earth pressures for braced excavations are presented on Plate 17. Assessment of the need for excavation sloping,use of trench boxes or other measures required providing a stable excavation and the use of appropriate construction practices and/or equipment is the contractor's responsibility. The following comments are intended to represent common solutions to stability problems encountered in similar soil conditions in the Dallas/Fart Worth area, and may not be construed as excavation system design recommendations. The excavation operations shall be performed in accordance with 29 CFR Part 1926 subpart P,as amended,including rules published in the Federal Register,Vol. 54, No. 209,dated October 31, 1989,as a minimum. In addition,the provisions of legislation enacted by the Texas Legislature should be satisfied. Excavations.Trenches that are deeper than five feet deep should be appropriately sloped and protected in accordance with Table B-1 of 29 CFR Part 1926 subpart P,and shoring may be constructed in accordance with Table C-1.1,Table C-1.2 and Table C-1.3 of 29 CFR Part 1926. Soil types required by Table C-1.1,Table C-1.2 and Table C-1.3 (Trench Shoring-Minimum Timber Requirements) are given below: 13 Table 6-1 --OSHA Soil Types OSHA Soil Type Boring No. Depth of Trench feet 0-5 5-10 10-15 15-20 B1 B C B B B2 B B B B B3 C B B B B4 C C B B B5 B C C C B6 B B C C B7 C C C B B8 B B C C B9 C C C C B10 B B C C B11 B C C C B12 C B B C * Definitions of Type B and C soils are presented in the following table. Table 6-2 —Soil Type Definitions Definitions of Type B and Type C Soils Type B a. Cohesive soil with an unconfined compressive strength greater than 0.5 tsf(48 kPa) but less than 1.5 tsf(144 kPa);or b. Granular cohesionless soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and,in some cases, silty clay loam and sandy clay loam. c. Previously disturbed soils except those which would otherwise be classed as Type C soil. d. Soil that meets the unconfined compressive strength or cementation requirements for Type A,but is fissured or subject to vibration; or e. Dry rock that is not stable; or f. Material that is part of a sloped,layered system where the layers dip into the excavation on a slope less steep than four horizontal to one vertical (4H:1V), but only if the material would otherwise be classified as Type B. 14 Type C a. Cohesive soil with an unconfined compressive strength of 0.5 tsf(48 kPa) or less;or b. Granular soils including gravel, sand,and loamy sand; or c. Submerged soil or soil from which water is freely seeping; or d. Submerged rock that is not stable, or e. Material in a sloped,layered system where the layers dip into the excavation or a slope of four horizontal to one vertical (4H: 1V) or steeper. Table B-1 presents maximum allowable slopes and configurations based on the soil types, and they are presented in the following table. Slope Configuration* Excavations made in Type B soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1. 2. All benched excavations 20 feet or less in depth shall have a maximum allowable slope of 1:1 and maximum bench dimensions shown in Appendix E. 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. 4. All'o6cr sloped excavations shall be in accordance with the other options permitted in 1926.652(b). Excavations made in Type C soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 11/2:1. 2. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 11/2:1. 3. All other sloped excavations shall be in accordance with the other options permitted in 1926.652(b). Excavations made in Layered Soils 1. All excavations 20 feet or less in depth made in layered soils shall have a maximum allowable slope for each layer as shown in Appendix E. *Diagrams for slope configuration depending on soils types are presented in Appendix B. In general,it is our opinion that the pressure distribution (for braced walls) should be used for design of sheeting or trench boxes.To reduce the potential for ground movement adjacent to the 15 top of the excavation,the bracing should be preloaded in stages as the excavation is deepened. The detailed earth pressure diagrams are presented on Plate 17. The planned construction will be performed along alignments near existing utility installations (either crossing or paralleling the new alignments). The contractors should be aware of potential excavation stability problems while working in the vicinity of old trenches and the excavation system should be designed to accommodate this wear material(trench backfill). The vertical walls of excavations should be located a safe distance from existing utilities in order to prevent movement in the soil mass behind the excavation that may adversely affect the utilities. We recommend that the horizontal distance should be 4 feet between the existing pipeline and proposed pipeline,and vertical depths should be determined based on the slope configurations in OSHA Table B-1 depending on soil types. The difficulty of excavation will increase with depth. The tan limestone and shale can generally be ripped with backhoes fitted with rock teeth. However,rock excavation methods may be required if gray limestone or hard shale is encountered. These methods could include hoe rams, back hoes with rock excavation buckets, and pneumatic hammers. Excavation of the rock is expected to be difficult and time consuming. 6.3 Boring,jacking, or Tunneling Construction Considerations We understand that at some locations the pipeline may be installed using trenchless techniques. Three basic criteria exist for satisfactory construction. First, construction must be feasible which means that it is possible to advance the bore safely and to maintain the integrity of the bore opening at least temporarily. Second, the construction should not result in excessive damage to adjacent or overlying structures, streets,or utilities. Third, the long-term design objectives of the facility must be achieved. A summary of the.construction conditions for the project is given below. Pipe Design. For pipes to be installed by trenchless techniques,whereby sections of pipe are jacked forward against the surrounding soil,pipes should be designed to resist significant bending moments, along with the jacking forces exerted on the pipe during installation. These loads generally exceed the overburden pressures that are typically determined based on the prism earth load to the ground surface,plus hydrostatic pressure and surcharge loads as shown on Plate 17. Therefore, pipes designed to resist construction loads during trenchless installation should have adequate strength for most long-term overburden and traffic loads. During design,allowance should be made for any external loads, other than soil and rock loads, which may be exerted on the pipe. These include loads from foundations for structures located near the water line and any possible future excavation to be performed near the water line. Much of the stability of the waterlines is due to the presence of relatively uniform stress conditions in the soil around the pipe. Relief of the earth loads on one side of the waterline due to subsequent adjacent excavation could cause an overstress of the pipe. Alignment. Constructability is determined to a large extent by the type of soil or rock. The best conditions are full-faced conditions. Situations that are more difficult are mixed face conditions where two different types of soil and rock, or two different types of rock are encountered in the excavation face simultaneously. These tunneling conditions should be avoided whenever possible. We anticipate mixed face conditions may exist in the areas of borings at the proposed invert depths. Where mixed face conditions are encountered control of the grade of the face of excavation is more difficult to control,and local instability of the face of the excavation is more likely at and near locations where the boundary between two strata is exposed in the excavation. 16 Face of Excavation Stability. The stability of the face is a function of the shear strength and stress- strain characteristics of the soil or rock, the overburden pressure,the geometry of the cross section, the time-dependent loss of strength, the delayed deformation of some soils,and the construction procedures. When the face consists of more than one kind of soil or rock,the stability of such a face may be assessed by analyzing the different materials independently. For the cohesive soil materials that may be encountered the stability of a face is determined by its existing undrained shear strength. The stability of the unsupported face of the excavation may be evaluated by a ratio of the overburden pressure divided by the undrained shear strength of the soil assuming atmospheric air pressure in the tunnel. This ratio is referred to as the Overload Factor, OF. Based on the measured soil properties,OF values were 3.0 or less. Generally,a design value for the overload factor of 4 or less is desirable in cohesive soils. A value of 4 represents a practical limit below which trenchless construction may be carried out without difficulties. Higher OF values will frequently lead to large deformations of the soil around and ahead of the excavation,with the associated problem of increased subsidence and possible deformations. It should be noted;however, that exposure time of the face is the most important. At the moment of excavation,negative pore pressures are generated. If the soil is left under the same conditions,the pore pressures will dissipate resulting in a reduction of shear strength. Thus,if a slow rate of advance is expected,a higher value of the OF must be used (or a reduced corrected value for the undrained shear strength). Fill material from road grading or in old utility trenches may be encountered. A potential for face instability exists where weak fill soils are encountered. The contractor should be aware of these conditions and make provisions to avoid loss of ground where fill is encountered. Loss of Ground. A properly designed and controlled operation can eliminate or reduce immediate soil movement and subsidence to a tolerable level. Nevertheless, some ground loss should be expected during trenchless operation. With good construction techniques,ground loss can be held to'acceptable levels. Generally,pipes bored or jacked beneath pavement and buried utilities can be expected to create a loosened subgrade or bedding condition which may lead to subsequent deformations. Advance rate and excavation rate should be compatible to avoid over excavation or loss of ground in order to minimize deformations. Groundwater may be encountered during tunneling operation. We recommend that equipment providing positive support to the face,such as earth pressure balance equipment,be used when constructing this segment of the project. Large ground loss can result from uncontrolled flowing ground. The potential for such ground loss exists wherever water beating sands or silts are encountered along the alignment. Careful dewatering of such layers will reduce the potential for development of flowing conditions. These soils were not encountered in the borings. However,if they are encountered during construction tunneling should be halted and measures need to be taken to dewater the area. Ground Surface Movements. The zone of influence of a trenchless crossing extends a distance equal to the invert depth on each side of the centerline of the alignment. No building structures are anticipated to be in the zone of influence. The utility lines located adjacent to or crossing the alignment may experience movement caused by trenchless excavation. Settlement of the utility lines should be within acceptable limits provided good construction practices are followed. Long-term vertical movements caused by consolidation of the ground above the tunnel will occur if leakage into the liner impacts groundwater levels in the project area. 17 6.3 Groundwater Control Assessment of the need for groundwater control and installation of appropriate dewatering equipment is the contractor's responsibility. The following comments are intended to represent common solutions to groundwater control problems encountered in similar soil conditions in the Dallas-Fort Worth area,and may not be construed as dewatering system design recommendations. A conventional pump and sump arrangement may be adequate if water bearing cohesive soils are encountered during trench excavations. Well points or eductors may be utilized to lower the groundwater level to at least three feet below the excavation level where water bearing cohesionless soils are encountered. Well points are generally not effective below about 15 feet beneath the top of the well point,and deeper dewatering requires deep wells with submersible pumps and eductors. Based on the subsurface soils encountered,we anticipate groundwater to be controlled using pump and sump arrangement. In any case,the groundwater control system used must provide a relatively dry, stable base for construction. However,it should be noted that groundwater conditions will change due to rainfall and seasonal changes. Control of groundwater should be accomplished in a manner that will preserve the strength of the foundation soils;will not cause instability of the excavation; and will not result in damage to existing structures. Where necessary to this purpose,the water will be lowered in advance of excavation by pump and sump arrangement,wells,well points,or similar methods. Open pumping should not be permitted if it results in boils,loss of fines,softening of the subgrade, or excavation instability. Discharge should be arranged to facilitate sampling by the owner's representative or engineer. 7- MONITORING 7.1 Excavation Safety As required under OSHA regulations, the contractor should provide a"competent person" to inspect trench excavations daily before the start of work,as needed during the shift, and after every rainstorm or other hazard increasing occurrence. When the competent person finds evidence of a hazardous condition, exposed workers should be removed from the hazardous area until the necessary precautions have been taken to ensure their safety. A competent person means one who is capable of identifying existing and predictable hazards in the surroundings or working conditions which are unsanitary, hazardous or dangerous to workers,and who has authorization to take prompt corrective measures to eliminate them. 7.2 Construction Materials Testin We recommend that backfill be monitored by an accredited testing laboratory to verify that construction is performed in conformance with project specifications. FfVJ Associates'routinely provides these services and would be pleased to do so for this project. 7 SITE PREPARATION The site should be cleared,grubbed and stripped of all organic material,soft soils and foreign material within the proposed development area. Stripped areas should be appropriately graded and shaped to prevent ponding of water. Pumping may occur if the site becomes wet. All subgrade soils should be proof rolled in accordance with TxDOT Standard Specifications prior to placement of fill or paving. Fill material that is used should be placed and compacted in accordance with TxDOT Standard Specifications. 18 8 DESIGN REVIEW HVJ Associates* should review the design and construction plans and specifications prior to release to make certain that the geotechnical recommendations and design criteria presented herein have been properly interpreted. 9 LIMITATIONS This investigation was performed for the exclusive use of Teague Nall Perkins (TNP) to perform a geotechnical investigation for the proposed installation of new 42 inch,36 inch and 18 inch sanitary sewer main manholes and new meter station vaults in Crowley and Fort Worth,Texas. HVJ Associates has endeavored to comply with generally accepted geotechnical engineering practice common in the local area. HVJ Associates®makes no warranty, express or implied. The analyses and recommendations contained in this report are based on data obtained from subsurface exploration,laboratory testing,the project information provided to us and our experience with similar soils and site conditions. The methods used indicate subsurface conditions only at the specific locations where samples were obtained, only at the time they were obtained,and only to the depths penetrated. Samples cannot be relied on to accurately reflect the strata variations that usually exist between sampling locations. Should any subsurface conditions other than those described in our boring logs be encountered, HVJ Associates© should be immediately notified so that further investigation and supplemental recommendations can be provided. 19 PLATES on r N � w � a a ID w a z c� co V s I.J lu a� a oo a N �. 1A) = z - Rai,D I. ID RIO I III ID o •V � 0. IDr j 1 I � y� I?rn 7 � tt y �J �:hahr�,t,'ita111`kFpl ~GA fly La Q ^e� N d I z .4 4 S'�• ��� '��i 1■ ' I S 6y1 �w Ln uj cnP4 0 i O Z Poo _. i• , V n ❑ 0 CJ Q CJ �1 o a w W 4 R � 't � 7 *4� �y� � _ 3 r+ i I �4 4 A 1 Q LU O ' it ti# rt JI r.krJl "'- +.� �• IL' S ` a' r II ' + •. I ; - 0 f , D 1 _ ' 400 ',j { * += w } @ Ad - 3 a - w _ - - - ��-��x%\ 9 - � - � - / , { kow , . \ I /[ � � ■ � : � m , ' . . . . a . ! IL , . \ : E � . z ks \ m . i w f . �.- - �� � >. . . � . _ § $ _ LnLU m / ) CL o E � m§ z � § u � � @ o/ ? j § / § U ] / f cq § � / § / § � . , 1. . � 0 M q § � » � m � 2 ? ? / 41 � 2 41 k k 2 Z CL CLk \ ®� Z m u § w $ j � P4 CL ( ° 4 § &u \� 2 uj % / \ § , : . . . � . , • rt • | w � j§ 00 $ S ° 2 § J & Q CRd z ' / § , � � } � � � � ■ $� � � . � / p ¥ � � ' 0 ? o } , ] i k - - - • ' f t a / e � \ k : � � 7 � ƒ ® z LOO OF BORIM43 Project: Crowley Relief Interceptor Project No.: DG-16-10112 Boring No.: B-1 Date: 5/15/2017 Elevation: Groundwater during drilling: -- Northing: -- Station: -- Groundwater 24 hours after drilling: --- Easting: -- Offset: -- ELEV. SOIL SYMBOLS SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOILIROCK CLASSIFICATION �'F0 Z" Q o O d FEET AND FIELD TEST DATA a N r 0.5 1.0 1.5 2.0 z o MOISTURE O CONTENT,% PLASTIC LIMIT I LIQUID LIMIT 0 10 20 30 40 50 70 SO 90 .. ........................................................... . . LEAN CLAY(CL),very stiff,moist,dark brown to reddish brown,trace sand and gravel,possible fill 92.6123 5 sandy gravel .................................................................. LIMESTONE,hard,tan,weathered ...........................:.................11.1..1.................... LIMESTONE,hard,light gray 10 oom') SHALE,hard,with limestone seams 15 O z0 18-(5014") co 25 F Boring terminated at 25 feet below ground surface. 0 c� a U O 30 L7 Z 0 O m Y 4 U z Z 35 Shear Types: •= Hand Penet. IN=Torvane A= Unconf. Comp. )= UU Triaxial 0 U) See Plate 3 for boring location. PLATE 4 0 J .1%SO'('IATr_5 LOG OF BORING Project: Crowley Relief Interceptor Project No.: DG-16-10112 Boring No.: B-2 Date: 5/15/2017 Elevation: Groundwater during drilling: 8.5 feet Northing: -- Station: -- Groundwater 24 hours after drilling: --- Easting: -- Offset: -- IU ELEV. SOIL SYMBOLS z w SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION U)o w x a N o a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA z o MOISTURE O CONTENT,°h PLASTIC LIMIT 1-- LIQUID LIMIT 0 10 20 30 40 50 70 80 90 FAT CLAY(CH),stiff to very stiff,moist,dark brown, reddish brown with calcareous nodules below 5 feet 96.7 d s 117 It 0 ......................................... _ LEAN CLAY(CL),moist to wet,brown,with gravel and tan limestone fragments 10 ...................................:.................................... SHALE,hard,dark gray,with light gray limestone layers (5010.75°) 15 (5013.50') 20 ........................................................................ Boring terminated at 20 feet below ground surface. 25 N U z 'a [7 O z 2 d in } ft: U U U Z 35 Shear Types: i= Hand Penet. ®=Torvane A= Unconf. Comp. )K= UU Triaxial 0 (0 See Plate 3 for boring location. PLATE 5 A.4 cl,)4 INT ES LOG OF BORING Project: Crowley Relief Interceptor Project No.: DG-16-10112 Boring No.: B-3 Date: 5115/2017 Elevation: Groundwater during drilling: --- Northing: -- Station: -- Groundwater 24 hours after drilling: --- Easting: -- Offset: -- ELEV. SOIL SYMBOLS z w SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION �� z� m o W <0 C30,0. FEET AND FIELD TEST DATA ori z ❑ MOISTURE O CONTENT,% PLASTIC LIMIT ILIQUID LIMIT 0 10 20 30 40 50 60 70 80 90 CLAYEY SANDY GRAVEL(GCS,dense,moist,light brown,possible fill 26.7 ° FAT CLAY{CH),very stiff,moist,tan and reddish 5 brown brown,with calcareous nodules 111 shaley below 7 feet 10 ......................................................................... LIMESTONE soft to hard,light gray with occasional 15 dark gray shale layers (5011.5") 20 18-(5(12.5") ti .. ..................................................................... 25 Boring terminated at 25 feet below ground surface. 0 c� a P c� 30 0 z O M Y 0 O U z zof 35 Shear Types: (0= Hand Penet. ®=Torvane A= Unconf. Camp. X= UU Triaxial 0 U) See Plate 3 for boring location. PLATE 6 J A'cS0C',IATE S LOG OF BORING Project: Crowley Relief Interceptor Project No.: DG-16-10112 Boring No.: B-4 Date: 5/31/2017 Elevation: Groundwater during drilling: --- Northing: -- Station: -- Groundwater 24 hours after drilling: --- Easting: -- Offset: -- ELEV. SOILSYMBOLS in-in U) SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION `�� Z" Qo oa FEET AND FIELD TEST DATA 0.N r 0.5 1.D 1.5 2.0 �P z MOISTURE O CONTENT,% PLASTIC LIMIT I— - 1 LIQUID LIMIT 0 .................................................... race 10 20 30 40 50 7D so 90 FILL,clay,v�nth sand,very stiff,dry,brown,trace gravel,organics and calcareous nodules 75.8 5 7-&a LEAN CLAY{CL),stiff to very stiff,moist,tan to brown,trace gravel and calcareous nodules 10 + 1 1 1 1 15 owx 8-9-10 zD ................................ry........g...y........................ No Recovery LIMESTaNE,hard to ve hard, ra ,with shale layers 63 25 No Recovery 0 c� SHALE,very hard,dark gray with limestone seams E U m U O . ...................................................................... z Boring terminated at 30 feet below ground surface. E 0 m r 0 0 U 2 3J Shear Types: ®= Hand Penet. ®=Torvane A= Unconf. Comp. X=UU Triaxial o See Plate 3 for boring location. PLATE 7 0 0MEJ n.zsucIPiUS LOO OF 130UNG Project: Crowley Relief Interceptor Project No.: DG-16-10112 Boring No.: B-5 Date: 5/31/2017 Elevation: Groundwater during drilling: --- Northing: -- Station: -- Groundwater 24 hours after drilling: --- Easting: -- Offset: -- ELEV. SOIL SYMBOLSLU z w SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOUROCK CLASSIFICATION Na �0 X aN as 0.5 7.0 1.5 2.0 FEET AND FIELD TEST DATA Z o MOISTURE O CONTENT, PLASTIC LIMIT ILIQUID LIMIT fl 10 20 30 40 50 970 SO 90 LEAN CLAY(CL},very stiff to hard,dry,dark brown, trace organics and calcareous nodules 00 5.7 119 s ........................................................................ CLAYEY SANDY GRAVEL(GC),dense,moist, brown,with calcareous nodules and weathered limestone fragments 28.9 � i0 REC=80%, LIMESTONE,very hard,tan RQD=15% 152 ' 75 REC=45%, 1455 RQD=370k Compressive Strength at 16.5 feet=283.8 tsf -with shale seams @ 18 feet —20 REC=30%, Compressive Strength at 21 feet=357.1 tsf 147 RQD=20% 6 inches of shale @ 22 ft ti ry 25 ........................................................................ Boring terminated at 25 feet below ground surface. v z a' vi c7 O 30 z 0 0 m w 0 U C7 m Shear Types: •=Hand Penet. ®=Torvane A= Unconf. Comp. X= UU Triaxial J_ U o See Plate 3 for boring location. PLATE 8 0 J A'00CIATES LOG OF BORING Project: Crowley Relief Interceptor Project No.: DG-16-10112 Boring No.: B-6 Date: 5/17/2017 Elevation: Groundwater during drilling: --- Northing: -- Station: -- Groundwater 24 hours after drilling: --- Easting: -- Offset: -- LU ELEV. SOIL SYMBOLS z m U) SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIURO CK CLASSIFICATION F0 inZ" �o Oa a� y 0.5 1.0 1.5 2,0 FEET AND FIELD TEST DATA o 0p MOISTURE O CONTENT, PLASTIC LIMIT I- 1 LIQUID LIMIT 0 10 20 30 40 50 70 80 90 SANDY LEAN CLAY(dc,-very stiff to hard,moist, dark brown and olive brown,with calcareous nodules and weathered limestone fragments se 121 s 1 67.8 1 1 1 10 LIMESTQNE,hard,tan,weathered 15 . LIMESTONE,very hard,light gray 20 REC=75%, RQD=SO% -Compressive Strength at 22 feet=468.9 tsf 140 O n .......................................... ......................... zs Borin g terminated at 25 feet below round surface. 0 t? x a 0 ai t� a 30 c� z a= 0 M r 0 0 U 7 Z 35 af Shear Types: ®= Hand Penet. M=Torvane A= Unconf. Comp. X= UU Triaxial 0 o See Plate 3 for boring location. PLATE 9 0 IA.SSGc2.arr s LOG ®r somwo Project: Crowley Relief Interceptor Project No.: DG-16-10112 Boring No.: B-7 Date: 5/25/2017 Elevation: Groundwater during drilling: --- Northing: -- Station: -- Groundwater 24 hours after drilling: --- Easting: -- Offset: -- ELEV. SOIL SYMBOLS z wSHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOILIROCK CLASSIFICATION Wo wv -��� AXX a N }a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA 6 O MOISTURE O CONTENT, PLASTIC LIMIT ILIQUID LIMIT 0 10 20 30 40 50 60 70 80 90 LIMESTONE,weathered,hard,tan,yellowish brown -8 to 9 feet:Fat Clay(CH),moist,reddish brown 89.5 i° FAT CLAY(CH),shaley,stiff,moist,dark gray 117 A 15 - ........................................................................ SHALE,highly weathered,soft,dark gray 20 ........................................................................ REC=78%, SHALE,hard,dark gray RQD=70% Compressive Strength at 25 feet=16.73 tsf 0 c? 7 T 'a C7 0 30 REC=37i, Compressive Strength at 30 feet=11.78 tsf J RQD=18 Z a 0 m w 0 0 Boring terminated at 35 feet below ground surface. m Shear Types: 0= Hand Penet. ®=Torvane A= Unconf. Comp. X= UU Triaxial J_ O o See Plate 3 for boring location. PLATE 10 O go J �T, LOG OF BORING Project: Crowley Relief Interceptor Project No.: DG-16-10112 Boring No.: B-8 Date: 5/17/2017 Elevation: Groundwater during drilling: --- Northing: -- Station: -- Groundwater 24 hours after drilling: --- Easting: -- Offset: -- LU ELEV. SOIL SYMBOLS Z w (n SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOUROCK CLASSIFICATION na wU a N }a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA Z o MOISTURE O CONTENT, PLASTIC LIMIT I I LIQUID LIMIT 10 20 30 40 50 70 80 90 FAT CLAY(CH),very stiff,moist,dark brawn and yellowish brown 101 5 0 i i 10 ........................................................................ CLAYEY GRAVEL WITH SAND(GC),dense,moist, tan,with weathered limestone layers 31.9 15 ........................................................................ LIMESTONE,weathered,hard,tan 20 REC=50%, RQD=20% .. .rd....light...... LIMESTONE,har , gray,with shale layers............ Compressive Strength at 23 feet=147.14 tsf 138 Compressive Strength at 24 feet=487.78 tsf 149 N 25 ........................................................................ Boring terminated at 25 feet below ground surface. a. (D 30 z m w U C7 z 135 Shear Types: ®=Hand Penet. ®=Torvane A= Unconf. Comp. X= UU Triaxial J_ 0 W See Plate 3 for boring location. PLATE 11 0 A.4S ICIAi'IS LOG OF 13ORI NG Project: Crowley Relief Interceptor Project No.: DG-16-10112 Boring No.: B-9 Date: 5/17/2017 Elevation: Groundwater during drilling: --- Northing: -- Station: -- Groundwater 24 hours after drilling: --- Easting: -- Offset: -- ELEV. SOIL SYMBOLS Z SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION FJ)Co W' Z" aoa CL a } 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA IR Z o MOISTURE O CONTENT,% PLASTIC LIMIT I-- ] LIQUID LIMIT —010 20 30 40 50 60 70 80 90 LIMESTONE,hard,tan,weathered,with shale layers 5 10 ..........".t..................................................... SHALE=,soft to hard,dark gray i5 ....""...... ................... ........-".....--'...-"....-"....-- LIMESTONE,soft to hard,tan to dark gray,with shale layers 20 REC=20%, RQD=1a n N 25 REC=14%, Q RQD=B% d a x a c� O O ZBoring terminated at 30 feet below ground surface. a in W 0 Ir U O Z 35 Shear Types: ®= Hand Penet. ■=Torvane L1= Unconf. Camp. )= UU Triaxial _J O o See Plate 3 for boring location. PLATE 12 0 ASSY(-IAr€S LOG OF BORING Project: Crowley Relief Interceptor Project No.: DG-16-10112 Boring No.: B-10 Date: 5/25/2017 Elevation: Groundwater during drilling: 16 feet Northing: -- Station: -- Groundwater 24 hours after drilling: 6 feet Easting: -- Offset: -- ELEV. SOIL SYMBOLS ?"-' in SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIUROCKCLASSIFICATION U)� Z� <o I!3U a n 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA °O o MOISTURE O CONTENT,% PLASTIC LIMIT I LIQUID LIMIT .............................................................. .. 10 20 30 40 50 70 80 90 p FAT CLAY(CH),stiff to very stiff,moist,dark brown, trace organics and clacareous nodules 41 94.9 s 4 L 103 1a ............... .... ........ CLAYEY SAND WITH GRAVEL(SC),medium dense,moist,brown,with weathered limestone seams 37.4 15 9-13-18 20 ................................................ Boring terminated at 20 feet below ground surface; installed well. 3 25 0 x vi L7 O 30 U' z 0 0 m w O a U C7 Z 135 Shear Types: �D= Hand Penet. R=Torvane A Unconf. Comp. SIF= UU Triaxial J_ U o See Plate 3 for boring location. PLATE 13 0 J ASSOCIATES LOG OF "ORING Project: Crowley Relief Interceptor Project No.: DG-16-10112 Boring No.: B-11 Date: 5125/2017 Elevation: Groundwater during drilling: -- Northing: -- Station: -- Groundwater 24 hours after drilling: --- Easting: -- Offset: -- ELEV. SOIL SYMBOLS Z`u SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOUROCK CLASSIFICATION 0 W L) _—X C3 ° FEET AND FIELD TEST DATA a N 0.5 1.0 1.5 2.0 z v MOISTURE O CONTENT,% PLASTIC LIMIT 1 LIQUID LIMIT 0 10 20 30 40 50 70 80 90 ........................................................................ LEAN CLAY(CL),very s#iff,dry,red brown,tan#o fight brown,with trace organics and limestone fragments 32-16-23 21-(5011") 5 ........................................................................ LIMESTONE,hard,tan to white,weathered 10 f5 Compressive Strength at 18 feet=4.08 tsf 20 REC=100%, ROD=97% Compressive Strength at 21 feet=8.26 tsf .................................................................. 25 Boring terminated at 25 feet below ground surface. 0 c� x a 0 vi c� 0 30 t� z a 0 m r 0 U C] Z 35 0 Shear Types: i= Hand Penet. El=Torvane n= Unconf. Comp. X= UU Triaxial rn J_ O in o See Plate 3 for boring location. PLATE 14 0 �ASSO'CrATFS LOG OF BORING Project: Crowley Relief Interceptor Project No.: DG-16-10112 Boring No.: B-12 Date: 5/30/2017 Elevation: Groundwater during drilling: 19 feet Northing: -- Station: -- Groundwater 24 hours after drilling: --- Easting: -- Offset: — Z'ELEV. SOIL SYMBOLS n SHEAR STRENGTH,TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION (0C3 ZLL 0 (] < 0 a N } 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA a o MOISTURE O CONTENT,% PLASTIC LIMIT i— I LIQUID LIMIT g ........................... .... .............n...... . .. ........ 10 20 30 40 50 70 80 90 FILL,clay,very stiff,.dry,.dark brow ,with rack. ..... 53.8 ° i i 5 FAT CLAY(CH),stiff to very stiff,moist,dark brown, trace gravel 95 ........................................................................ LEAN CLAY(CL),stiff,moist,light brown,yellow brown,trace gravel and calcareous nodules 10 115 0 90 15 W ........................... ... ............................ LIMESTONE,hard,tan,weathered za :................................................................. Boring terminated at 20 feet below ground surface. ti Zb 25 0 ca 7 x a c� vi 3D z z a a m } 0 U z Z 35 Shear Types: •= Hand Penet. ■=Totvane ®= Unconf. Comp. )K= UU Triaxial 0 o See Plate 3 for boring location. PLATE 15 0 J iAS, x_IATr.-s SOIL SYMBOLS SAMPLER TYPES Soil Types Thin Walled 11 No Recovery Shelby Tube '�4 Clay silt Sand Gravel ® Split Barrel Auger Modifiers THD Cone Penetration lar Sample Test Clayey Silty Sandy Fill Construction Materials WATER LEVEL SYMBOLS Mn fjGroundwater measured after drilling operations Asphaltic Stabilized Portland Asphalt ,� Groundwater measured during drilling Concrete Base Cement operations Concrete SOIL GRIN SIZE Particle Size or Sieve Classification Particle Size No. (U.S.Standard) Clay <0.002 mm <0.002 mm Silt 0.002-0.075 mm 0.002 mm-#200 sieve Sand 0.075-4.75 mm #200 sieve-#4 sieve Gravel 4.75-75 mm #4 sieve-3 in. Cobble 75-200 mm 3 in. -8 in. Boulder >200 mm >8 in. ©EMSITY OF CONESlf NLESS SOILS CONSISTENCY OF COHESIVE SOILS Penetration Consistency Undrained Shear. Penetration Descriptive Resistance"N"* Strength(tsf) Resistance"N" Term Blows/Foot Slows/ft Very Soft 0-0.125 <2 Very Loose 0-4 Soft 0,125-0.25 2-4 Loose 4-10 Pian 0.25-0.5 4-8 Medium Dense 10-30 Stiff 0.5—1.0 8-15 Dense 30-50 Very Stiff 1.0-2.0 15-30 Very Dense > 50 Bard >2.0 >30 PENETRATION RESISTANCE #-#-# Blows required penetrating each of three consecutive 6-inches per ASTM D-1586* 50/4" If more than 50 blows are required,driving is discontinued and penetration at 50 blows is noted (4/6") Texas Cone Penetration blows required penetrating each of two consecutive 6-inches per TEX- 132-E *The N value is taken as the blows required to penetrate the final 12 inches I TERMS DESCRIBING SOIL STRUCTURE 5lickensided Fracture planes appear polished or Intermixed Soil sample composed of pockets of glossy,sometimes striated different soil type and laminated or Fissured Breaks along definite planes of fracture stratified structure is not evident with little resistance to fracturing Calcareous Having appreciable quantities of calcium Inclusion Small pockets of different soils,such carbonate as small lenses of sand scattered Ferrous Having appreciable quantities of iron through a mass of clay Parting Inclusion less than 1/4 inch thick Nodule A small mass of irregular shape extending through the sample Seam Inclusion 1/4 inch to 3 inches thick 870171 aJ h. T­.Fwy Sti.250 extending through the sample 214-678-0227 Ph 214b7a-0228 F.. Layer Inclusion greater than 3 inches thick FKEY extending through the sample Laminated Soil sample composed of alternating TO TERMS AND SYMBOLS partings of different soil type USED ON BORING LOGS Stratified Soil sample composed of alternating PROJECT NO.: (DRAWING NO.: seams or layers of different soil type DG-16-10112 Plate 16A ROCK TYPES SAMPLER TYPES Limestone � Shale ElSandstone ® Thin-Walled � Rock Core _ Tube Weathered Weathered Weathered ® Standard Auger Sample Limestone Shale Sandstone Penetration Test Highly WeDolomite ® Granite THD Cone Bag Sample athered Penetration Limestone Test HARDNESS SOLUTION AND VOID CONDITIONS WIT soft can be,carved with aknif®,b,QkenwahfingerP3 �, @,.ucs Ie S.thal,.ao t5 Void Interstice a general term for ores ace sort can be gouged or gmuved Peachy with a knife, 9 P P I. U05 Wrween 71.1 aal 100 Nf or other openings in rock. rlodemt,IVHard (llbb- zib:hecke�Jywith akliife,artIC513tL en 10G and 250 of Hard 1:Lm 6e.-Ai AtL ed rarelV with a kzuh2,or UCS greater than 21tO LA Very bard L�uA I,r ouatched x,-51,a knife Cavities Small solutional concavities. vuggy Containing small cavities, usually lined WEATHERING GRADES Off' ROC:TMASS(1) with a mineral of different composition from that of the surrounding rock. Slightly Discoloration indicates weathering of rock material Vesicular Containing numerous small, unlined and discontinuity surfaces. cavities,formed by expansion of gas bubbles or steam during solidification of Moderately Less than half of the rock material is decomposed the rock. or disintegrated to a soil. Porous Containing pores, interstices, or other Highly More than half of the rock material is decomposed openings which may or may not or disintegrated to a soil. interconnect. Completely All rock material is decomposed and/or Cavernous Containing cavities or caverns, sometimes disintegrated into soil. The original mass structure quite large. Most frequent in limestones is still largely intact. and dolomites. Residual Soil All rock material is converted to soil. The mass structure and material fabric are destroyed. JOINT DESCRIPTION SPACING INCLINATION SURFACES Very Close <2" Horizontal 0-5 Slickensided Polished,grooved Close 2"-12" Shallow 5-35 Smooth Planar Medium Close 12"-3' Moderate 35-65 Irregular Undulating or granular Wide >3' Steep 65-85 Rough Jagged or pitted Vertical 85-90 REFERENCES: ISEDDING THICKNESS(2) (1) British Standard(1981)Code of Practice for Site Investigation, Very Thick >4' BS 5930. Thick 2'-4' Thin 2"-2- (2)The Bridge Div.,Tx. Highway Dept. Foundation Exploration& Very Thin 1/2"-2" Design_Manual, 2nd Division, revised June, 1974. Laminated 0.08"-1/2" Thinly Laminated <0.08" Information on each boring lag is a compilation of subsurface TK.P�j Sk25o DO.. o.u.J,TX75rsal conditions and soil and rock classifications obtained from the 21¢678 0227 Ph field as well as from laboratory testing of samples. Strata have 9 �„s 2,¢678-0226 F­ been interpreted by commonly accepted procedures. The stratum lines on the logs may be transitional and approximate in KEY TO TERMS AND SYMBOLS nature. Water level measurements refer only to those observed USED ON BORING LOGS at the times and places indicated,and may vary with time, geologic condition or construction activity. PROJECT NO.: DG-16-10112 DRAWING NO.:Plate 1GB n m r" w iu a F4 r, w zi t4 U Q q dlx (0j V (D Fes. 3 a - a W �+ Q [V 40 aii0. WWW i V Q w AQ, to aU+ d� 111 CM ° a to II 4. cd x .0 �. W lU Q o x ( CL x m �,x � � 4. �b0 ko `o F 4 ami hep 0 0 0 CD x co ld o yrs Wax �' w � 0o � 00 x � O i t 1I N m 4 ,°_� ! I a0,C4 b U V a � m II U v >o G P 4J 0 w .SS t0. � W�fJ2 i� ai CD C%2 O N0 co O o _ .1 m N a) d ofF. y K V a7 0 9 G _ U O td G A. > (d 0 t. y 0 a o v a wIIIA w a) 0 to s. S. e r0+ t LW' SVS y ° ea C m G. 0 O p..I F°. :1co m f m o- v] cv o II II it II 1! II m� lzo, I �:y G v a w � 4d x vi 3 x ab U q W ui e z P P2 P2 w P3 P3 For P 4 Dw < H P1 = 7Dw+(H—Dw)(7—7w)+Ps +(H—D,)7w P2 H [7Dw+(H—Dw)(7—7w)+ls Ko+(H—Dw)7 w P3 = [YDw+(H+W—Dw)(Y-7w)+P�Ko+(H+W—Dw)7w P4 = 7Dw+(H+W—Dw)(7—7w)+Ps+(H+W—Dw)Yw For Where H < Dw < H+W PI , P2. P3 = Pressure imposed on pipe, psf P = H7+P Dw = Depth of groundwater, feet i — s H = Depth of top of pipe P2 = (7 H+Ps )Ko from ground surface, feet P3 = [7Dw+(H+W—Dw)(7-7w)+PJKo+(H+W—Dw)7w W = Diameter of pipe, feet P = 7 D +(H+W—Dw)(Y-7 )+P+s (H+W—D )7w 7 = Total Unit weight of soil, pcf 4 w w 7w = Unit weight of water, pef For Ps = Surcharge load, psf Ko = Coefficient of Dw > (H+W) earth pressure, (1.0 for clays and 0.5 for sands) Pi = H7+Ps P2 = (7 H+Ps )Ko P3 = [(H+W)7+PJKo P4 = (H+W)7+Ps 8ro>>o�C,Pnw,F, ffi 250 21"7M2z Ph 2,"7M228 Fax EDA6 /17 APPROVED BY: PREPARED BY: RL RS RIGID PIPE LOADS DRAWING NO.: DG-16-30112 PL ATL 18 APPENDIX A SUMMARY OF LABORATORY TEST RESULTS Summary of Lab Test Results Percent Dry Shear Shear Liquid Plastic Finer Moisture Unit Strength- Compressive Strength Boring# Depth Limit Limit P1 Than Content Weight Soil(Su) Strength- (Pocket #200 (°/a) Rock Pen) Sieve (pcp (tsp (Qu is fl (tsfl B-1 0 1.5 B-1 2 26 12 14 93 10.8 122.8 1.96 1.5 B-1 5 16.2 B-1 18 13.2 B-2 0 1.5 B--2 2 75 19 56 97 21.2 1.5 B-2 4 0.83 B-2 6 15.1 116.7 1.22 1.33 B-2 14 17.5 B-3 2 27 3.5 B-3 4 1.5 B-3 6 64 21 43 18.1 111.1 1.88 1.5 B-3 10 1.5 B-3 13 15.1 1.5 B-3 19 8.3 B-4 0 1.5 B-4 2 1.5 B-4 4 1.5 B-4 8 47 17 30 11.8 0.67 B-4 13 1 B-4 14 15.1 B-5 0 1.5 B-5 2 47 14 33 12.2 118.8 5.7 1.5 B-5 4 1.5 B-5 8 29 13.1 B-5 11 3.5 B-5 14 3.5 152.1 B-5 16 5.1 144.5 283.8 B-5 21 4.9 147.1 357.1 B-6 0 1.5 B-6 2 1.5 B-6 4 47 14 33 10.8 120.6 5.68 1.5 B-6 6 1.17 9701 John C.1-,Pwyai.250 V.11ss'PR 75247 219-678 M27 Ph 214678-0228 F.. w.56ll C.iA'_S DATE:6/26/2017 APPROVED BY: PREPARED BY: RL I RE SUMMARY OF LAB TEST RESULTS CROWLEY RELIEF INTERCEPTOR PROJECT NO.: DG-16-11022 DRAWING NO.: Plate A-1 Percent Dry Shear Shear Liquid Plastic Unit e Finer Moisture StrCompressive Strength ngth- Boring# Depth PI Than Content Strength- (Pocket Limit Limit #200 (%) Weight Soil(Su) Rock Pen) Sieve (pcf) (tst) (Qu tsf) (tsf) B-6 8 68 16.2 B-6 10 1.5 B-6 13 1.5 B-6 14 15.9 B-6 22 4.4 139.6 468.9 1.5 B-7 3 10.3 B-7 8 1.33 B-7 9 90 19 B-7 13 14.4 116.9 2.08 1.5 B-7 18 1.5 B-7 19 51 21 30 18.2 B-7 23 1.5 B-7 25 16.7 B-7 30 11.8 B-8 0 1.5 B-8 2 64 18 46 17.4 101.3 1.96 1.5 B-8 4 1.5 B-8 6 1.33 B-8 8 1 B-8 14 32 17.5 B-8 23 8.8 138 147.1 B-8 24 3.8 148.6 407.8 B-9 1 11.2 B-9 3 9.7 B-9 13 9 B-10 0 1.5 B-10 2 1.5 B-10 4 95 22.4 1.5 B-10 6 0.67 B-10 j 8 61 18 43 22.5 103.0 1.17 0.75 87011,1e CaWp FVSii 250 DrOrs,7'X 75247 2146780271 Ph 21467H-021B P z {SSOCI a?FS DATE:6/26/��7T PPROVED BY: PREPARED BY: RL RG SUMMARY OF LAB TEST'RESULTS CROWLEY RELIEF INTERCEPTOR PROJECT NO.: DG-16-11022 DRAWING NO.: PlateA-2 Percent D Shear Shear Finer Moisture Compressive Strength Liquid Plastic Unit Strength- Boring# Depth PI Than Content Strength- (Pocket Limit Limit #200 (%) Weight Soil(Su) Rock Pen) Sieve (pcf) (tsf) (Qu tsf) (ts>) B-10 13 1.5 B-10 14 37 11 B-10 18 27 B-11 0 1.5 B-11 2 10.3 B-11 4 19 8 11 5.9 B-11 17.5 4.1 B-11 21 8.3 B-12 0 1.5 B-12 2 54 16 1.5 B-12 4 1 B-12 6 70 19 51 26.9 94.8 0.99 1.33 B-12 13 114.6 0.54 0.67 B-12 14 37 13 24 14.7 Total No. of 12 12 12 11 43 16 10 9 45 Tests F8701 jd..Ca.Fe .F.ry S�ii 250 .Ile;TX 75247 214678-0227 Fh 214478-0228 Fac 2017 APPROVED BY: PREPARED BY: RL RE.SUMMARY OF LAB TEST RESULTS CROWLEY RELIEF INTERCEPTOR DG-16-11022 DRAWING NO.: P1ateA-3 APPENDIX B OSHA TABLE B-1 SLOPE CONFIGURATIONS t SxsaFanuns to in Typa 5mil !-Au:sa ple&lope E=Z atkonI:]felt or 411f in 3qta I'vall 1.%avl [In%mmum zlle-ml!la-Upe of.t:l. t 9 Z-.Ul11 aaaahudasc to dam fectarlessi a d=pts:alllzm a mmamta s a lormbla slol3e of I:#and mamaza=bea h dim=nmom aa fo117i. Wit. �...;� +tilw�d IR rtnh►riti. wtil a»7�. I ��� �l�•nGrF k MW wA. 60&h a Ea � exLva xcxtl�11p Fhri • i r 8701J.6,C.F-Pty Suite ase D.1.;1'X 75247 214A78-0227 PL RS50[A'f S3 21"7B-0=V.. DATE:G/25/l7 APPROVED BY: PREPARED BY: RL RE OSHA TABLE B-1 SLOPE CONFIGURA'T'IONS TYPE B SOILS CROWLEY RELIEF IN'TERCEPT'OR PROJECT NO.: DRAWING NO.: DG-16-10112 Plate B-T b_All p=xn mum lI, ptLVbou: aI-.itu i or aTporad to a height2dean IS mches a be.aria top€FThe 7sxtzz1 sjds An SIT 3 wzra m ban}tea a inmm=a71Y€mtle skp c:Y )t I 1 in" :yin. ratrl b5tghC i3f VdVrirrj �tj f 4.Allvtliar-dopad s==om I aQlb 8701 fnM Csq--F"5 50 4 2 D.R1 TX 75247 214-67&-0227 Ph 0-M." 2M67&0=Fu DATE:6/25/17 APPROVED BY: PREPARED BY: RL RE OSHA TABLE B-1 SLOPE CONFIGURATIONS TYPE B SOILS(COLT...) CROWLEY RELIEF INTERCEPTOR PROJECT NO.: DRAWING NO.: DG-16-10112 Plate B-II �•l3 cJ�`inticn: �f�di in ,� i1 1 Ali simple Aopa emc ara#oul X 1;!l at Im!m tlepih 1-110 112 m f Maim=XUD-vab1e dLpe Df ISga 1_ 1 ----I MOM AilfLvavatiDTbLOfiitotIsFiind,�pWtttjebhsrwr-2Maayj! dWIm [ cj!dra5 311 b4 3TUA-Mad.umppsind to bNA1 F.IJealI I�Inchn:above d1a cap 0 tbt*',mWL-i:.lt ill mrh taiimw3m iIml Lr,--z mxami iUDr,IbIa 0 u�jf i VAIL Sgpport ior sa1:d aystew 1� Cie a„- �-� Total Itir�ght of varEival *fide, ',-ZR*'iL L K-DED LOV R. RT1 I�; _X71 a t1711ap d IM zr.-mona jh]llb j M i cc allay.a�71th tb a o�}a et v} Ctka p a Ited m$1 52 ;a. 8701 J.h.cwt.ee Pty&i.250 Da9a,7'X 75247 214 78-=Ph F 21/17 APPROVED BY: PREPARED BY: RL RE,TABLE B-1 SL OPE CONFIGURATIONS TYPE C SOILS ROWLI Y RELIEF INTERCEPTOR DRAWING NO.: DG-1G-10112 Plate B-III ?..AII ��a ti n ��t_ar,7tEaz=_ib$sp;kt�l in1ses39=_od=_aL++ }iscapinwky"m 06r bl±3ltpafofgtt$12,yafInmt :nrh12 L-�l;nr_ 1 1 OT� I 1 114 C 07%, A. oe i t: It .. co u7 8701 Jahn Ce�P,—Fwy&A.250 Dallis,TS 75247 214 b7&0227 Ph A S�ZIG IAT CS 2144178,0228 F.. DATE:G/25/17 APPROVED BY: PREPARED BY: RL RE OSHA TABLE B-1 SLOPE CONFIGURATIONS MULTI LAYERED SOILS CROWLEY RELIEF INTERCEPTOR PROJECT NO.: DRAWING NO.: DG-16-10112 Plate B-IV $-1.4F=urzaO13S 1481 1m F-4vtL ad �0113 ..CoAt-.,. zS s 4. 4 A OVEZ B :5 SZ zi I 16 13-ONMr- 2. 4LE 0thu damped c.-ax:-atiga: TihiA Ira m 7,crordain r;;ath the u&--x vpdrnE pEmu u in 8701 Jahn Cary—Fwy Suite 250 Dallas,77C 75247 214-678-0227 Ph h Ysq�lAS'y 214-678-0228 N. —F DATE:G/25/17 APPROVED BY: PREPARED BY: RL RE OSHA TABLE B-I SLOPE CONFIGURATIONS MULTI LAYERED SOTLS(CONT...) CROWLEY RELIEF INTERCEPTOR ----PROJECT NO.: DRAWING NO.: DG-16-10112 Plate B-V APPENDIX C ADVANCED LABORATORY TEST RESULTS FREE SWELL HvJ ASSOCIATES SWELL TEST ASTM D-4546 METHOD B Project blame: Crowley Interceptor Boring No, B-4 Project No. DG-16-10112 Sample Depth. 13-15' Date Tested: 06/14/17 sting No. 1 Technician: KF Date Calcukated: 06/14/2017 SWCH SOMPIDBli Tniriul End TL IDa[a 1e1XII Ftts1L1 Sample Height in lull 0.991) Wet+Rin { I$ 2.383} Diameter(iJn IM155. 2.066 D +Rin 211.01 221.01 Volume cc 55.704 54.864 Ring Wt. 5'185 120.85 Height of Solids in 0.675 0.675 Mtdrt[ire Elm (Trimmio R 1 E Specific Gravity 2.700 Wet+Tare Moisture Content Ao 14.1 17.3 D +'fare I 1 V nK P1 Wet Density c 128.1 133.6 Tare W3 I,I I YI Dry Density(pcf} 1122 113.9 Moisture Content(%) 15.1 SAmF&COr md;;llc4k {;fit}' Hiteid I�ealrL[airleler f IAl} {['�.} Elipaed Sn+c11 Void 11;Ilc Timo rime IRsudixW {,doge OeformAtloo Rollin t in) din} la (in} 1i NI 0.0 {144" 0.0000 1.0140 0.5016 5.0 hgM18, 0.0150 0.9990 1 0.4794 0.0 sx{1h r8 0.0000 0.9990 0.4794 t,F7`;3le17 15..'.9I 0.1 i1.fiwa -0.0008 0.9982 0.4782 r;;12m 15-x' 0.3 11,11.151E -0.0009 0.9981 0.4781 15s 0.5 1-1,11.434 -0.0009 0.9981 0.4781 L171'Jlk? 1526 1.0 11,115,h�) -0.0009 0.9981 0.4781 6;4 -IJ 117 1327 2.0 11.tti�'1- -0.0009 0.9981 0.4781 R.f7/x1- 13!}de 5.0 ub1314 -0.0010 0.9980 0.4779 ;,/7,'20 150) 8.0 + rW9 -0.0010 0.9980 0.4779 ei iiml: 14421 15.0 W1139 -0.0010 0.9980 0.4779 n�7f 11 r n:!5 30.0 tut3.1I -0.0009 0.9981 0.4781 f,M7 11: lo;2% 60.0 IJ.Q-10 -0.0008 0.9982 0.4782 6 µ1J11 i 7;11r1 935.0 11.01f, -0.0012 0.9978 0.4776 &?Mj11.1L 15:1111 1415.0 O.IIJJ9 -0.0009 0.9981 0.4781 2495.0 OM 11 -0.0007 0.9983 0.4784 +if712017 J'ft 2975,0 LLO141 -0.0007 0.9983 0.4784 f,{IieJ'�tll7 Itt1[F 3875.0 (Kti9d1 -0.0007 0.9983 0.4784 w1l.01111 1►d i 4175.0 S!.n p 40006 0.9984 0.4785 4i{1;;'81117 ?1,[1) 6815.0 rt,0343 -0.0006 0.9984 0.4785 01 17:1111 7295.0 kfflgll.5 -0.0003 0.9987 0.4790 ?;1}Il 8135.0 (WIA5 -0.0003 0.9987 0.4790 p/1.4 21-117 I n!r 5 8695.0 u.4034 -0.0003 0.9987 0.4790 Over Burden Pressure- 1875 psf Calculated by: EH Sample Height before inundation= 0.9990 in Comuted by: EH ChaiM in Height after Swell= H 111 S,.. Checked by: RE Percent Free Swell= -0.03 % HVJ ASSOCIATES SWELL TEST ASTM D-4546 METHOD B Project Name: Crowley Interceptor Boring No. B-7 Project No. DG-16-10112 Sample Depth. 13-IT Date Tested: 06/14/17 Ring Nn. 1 Technician: KF Date Calculated: 06/14/2017 'erell5¢m le D.L. Initial Final Tv itDKti EtiMAl Fitfal Sample Height nr it41111 ftb11i3 Wet+Rin 11W9a�B.51 Diameter int _*tfq 2.101 D -r Ring 21'x_7 L 219.71 Volume cc 56.244 56.210 Ring WL(g} 116.+4 116.44 Heijzht of Solids in 0.673 0.673 MaisNIrc.01w. l'rlmmin 1-1- Specific Gravity 1 2.700 Wet t'Tare Moisture Content /0 15.1 18.2 D +'rare 111,t� 1'I Wet Density c 131.9 135.5 Tare W 31.211 1tF Dry Density( cf) 114.6 114.6 Moisture Content(%) 14.4 `1RrtrE►1A pe�ai�nn �lyud PenrLloauoter(lrl� Ifn 11�ap(;;Fll k:.lalracd SsMfV Void Dal[ Time, `1'[we Rca,ilugh Flcabgt Dtlnatwufti,U RatLD min to 10 iu is 0.0 linstl 0.0000 0.9900 0.4705 rf7+�51r"r q5;,14 5.0 L0 0.0213 0.9687 0.4389 10:25 0.0 11111"Y3 0.0000 0.9687 0.4389 P 200 1ST 0:1 U.050 -0.0004 0.9683 . 0.4383 U{7/31117 15.25 -0.3 U.Cfw -0.0001 .0.9 686 0.4387 _ (rf7? 111'1 15-'5 0.5 17,rl -0.0001 0.9686 0.4387 {/� fj17 1514 1.0 L1.11510 0.0001 0.9688 0.4390 p�7f�1'- 15;x7 2.0 uaJX15 0.0004 0.9691 0.4395 #l�f=11'.. I{rlfl 5.0 0,t1,4911 0.0011 0.9698 0.4405 �-1:121117 1a?: 8.0 tL.f31-V7 0.0018 0.9705 0.4415 f.!"tf 111'1 lt4d, 15.0 0.115.19 0.0026 0.9713 0.4427 165 30.0 U351 0.0042 0.9729 0.4451 t61�5 60.0 401r4i 0.0059 0.9746 0.4476 61m1rLiY lik 935.0 + dah 0.0176 0.9863 0.4650 t3 a1 1415.0 (io%t 0.0192 0.9879 0.4674 r,l9{ �q7 -,1,r1L1 2495.0 4105ri 0.0198 0.9885 0.4683 r1?0j2o17 17.181 2975.0 it1f5l1P 0.0199 0.9886 0.4684 r./111+3tl r 141k1 3875.0 qq rF11 0.0202 0.9889 0.4689 roe r012u17 11,10 4175.0 9A3511 0.0202 0.9889 0.4689 6,+1?)1l0 J.CKI 6815.0 11.1+512 0.0203 0.9890 0.4690 VPVx 111- 1740 7295.0 1143514 0.0206 0.9893 0.4695 r,�13 d+lr 7'1kF 8135,0 11.1101.3 0.0206 0.9893 0.4695 6/15/Z0 lfrh3 8695.0 1L4341¢ 0.0207 0.9894 0.4696 Over Burden Pressure= 1875 psf Calculated by: EH Sample Height before inundation= 0.9687 in Comuted by: EH Chane in Height after Swell= O.i 0 in Checked by: RE Percent Free Swell= 2.14 % HVJ ASSOCIATES SWELL TEST ASTM D-4546 METHOD 13 Project Name: Crowley Interceptor Baring Na B-12 Project No. DG-16-10112 Sample Depth. 14-15' Date Tested: 06/14/17 Ring No. 1 Technician: KF Date Calculated: 06/14/2017 4+vc11Snm kOitru Ihireltl 11'nmk `restD344e Initial Fina] Sample Height in kh Ad. A078 Wet+Ring x#.5Av 235,62 Diameter in 2.1]rld1; 2.086 D +Rin 61 AA 1 218.30 Volume cc 55.780 54.772 Ring Wt. 116.1A 1 116.93 HeigbtofSolids in 0.670 0.670 idiRturel atu '1'rinnnins 1.1. Specific Gravi2.fil0 2700 Wet+Tare I-r.r. i7 Moisture Content /0 15.4 17.1 D +Tare IIc..it; i ]'I Wet Density c 130.8 135.2 'T'are 51111 :J Dry Density(pct) 113.4 115.5 Moisture Content C%) 14.7 S tm}11c De rcripunt� I1wtd Pu rtrowter l lid I ice„Ila{<:.L) ekapssdiwetl Vold Osie 'Tlme Time Iltendingn C4enlie Nformntioo aftlia [min {?n) {--o (Im [In 61UP117 15: 4 0.0 ffill'F57 0.0000 0.9960 0.4857 617;x}17 13~25 5.0 (A0531 0.0119 0.9841 0.4680 8 T/�1117 B.-25 0.0 3k 0.0000 0.9841 0.4680 fr1717UI 15:4 0.1 -0.0009 0.9832 0.4666 11741117 1515-s 0.3 11.1'- -0.0011 0.9830 0.4663 r,/7/2111 r 15--n 0.5 I IAV 21 -0.0011 0.9830 0.4663 47/:617 1.1-.2(. 1,0 1+65,',1 -0.0012 0.9829 0.4662 6(7f21117 15:2,7 2.0 w619 -0.0014 0.9827 0.4659 4r?J2II7 15..514 5.0 1I.LiMS -0.0018 0.9823 0.4653 C1711111T EVA) 8.0 r1,115I.; -0.0019 0.9822 0.4651 df7/7134T 15!444 15.0 1111512 -0.0021 0.9820 0.4648 ti/M017 1955 30.0 1165 rT -0.0026 0.9815 0.4641 16 5 60.0 ilOIL -0.0031 0.9810 0.4633 6111/2017 7--1'10 935.0 t1W79 -0.0054 0.9787 0.4599 002{H 7 14411 1415.0 0478 -0.0055 0.9786 0.4598 6�y/ tI7 Aryl 2495.0 (V1167A -0.0055 0.9786 0.4598 11193x1117 14!6111 2975.0 11,114771 -0.0055 0.9786 0.4598 600/2DI7 8h10 3875.0 0.�47h -0.0057 0.9784 0.4595 E.." 11111) 4175.0 1.11WA -0.0058 0.9783 0.4593 (a 12/21117, 1101F 6815.0 liv"'M -0.0061 0.9780 0.4589 61 12i1i l i 1 i 4K1 7295.0 II HE -0.0061 0.9780 0.4589 (,/1]/"017 ?-Jill 8135.0 tntl472 -0.0061 0.9780 0.4589 {�{1,412111` leaf 8695.0 tr,11-173 -0.0061 0.9780 0.4589 Over Burden Pressure= 1875 psf Calculated by: EH Sample Height before inundation= 0.9841 in Cornuted by: EH Change in Height after Swell= -Uumt in Checked by: RL Percent Pree Swell= -0.62 % SIEVE ANALYSIS Percent Coarser By Weight O O q N O O O O O O O cd � o �n �n o� A a O R+ N N U O sD �O �O � � N �4 z hi Q � z •,� - U N 0 03 � z P a> rig .ti z v _ v� A c y M c O O O .--a 4 CQ 000 h � Ln O M N O O 1-i jy2TaAk Xg iau[3 juxu;)d Percent Coarser By Weight O O p Q o O cq Ln C) O C=> Q c O 00O O II II o v) QA 45 O m p a O .—t U O � �O LD g �3 0 z z U CJS � o U .--a •U cd ..+ U -c � z � di a z b 7j b C) c C) a 0 QO O 00 O O O c0 O O 1-4 3ggGa!};1 (g Baur �uaasa� SULFATES, CHLORIDES AND pH AnntyfienI Report 5543,tt for Chelliah Consultants Inc. Project Manager: Damian Bozek Crowley interceptor DG16-10112 12-JUN-17 Collected By:Client XENCO ASU1 AT RlE kLL*N TM+ � 9701 Harry Hines Blvd Dallas,TX 75220 Xenco-Houston(EPA Lab code:TX00122): Texas(T104704215),Arizona(AZ0765),Florida(E871002),Louisiana(03054) Oklahoma(9218) Xenco-Dallas(EPA Lab code:TX01468): Texas(T104704295) Xenco-Odessa(EPA Lab code:TX00158): Texas(T104704400) Xenco-San Antonio:Texas(T104704534) Xenco Phoenix(EPA Lab Code:AZ00901):Arizona(AZ0757) Xenco-Phoenix Mobile(EPA Lab code: AZ00901): Arizona (AZM757) Page 1 of 13 Final 1.000 XENCO 4 O ' L_Af-3ElRAT0RIES 12-JUN-17 Project Manager: Damian Bozek Chclliah Consultants Inc. 8701 John Carpenter P'wy.Suite 250 Dallas,TX 75247 Reference: XENCO Report No(s): 554844 Crowley Interceptor Project Address: Crowley, TX Damian Bozek: We are reporting to you the results of the analyses performed on the samples received under the project name referenced above and identified with the XENCO Report Number(s) 554844.All results being reported under this Report Number apply to the samples analyzed and properly identified with a Laboratory ID number. Subcontracted analyses are identified in this report with either the NELAC certification number of the subcontract lab in the analyst ID field, or the complete subcontracted report attached to this report. Unless otherwise noted in a Case Narrative, all data reported in this Analytical Report are in compliance with NELAC standards. The uncertainty of measurement associated with the results of analysis reported is available upon request. Should insufficient sample be provided to the laboratory to meet the method and NELAC Matrix Duplicate and Matrix Spike requirements, then the data will be analyzed, evaluated and reported using all other available duality control measures. The validity and integrity of this report will remain intact as long as it is accompanied by this letter and reproduced in full,unless written approval is granted by XENCO Laboratories. This report will.be filed for at least 5 years in our archives after which time it will be destroyed without further notice, unless otherwise arranged with you. The samples received, and described as recorded in Report No. 554844 will be filed for 60 days, and after that time they will be properly disposed without further notice, unless otherwise arranged with you. We reserve the right to return to you any unused samples,extracts or solutions related to them if we consider so necessary(e.g., samples identified as hazardous waste, sample sizes exceeding analytical standard practices,controlled substances under regulated protocols,etc). We thank you for selecting XENCO Laboratories to serve your analytical needs. If you have any questions concerning this report,please feel free to contact us at any time. Respectfully, Gale Denman Project Manager Recipient of the Prestigious Small Business Administration Award of Excellence in 1994. Certified and approved by numerous States acrd Agencies. A Small Business and Minority Status Company that delivers SERVICE and QUALITY Houston-Dallas-Midland-San Antonio-Phoenix-Oklahoma-Latin America Page 2 of 13 Final 1.000 Sample Cross Reference 554844 #5 i-r XENCO illi LABORATORILS -401, Chelliah Consultants Inc., Dallas,TX Crowley Interceptor Sample Id Matrix Date Collected Sample Depth Lab Sample Id B-4 S 06-07-17 12:00 14- 15 ft 554844-001 B-7 S 06-07-17 12:00 13- 14 ft 554844-002 B-12 S 06-07-17 12:00 14- 15 ft 554844-003 Version: L% Page 3 of 13 Final 1.000 CA SE AIA RRA T1 VE LABORATORIES Client Name: Chelliah Consultants Inc. Project Name: Crowley Interceptor Project 1D: DG16-10112 Report Date: 12-JUN-17 Work Order Number(s): 554844 Date Received: 0 610 712 01 7 Sample receipt non conformances and comments: Sample receipt non conformances and comments per sample: None Page 4 of 13 Final 9.000 X?��N 0 RIFE; "1'qd1s*L O Certificate of Analytical Results 554844 Chelliah Consultants Inc., Dallas,TX Crowley Interceptor Sample Id: B-4 Matrix: Soil Date Received:06.07.17 16.35 Lab Sample Id: 554844-001 Date Collected:06.07.17 I2.00 Sample Depth:14- 15 I} Analytical Method: Chloride,Mercuric Nitrate Method by SM4500 Cl-C Tech: HAC %Moisture: Analyst: HAC Basis: Wet Weight Seq Number: 3019251 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 7.45 4.97 mg/kg 06.08.1714.15 1 Analytical Method: Soil pl-I by EPA 9045C Tech: SDK %Moisture: Analyst: HAC Basis: Wet Weight Seq Number: 3019298 Parameter Cas Number Result RL Units Analysis Date Flag DO pH 12408-02-5 7.94 SU 06.08.1712.05 1 Analytical Method: Sulfate by SW-846 9038 Tech: HAC %Moisture: Analyst: HAC Basis: Wet Weight Seq Number: 3019266 Parameter Cas Number Result RL Units Analysis Date Flag DO Sulfate 14808-79-8 <49.8 49.8 mg/kg 06.08.1714.00 U 1 Page 5 of 13 Final 1.000 Certificate of Analytical Results 554844 LABORATORIES r M � Chelliah Consultants Inc., Dallas,TX Crowley Interceptor Sample Id: B-7 Matrix: Soil Date Received:06.07.17 16.35 Lab Sample Id: 554844-002 Date Collected:06.07.17 12.00 Sample Depth:13 -14 ft Analytical Method: Chloride,Mercuric Nitrate Method by SM4500 CI-C Tech: HAC %Moisture: Analyst: I-IAC Basis: Wet Weight Seq Number: 3019251 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 12.4 4.95 mg/kg 06.08.1714.15 1 Analytical Method: Soil pH by EPA 9045C Tech: SDK %Moisture: Analyst: HAC Basis: Wet Weight Seq Number: 3019298 Parameter Cas Number Result RL Units Analysis Date Flag Dil pH 12408-02-5 8.14 SU 06.08.17 12.05 1 Analytical Method: Sulfate by SW-846 9038 Tech: HAC %Moisture: Analyst: HAC Basis: Wet Weight Seq Number: 3019266 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 181 49.7 mgfkg 06.08.1714.00 1 Page 6 of 13 Final 9.000 --d-'"► -Nj } Certificate of Analytical Results 554844 LAE3 1 �1l0P.IF!;3 •wi+r Chelliah Consultants Inc., Dallas,TX Crowley Interceptor Sample Td: B-12 Matrix: Soil Date Received:06.07.17 16.35 Lab Sample Id: 554844-003 Date Collected:06.07.17 12.00 Sample Depth:14-15 R Analytical Method: Chloride,Mercuric Nitrate Method by SM4500 CI-C Tech: HAC %Moisture: Analyst: HAC Basis: Wet Weight Seq Number: 3019251 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 143 4.96 mg/kg 06.08.1714.15 1 Analytical Method: Soil pH by EPA 90450 Tech: SDK %Moisture: Analyst: HAC Basis: Wet Weight Seq Number: 3019298 Parameter Cas Number Result RL Units Analysis Date Flag Dil pH 12408-02-5 8.18 SU 06.08.1712.05 1 Analytical Method: Sulfate by SW-846 9038 Tech: HAC %Moisture: Analyst: HAC Basis: Wet Weight Seq Number: 3019266 Parameter Cas Number Result RL Units Analysis Date Flag Dil Sulfate 14808-79-8 49.9 49.6 mglkg 06.08.1714.00 1 Page 7 of 13 Final 1.000 O . ' XENCO Blank Summary 554844 LABORATORIES Chelliah Consultants Inc., Dallas,TX Crowley Interceptor Sample Id: 3019251-1-BLK Matrix: SOLID Lab Sample Id: 3019251-1-BLK Analytical Method: Chloride,Mercuric Nitrate Method by SM4500 Cl-C Prep Method: Tech: HAC Analyst: HAC Date Prep: Seq Number: 3019251 Parameter Cas Number Result RL MDL Units Analysis Flag Dil Date Chloride 16887-00-6 <4.98 4.98 mg/kg 06.08.1714:15 U 1 Page 8 of 13 Final 1.000 X. '- r xrco Blank Summary 554844 , �.4F10RI-�'F 0 RI E 6 Chelliah Consultants Inc., Dallas,TX Crowley Interceptor Sample Id: 3019266-1-BLK Matrix: SOLID Lab Sample Id: 3019266-1-BLK Analytical Method: Sulfate by SW-846 9038 Prep Method: Tech: MAC Analyst: PWC Date Prep: Seq Number: 3019266 Parameter Cas Number Result RL NIDL Units Analysis Flag Dil Date Sulfate 14808-79-8 <49.8 49.8 mg/kg 06.08.1'714:00 U 1 Page 9 of 13 Final 1.000 QC Summary 554844 1_AE3��,Yct3 1=IR1E Chelliah Consultants Inc. Crowley Interceptor Analytical Method: Chloride,Mercuric Nitrate Method by SM4500 Cl-C Seq Number: 301925 t Matrix: Solid MB Sample Id: 3019251-1-BLK LCS Sample id: 3019251-1-BKS LCSD Sample ld: 3019251-1-BSD MB Spike LCS LCS LCSD LCSD Limits %RPD RPD Units Analysis Fla Parameter Result Amount Result %Ree Result %Ree Limit Date g Chloride <499 49.9 62.4 125 57.5 115 75-125 8 25 mg/kg 06.08.1714:15 Analytical Method: Chloride,Mercuric Nitrate Method by SM4500 Cl-C Seq Number: 3019251 Matrix: Soil Parent Sample ld: 554844-001 MS Sample Id: 554844-001 S MSD Sample Id: 554844-001 SD Parent Spike MS MS MSD MSD Limits %RPD RPD Units Analysis Parameter Result Amount Result %Ree Result %Rec Limit Date /lag Chloride 7.45 49.8 67.2 120 64.4 115 75-125 4 25 mg/kg 06.09.1714:15 Analytical Method: Soil pH by EPA 9045C Seq Number: 3019298 Matrix: Soil Parent Sample id: 554844-001 MD Sample Id: 554844-001 D Parent MD %RPD RPD Units Analysis Fla Parameter Result Result Limit Date g pH 7.94 7.96 0 20 SU 06.08.1712:05 Analytical Method: Sulfate by SW-846 9038 Seq Number: 3019266 Matrix: Solid MB Sample Id: 3019266-1-13LK LCS Sample ld: 3019266-1-BKS LCSD Sample Id: 3019266-1-BSD MB Spike LCS LCS LCSD LCSD Limits %RPD RPD Units Analysis Fla Parameter Result Amount Result %Rec Result %Rec Limit Date g Sulfate <49.8 199 180 90 194 97 80-120 7 20 mg/kg 06.08.1714:00 Analytical Method: Sulfate by SW-846 9038 Seq Number: 30t9266 Matrix: Soil Parent Sample Id: 554843-001 MS Sample Id: 554843-001 S MSD Sample Id: 554843-001 SD Parameter Parent Spike MS %Rec MSD MSD Limits %RPD RPD Units Analysis Flag Result Amount Result Result %Rec Limit Date Sulfate 77.4 199 283 103 284 103 75-125 0 20 mg/kg 06.08.1714:00 Page 10 of 13 Final 1.000 7 I_ACI�]I~ACRIFlagging X In our quality control review of the data a QC deficiency was observed and flagged as noted. MS/MSD recoveries were found to be outside of the laboratory control limits due to possible matrix/chemical interference,or a concentration of target analyte high enough to affect the recovery of the spike concentration.This condition could also affect the relative percent difference in the MS/MSD. B A target analyte or common laboratory contaminant was identified in the method blank. Its presence indicates possible field or laboratory Contamination. D The sample(s)were diluted due to targets detected over the highest point of the calibration curve,or due to matrix interference. Dilution factors are included in the final results.The result is from a diluted sample. E The data exceeds the upper calibration limit;therefore,the concentration is reported as estimated. P RPD exceeded lab control limits. J The target analyte was positively identified below the quantitation limit and above the detection limit. U Analyte was not detected. L The LCS data for this analytical batch was reported below the laboratory control limits for this analyte.The department supervisor and QA Director reviewed data.The samples were either reanalyzed or flagged as estimated concentrations. H The LCS data for this analytical batch was reported above the laboratory control limits.Supporting QC Data were reviewed by the Department Supervisor and QA Director.Data were determined to be valid for reporting. K Sample analyzed outside of recommended hold time. .IN A combination of the'N"and the"J"qualifier,The analysis indicates that the analyte is"tentatively identified"and the associated numerical value may not be consistent with the amount actually present in the environmental sample. **Surrogate recovered outside laboratory control limit. BRL Below Reporting Limit. RL Reporting Limit MDL Method Detection Limit SDL Sample Detection Limit LOD Limit of Detection PQL Practical Quantitation Limit MQL Method Quantitation Limit LOQ Limit of Quantitation DL Method Detection Limit NC Non-Calculable f NELAC certification not offered for this compound. * (Next to analyte name or method description)=Outside XENCO's scope of NELAC accreditation Recipient of the Prestigious Small Business Administration Award of Excellence in 1994. Certified and approved by numerous States and Agencies. A Small Business and Minority Status Company that delivers SERVICE and QUALITY Houston-Dallas-San Antonia-Atlanta-Midland/Odessa-Tampa/Lakeland-Phoenix-Latin America Phone Fax 4147 Greenbriar Dr,Stafford,TX 77477 (281)240-4200 (281)240-4280 9701 Harry Hines Blvd,Dallas,TX 75220 (214)902 0300 (214)351-9139 5332 Blackberry Drive,San Antonio TX 78238 (210)509-3334 (210)509-3335 121 I W Florida Ave,Midland,TX 79701 (432)563-1800 (432)563-1713 2525 W.Huntington Dr.-Suite 102,Tempe AZ 85282 (602)437-0330 Page 11 of 13 Final 1.040 3 m C7 u A v ct G N, o _""j o I EA I Cr c ; II mom, e'icci i i1't _ � � D zz MCL a ED ;f Ia I r {f k o I( �"" '' Q r.. { IVI a Fu}� ' l RI w LJ �» a m M 3 _3 orI l ro � t q a. ' 2vj ur o a a w a m _] a c � z w M F ❑I ❑ I ..[ a m t�Cs a U N v �'-�Z m m y C �Q� v•IVa N a ......'tl A C, N -� L G Vl O !!v I n st ¢ o O v 0 3= > G7 u a n I � a i Fif10310 to i H2504 ty . O j N N I NagH (D r O haM504 CL � z cr z ..y ME04 0NOWE ,$ h ip' � K of M b � M n' 7J E ° LIs' w r FFF DO r, I _ < a 0 Q 0 r ;a r. Q C M Q � � 1 I 15 rs r4 ID d m I A N K a A w c, _ 2 A p O S fAJ 2 3 R m N 3 I ' I i I m A M" M" �J o ro� � � � w �5.- � : I 1} f Page 12 of 13 Final 1.000 XENC® Laboratories XENCO ABO ATO RES Prelogin/Nonconformance Report- Sample Login Client: Chelliah Consultants Inc. Acceptable Temperature Range: 0- 6 degC Date/Time Received: 06/07/2017 04:35:26 PM Air and Metal samples Acceptable Range:Ambient Work Order M 554844 Temperature Measuring device used : XDA Sample Receipt Checklist Comments #1 "Temperature of cooler(s)? 27.5 #2 Shipping container in good condition? Yes #3*Samples received on ice? Yes #4*Custody Seal present on shipping container/cooler? NIA #5*Custody Seals intact on shipping container/cooler? NIA #6 Custody Seals intact on sample bottles? NIA #7"Custody Seals Signed and dated? NIA #8*Chain of Custody present? Yes #9 Sample instructions complete on Chain of Custody? Yes #10 Any missing/extra samples? No #11 Chain of Custody signed when relinquished!received? Yes #12 Chain of Custody agrees with sample label(s)? Yes #13 Container label(s)legible and intact? Yes #14 Sample matrix/properties agree with Chain of Custody? Yes #15 Samples in proper container/bottle? Yes #16 Samples properly preserved? Yes #17 Sample container(s)intact? Yes #18 Sufficient sample amount for indicated test(s)? Yes #19 All samples received within hold time? Yes #20 Subcontract of sample(s)? No #21 VOC samples have zero headspace? NIA *Must be completed for after-hours delivery of samples prior to placing in the refrigerator Analyst: PH Device/Lot#: Checklist completed by: t�TA Date: 06/07/2017 Angelica Martinez Checklist reviewed by: I 1 - _ De-k-'­ Date: 06/08/2017 Gale Denman Page 13 of 13 Final 1.000 APPENDIX D PIEZOMETER SCHEMATICS AND WELL REPORTS Depth Piezometer Details Description 0 Flush Mount Cover Concrete 5 ®` Bentonite Pellets coa o �o 8 0 0 o 0 15 feet.2" Dia. Sch. 40 PVC Blank a � oq d no 0 4 0 00 o 13 VC0 Sand Pack 20/40 5 feet. 2" Dia. Slotted 0.010" Screen 20 Water Level headings Date Depth (ft.) Elev. ft. 5/31/201 Dry 6/30/201 26.5 8701 John C.rFr er F"Sui.2550 2 4-6..UZ7 P 7 214-678-D227 Ph 21 4 678-02 2 8 Par n .......... PIEZOMETER SCHEMATIC PIEZOMETER NO.B-4(Installed on 5/3112017) PROJECT NO.: DRAWING NO.: DG-16-10112 PLATE D-1 STATE OF TEXAS WELL REPORT for Tracking #455138 Owner: city of ftworth Owner Well#: 4 Address: 2100 texas st Grid#: 32-30-1 ftworth,"TX 76102 Latitude: 32" 35' 16.75" N Well Location: 101 Industrail blvd crowley,TX 76036 Longitude: 097° 21' 39.61" W Well County; 'Tarrant Elevation: No Data Type of Work: New Well Proposed Use: Monitor Drilling Start Date: 61712017 Drilling End Date: 618!2017 Diameter(in.) Top Depth(ft.) Bottom Depth(ft.) Borehole: 6 0 34 Drilling Method: Air Rotary Borehole Completion: Filter Packed Top Depth(ft.) Bottom Depth(ft.) r7ter heteria! Size Filter Pack Intervals. 23 30 Sand 30/40 TOP Depth(ft.) Bottom Depth(ft.) noscription(number of sacks&materia!) Annular Seal Data: 1 23 Bentonite 5 Bags/Sacks Seal Method: Poured Distance to Property Line(ft.): na Seated By: Driller Distance to Septic Field or other Variance Number: none concentrated contamination (ft.): none Distance to Septic Tank(ft.): none Method of Verification: na Surface Completion: Surface Slab Installed Surface Completion by Driller Water Level: 0 ft.below land surface on 2017-06-08 Measurement Method: Weighted Line Packers: No Data Type of Pump: Well Tests: sailer No Test Data Specified 711012017 34a,49 PM Well Report Tracking Number 455138 Page 10f2 Submtttod on.7/1(}/2017 Strata Depth ft) Water Type Water Quality: 0-30 none Chemical Analysis Made: No Chid the driller knowingly penetrate any strata which contained injurious constituents?: No Certification Data: The driller certified that the driller drilled this well(or the well was drilled under the driller's direct supervision)and that each and all of the statements herein are true and correct. The driller understood that failure to complete the required items will result in the report(s)being returned for completion and resubmittal. Company Information: Gedco drilling and coring Inc 902 cresthaven In euless,TX 76040 Driller Name: ciifford lynn rigby License Number: 4579 Comments: No Data Lithology: Casing: DESCRIPTION&COLOR OF FORMATION MATERIAL BLANK PIPE&WELL SCREEN DATA Top( .) Bottom(ft.I Description i?!a� Type Material Safi Ild,,3a Tx�n(ft 1 Bottom 0 3 clay/sand/gravel fill New Plasticbrown clay wfcalcaroues User (IVC) 40 0 25 3 20 noudles Now Plastic 40 2 Screen (PVC) 0.010 25 30 20 27 limestone wlshale lagers 27 30 shale IMPORTANT NOTICE FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX,OCG.CODE Title 12,Chapter 1901,251,authorizes the owner(owner or the person for whore the well was drilled)to keep information in Well Reports confidential. The Department shall bald the contents of the well log confidential and not a matter of public record if it receives, by certified mail,a written request to do so from the owner, Please include the report's Tracking Dumber on your written request. Texas Department of Licensing and Regulation P,O,Box 12157 Austin,TX 78711 (512)334-55540 7110120.17 3:4€1:43 PM Well Report Tracking Number 455138 Page 2 of 2 Submitter!on:711012017 STATE OF TEXAS PLUGGING REPORT for`'racking #169663 Owner. city of ftworth Owner Well#: 4 Address, 200 texas st Grid#: 3.2-30-1 ftworth,TX 76102 Well Location: 101 industrail blvd Latitude: 32° 35' 16.75" N crowley,TX 76036 Longitude: 0970 21' 39.61" W Well County: Tarrant Elevation; No Data Well Type: Monitor fritting lnfomnatian Company: Gedco drilling and coring Inc Gate Drilled: 61812017 Driller: Clifford Lynn Rigby License Number: 4579 Well Report Trgrking#455138 Diameter(in.) Top Depth(ft.) pottam Depth(ft) Borehole: 6 0 30 Plugging Information Date Plugged: 711012017 Plugger: clifford lynn rlgby Plug Method: Pour in 318 bentonite chips when standing water in well Is less than 100 feet depth, cement top 2 feet Variance Number., none Casing Left in Well: Plug(s)Placed in Well: Tap(ft.) Bottom(ft) Deacriptton(number of sacks&.material) No Data 0 30 Bentonite 5 Begs/Sacks Certiflcation Data: The driller certified that the driller plugged this well(or the well was plugged under the driller's direct supervision)and that each and all of the statements herein are true and correct. The driller understood that failure to complete the required items will result in the reports(s)being returned for completion and resubmittal. Company Information: Gedco drilling and coring Inc 902 cresthaven In euless,TX 76040 Driller Name: Clifford lynn rigby License Number: 4579 Comments: No Data 711012017 4:31:25 PM Plugging Report Tracking Number 169663 Page 1 of f Submitted on.711012027 -.r Depth Piezometer Details Description_ 0 Flush Mount Cover Tt Concrete 5 Ly ra. Bentonite Pellets CO a o ° 80 8 0 0 o � 0 15 feet. 2" Dia. Sch. 40 PVC Blank O p 00 0 00 0 �° o 0 0 O O O 13 Sand Pack 20140 5 feet. 2" Dia. Slotted 0.010" Screen 20 Water Level Readings Date Depth ft. Eley. ft. 5/25/201 Dry 6/25/201 6.5 e707 Jahn C.epcnt.r Fdy Svik 290 .;.� belles,TX 75247 214 6 7 8-0227 Ph r 4>ocl a:ea 214-678.0228 F.. PIEZOMETER SCHEMATIC PIEZOMETER NO.B-7(installed on 5/25/2017) PROJECT NO.: DRAWING NO.: DG-16-10112 PLATE D-2 STATE OF TEXAS WELL REPORT for Tracking #455128 Owner: City of Ft Worth Owner Well ; 7 Address: 200 Texas St Grid#: 32-29.3 ft worth,TX 76902 Well Location: 101 industral blvdLatitude: 32° 35' 12.54" N Crowley tx,TX 76041 Longitude: 0970 22' 33.32" W Well County: Tarrant Elevation: No Data Type of Work: New Well Proposed Use: Monitor Drilling Start Dates 617/2017 Drilling End Date: 6/812017 Diameter(in.} Top Depth(ft.) Bottom Depth(ft) Borehole: g 0 35 Drilling Method: Air Rotary Borehole Completion: Screened Top Depth(ft.JBottom Depth(fit.) Doscrtptlon(number of sacks&matertal) Annular Seal Data: 1 16 Bentonite 5 Bags/Sacks Sea]Method: Poured Distance to Property Line(ft.): ria Sealed By: [driller Distance to Septic Field or other Variance Number: none concentrated contamination (ft.): na Distance to Septic Tank(ft.): na Method of Verification: na Surface completion. Surface Slab Installed Surface Completion by Driller Water Level: 0 ft. below land surface on 2017-06-07 Measurement Method: Weighted Line Packers: No Data Type of Pump: Unknown Well Tests: Bailer Yield:0 GPM with 0 ft.drawdown after 0 hours Descrlption(number of sacks&mate#at) Tap Depth 00 Bottom Depth(f:) Plug Information: Bentonite 20 35 711012017 2:52:49 tuna Well Report Tracking Number 456126 Fuge 1 of 2 Submitted on:7110/2017 Strata Oopth(ft.) Water Type Water Quality; 0.0 none Chemical Analysis Made: No Rid the driller knowingly penetrate any strata which contained injurious constituents?: No Certification Data: The driller certified that the driller drilled this well (or the well was drillers under the driller's direct supervisions)and that each and all of the statements herein are true and correct. The driller understood that failure to complete the required items will result in the report(s)being returned for completion and resubmittal. Company Information: Gedco drilling and caring inc 902 cresthaven In ouless,TX 76040 Driller Name: clifforcd iynn rigby License Number: 4579 Comments: field next to a creek Lithology: Casing: DESCRIPTION&COLOR OF FORMATION MATERIAL BLANK PIPE&WELL SCREEN DATA Top(ft.) Bottom(h.) Description Dnai Typo Material S,;h(onal Top(ft.) B(1� 0 8 limestone fill New Plastic .. . � Riser {PSC) 40 0 20 8 is reddish brown clay 7S 35 ,lurk gray shale 2 Screen New Plastic 40 21I 25 y (PVC) 0.010 IMPORTANT NOTICE.FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX.OCC.CODE Title 12,Chapter 1901.251, aulhurizes the ow* r(owrier or the person for whom the well was drilled)to keep information in Well Reports con tidential. The Department shall hold the contents of the well log confidential and not a matter of public record if it receives,by certified mail, a written request to dna so from the owner. Please include the report's Tracking Number on your written request. Teams Department of Licensing and Regulation P.Q. Box 12157 Austin,TX 70711 (512)334-5540 7/fO/2017 2:52:49 PM Well Report Tracking Number 455128 Page 2 or e Submitted on.7/10/2017 .............................................. STME OF TEXAS PLUGGING REPORT for Tracking #169662 Owner: City of Pt Worth Owner Well#: 7 Address: 200 Texas St Grid##: 32-29-3 ft worth ,TX 76102 Latitude: 320 35' 12.54" N Well location: 101 industral blvd Crowley tx,TX 76041 Longitude: 097° 22' 3332" W Well County: Tarrant Elevation: No Data Well Type: Monitor Drilling Information Company: Gedco drilling and.coring ine pate Drilled: 6/812017 Driller: Clifford Lynn Rigby License Number: 4579 Well Report Tracking#455128 Diameter(in.) Tap Depth(k) Bottom Depth(ft.) Borehole: E3 0 35 Plugging information Date Plugged: 711012017 Plugger: Clifford lynn rigby Plug Method: Pour in 318 bentonite chips when standing water in well is less than 100 feet depth, cement top 2 feet Casing Left in Well: Plug(s)Placed in Well: Top(ft.) Bottom(ft.) Description(number of sacks&materiat) No Data 0 30 Bentonite 4 Bags/Sacks Certification Data: The driller certified that the driller plugged this well(or the well was:plugged under the driller's direct supervision)and that each and all of thestatements herein are true and correct. The driller understood.that failure to complete the required items will result in the reports(s)being returned for completion and resubmittal. Company Information: Gedco drilling and coring inc 902 cresthaven In euless,TX 76040 Driller Name: Clifford Lynn rigby License Number: 4579 Comments: No Data 7!9012097 4:28.•22 PM Plugging Report Tracking Number 169662 Page 7 of 9 Submitted on:711012097 Depth Piezometer Details Description 0 Flush Mount Cover Concrete r 5 ® Bentonite Pellets 8 $ 0 o � p 15 feet.2" Dia. Sch. 40 PVC Blank a o 00 o 00 ®o a o a ° o 0 13 Sand Pack 20140 5 feet.2" Dia. Slotted 0.010" Screen 2a Water Level Readings Date Depth (ft.) Elev. ft. 5/25/201 16 6/25/201 5.8 8701 J.].C.M.—FW S.I.250 5 n.u,r rx 5247 U 214-67&0227 FIS ntixYCltil xS 2�4-67&0228F- PIEZOMETER SCHEMATIC PIEZOMETER NO.B-10(Installed on 5/25/2017) PROJECT No.: DRAWING NO.: DG-16-10112 PLATE D-3 STATE OF TEXAS WELL REPORT for Tracking #455144 Owner: city of ft worth Owner Well#: 10 Address: 200 texas st Grid#: 32-29-3 ft worth ,TX 7610.2 Latitude. 320 35' 40.99" N Well Location: 101 industrail blvd crowley,TX 76036 Longitude: 097° 22' 51.82" W Weil County: Tarrant Elevation: No Data Type of Work: New Well Proposed Use: Monitor Drilling Start hate: 6/812017 Drilling End nate: 6181201 ' Dfameter(in.) Tap Depth(ft) Battorn Depth(ft) Borehole: 6 0 20 Drilling Method: Air Rotary Borehole Completion: Filter racked "rop Depth(Yt) Bottom Depth(ft.) Filter Material size Filter Pack Intervals: 13 20 Sand 20140 Top Depth(ft.) Bottom Depth(ft) bescriptton(number of sacks&-rnateriai) Annular Seal Data: f u 13 Bentonite 4 Bags/Sacks Seal Method: Poured distance to Property Line (ft.): na Sealed By: Driller Distance to Septic Field or other Variance Number: none concentrated contamination (ft.): na Distance to Septic Tank(ft.): na Method of Verification: na Surface Completion: Surface Stab Installed Surface Completion by Driller Water Level: 16 ft.below land surface on 2017-06-08 Measurement Method: Weighted Lina Packers: No Data Type of Rump: No Data Well Tests: Bailer No Test Data Specified 711012017 4:07:07 PM Well Report Tracking Number 455144 nage 1 ot2 Submitted on:711012017 Strata Depth(ft} (Nater Type Water Qualltyr: 16.17 No Data Chemical Analysis Made: No Did the driller knowingly penetrate any strata which contained injurious constituents'?: No Certification Data: The driller certified that the driller drilled this well(or the well was drilled under the driller's direct supervision)and that each and all of the statements herein are true and correct. The driller understood that failure to complete the required items will result in the raport?.O being returned for completion and resi.ibrniltal_ Company Information: Gedco drilling and coring ino 902 cresthaven In euless,TX 76040 Griller Larne: clifford lynn rigby License Number: 4579 Comments: No data Lithology: Casing: DESCRIPTION &COLOR OF FORMATION MATERIAL FSI ANK PIPE&WELL SCREEN DATA Top(ft.) Bottom(lr-) Description Dia Type MaterialSch.Ic;a;, Tr,t yr. Bottum 0 13 dk brown clay New Plastic __..._.� 2 raiser (PVC) 4U 0 15 13 20 clayey sand wl gravels 2 Si.rr:en New Plaatir- 40 0.1 15 20 (Pvc) IMPORTANT NOTICE FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX. LSCC.CODE Title 12,Chapter 1901.251,authorizes the owner(owner or the person for whom the well was drilled)to keep information in Well Reports confidential. The Department shall hold the contents of the well log confidential and not a matter of public record if it receives,by certified mail,a written request to do so from the owner. Please include the report's Tracking Number on your written request. Texas Department of Licensing and Regulation P.O.Sox 12157 Austin,TX 78711 (512)3314-5540 7/1012017 4:07.07 PM Well Report Tracking Number 455144 Pngo 2 of Z Submitted on:7/10/2017 STI ATE OF TEXAS PLUGGING REPORT for 'Tracking #169664 Owner: city of ft worth Owner Well#: 10 Address: 200 texas st Grid#: 32-29-3 ft worth , TX 76102 Latitude: 320 35' 40.99" N Well location: 101 industrali blvd Crowley,TX 76036 longitude: 097" 22' 51,8.2" W Well County: Tarrant Elevation: No data Well Type: Monitor Drilling Information Company. Gedco drilling and coring Inc Date Drilled: 61812017 Driller: Cilfford Lynn Rigby license Number: 4579 Well Report Tr ki 5 144 Diameter(in.) Top Depth(ft) 130ttom Depth(fl-) Borehole: 6.. 0 20 Plugging information Date Plugged: . 711.012017 Plugger: Clifford lynn rigby Plug Method: Pour in 318 bentonite chips when standing water in well is less than 100 feet depth, cement top 2 feet Variance Number: none Casing Left in Well Plug(s)Placed in Well: Top(ft) Bottom(ft.) Description(number of sacks&materia!) No Data 0 20 Bentonite 4 Bagst3acks Certification Data: The driller certified that the driller plugged this well(or the well was plugged under the driller's direct supervision)and that each and all of the statements herein are true and correct. The driller understood that failure to complete the required items will result in the reports(s)being returned for completion and resubmittal. Company Information: Godco drilling and coring Inc 902 cresthaven In euless,TX 76040 Driller Nance: Clifford lynn rigby License Number: 4579 Comments: No Data 711012047 4:35:21 PM Plugging Report Tracking Number 169664 Page 4 of 4 Submitted on:711012017 Depth Piezometer Details Description 0 Flush Mount Cover Concrete r e. klnk IH}+� 5 r..r. .A Bentonite Pellets o 0 G ° 15 feet.2" Dia. Sch. 40 PVC Blank ° ° op o oa ®° o O Q °° 00 o 13 Sand Pack 20/40 5 feet, 2" Dia. Slotted 0.010" Screen 20 Ulater Level Readings Date Depth (ft.) Elev. (ft.) 5/30/201 19 6/30/201 14 8701 J.1.C.p—,Fwy Suite 250 D-11 s•TX7svn 214fi7M227 Fly nSSUC",ti 214b78-0278 Fa: PIEZOMETER SCHEMATIC PIEZOMETER NO.B-12(installed on 5/30/2017) PROJECT NO.: DRAWING NO.: DG-16-]0112 PLATE D-4 STATE OF TEXAS WELL REPORT for Tracking #455153 Owner: City of Ft Worth Owner Well#: 12 Address: 200 Texas st Grid#: 32-29-3 Ft Worth,TX 76102 Well Location: 101 Industrial Blvd Latitude: 32° 35' 69,69" N Crowley,TX 76036 Longitude: 097" 23' 19.49" W Well County: Tarrant Elevation: No Data Type of Work: New Well Proposed Use: Monitor Drilling Start date: 6/12/2017 Drilling End Date: 6/12/2017 Diameter(in.) Top Depth(ft.) Bottom Depth(ft.) Borehole: 6 0 20 Drilling Method: Air Rotary Borehole Completion: Filter lacked Top Depth(ft.) Hottorn Depth(ft.) Fitter Materia! size Filter Pack Intervals: 13 20 Sand 20/40 Top Depth(re.) Bottom Depth(ft.) Desctiptloh(number of socks material) Annular Seal Data: 1 . 13 Bentonite 4 Bags/Sacks Seal Method: Poured Distance to Property Line (ft.): na Seated By: Driller Distance to Septic Field or other Variance Number, none concentrated contamination(ft.): na Distance to Septic Tank(ft.): na Method of Verification: na Surface Completion: Surface Slab Installed Surface Completion by Driller Water Level: No Data Packers: No Data Type of Pump, No Data Well Tests: No Test Data Specified 7/1012017 4:22:20 PM Well Report Tracking Number 455153 Pago 1 of 2 Submitted on:711072017 Strata Depth(ft.) Water Type Water Quality: No Data No Data Chemical Analysis Made: No Did the driller knowingly penetrate any strata which contained injurious constituents?: No Certification Data: The driller certified that the driller drilled this well(or the well was drilled under the driller's direct supervision)and that each and all of the statements herein are true and correct, The driller understood that failure to complete the required items will result in the reports)being returned for completion and resubmittal. Company Information: Cedco drilling and coring Inc 902 cresthaven In euless,TX 76049 Driller name: Clifford lynn rigby License Number: 4579 Comments: No Data Lithology: Casing: DESCRIPTION&COLOR OF FORMATION MATERIAL BLANK PIPE&WELL SCREEN DATA Top(ft.) FnPori i frr} Description 01a Type Material Sclzj ar�o 7'up(R.) R°i[vm fin} (1i,) 0 a dk brown clay New Plastic � Riser (PVC) 40 0 '15 5 "19 It brown Clay 19 10 hiiiestone 2 Screen New(PVC)Plastic 40 i5 20 IMPORTANT NOTICE FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX. OC.C. CODE Title 12, Chapter 1901,251,authorizes tha owner(ownor or the person for whom the well was drilled)to keep information in Well Reports confidential. They Dapartment shall hold the contents of the well log confidential and not a matter of public record if it receives. by rortiflnd mrill, n written request to do so from the owner. Please include the report's Tracking Number on your written request. Texas Department of Licensing and Regulation P.O.Box 12157 .Austin,TX 78711 (512)334-5540 7,'10!2017 4:22:26 PM Well Report Tracking Number 455153 Page 2 or 2 Submitted on,7/10/2017 TATE OF TEXAS PLUGGING REPORT for`tracking #169665 Owner: City of Pt Worth Owner Well#: 12 Address: 200 Texas st Grid#: 32-29-3 Pt Worth,TX 76102 Latitude: 32° 35' 58.69" N Well Location: 101 Industrial Blvd Crowley,U 76036 Longitude: 0970 23' 19.49" W Well County: Tarrant Elevation: No Data Well Type: Monitor Ddifing information Company: Gedco drilling and coring inc Date Drilled: 6/12/2017 Driller: Clifford Lynn Rigby License Number: 4579 Well Report'Tracirinc 455153 Diameter(in) Top Depth(ft.) Bottom Depth(!t.) Borehole: 6 0 20 Plugging Information Date Plugged: 7110/2017 Plugger:.. elifford lynn rigby Plug Method: Pour in 318 bentonite chips when standing water in well is less than 100 feet depth, cement top 2 feet Casing Left in Well: Plug(s)Placed in Well- TOP(ft) Bottom(ft.) Description(numbor of sacks a materia/) No Data 0 20 Bentonite 4 Bags/Sacks Certification Data: The driller certified that the driller plugged this well(or the well was plugged under the driller's direct supervision)and that each and all of the statements herein are true and correct. The driller understood that failure to complete the required items will result in the reports(s)being returned for completion and resubmittal. Company Information: Gedcv drilling and coring inc 902 cresthaven In euless,TX 76040 Driller!Name: cllfford Lynn rigby License Number: 45.79 Comments: No Data ;111012017 4:38:53 PM Plugging Report Tracking Number 969665 Page 1 of 1 Submitted on:711012017 GC-6.06.D Mkon'ty zfmd Womern Owimed Hum*neM lEnteirpin'Ne COMPHEImce CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 I�0 RT O R'] a-� ; _ City of Forrl forth Minority Business Enterprise Specifications SPECIAL INSTRUCTIOHS FOP. OFF.E CORS APPLICATION OF POLICY If the total dollar value of the contract is$SO,000 or more,then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 6 %of the base bid value of the contract. Note: If both MSE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MSE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation,or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE d0tUrilenlatlon lit .'"."I,r3r la the apprapriatrA frnployee of lhu puri-.11--ming division and obtain 8 dalahlme poctJpt Such rF�qcellai atrali be -videaace 1h6t the City cereiverl lite duuumemlatmin in the lime allaw(0, A faxed andlor ernaliltd coley will not be -ircepted 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m.,on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form,if participation is less than after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m.,on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. S. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the M1WBE Office at(817)212-2674. Rev.2/10/15 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: MMIIDBEri NON-MIVVIDPE Crowley Relief Interceptor M-325 for Village Creek Basin, Part 3 Bld DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 6 Bio % 100276 Identity all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2.00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic. area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e_ a direct payment from the prime contractor to a subcontractor is considered 1"tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If Hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2110195 F'oRTSVotin ATTACHMENT 1A Page 2of4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minouty and non•M13it5. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER o Company Name T n Detail Detail Address I Subcontracting Supplies M W Dollar Amount Telephoneli=ax e � B B Work Purchased Email E e Contact Person E F1 El Rev.2110115 F()nMRTH ATTACHMENT 1A 14 r Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER ° Company Name T - n Detail Detail Address i M W Subcontracting Supplies Dollar Amount Telephone/Fax � $ � B Work Purchased Email E Contact Person E El 11 11 El D El 0 Rev.2110115 01 R T WO RT li ATTACHMENT 1A Page 4of4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change(Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one(1) year. Authorized Signature Printed Signature Title Contact Name/Title(if different) Company Name Tolophone and/or Fax Address E-mail Address City/State/Zip Date Rev.2110115 ATTACHMENT IB IT WORTH Page 1 of 1 J City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/VVIDBE NON-MAN/DBE Crowley Relief Interceptor M-325 for Village Creek Basin, Part 3 BID DATE City's MBE Project Goal: Offeroes VIBE Project Commitment: PROJECT NUMBER 6 % % 100276 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if bDJh answers are yes. Failure to complete this form In Its entirety and be received by the.Purchasing Division no later than 2:00 s.nr on the.seeond Oi.y business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid sPecificatic�ns. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBEs) on this contract,the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one(1) year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2110115 ATTACHMENT 1C Page 1 of 4 FORT" NVORTH pity of Fort W®Ir-th Minority Business Enterprise MBE Good with Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: M1WIDBE NON-MNV/DBE Crowley Relief Interceptor M-325 for Village Creep Basin, Part 3 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 6 % I Bio 100276 If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later tharr 2.00 p.m. on the second City business day after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.)' Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MISE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.2110115 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two(2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M1WBE Office. Yes Date of Listing 1 / No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE f rm, ep rson contacted,phone number and date and time of contact.) No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation andfor"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from NIBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (if yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE. The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE Inst specific to each subcontracting and supplier opportunity to be inti compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MF3ts? Yes No Rov.2110115 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (If yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (if yes,attach the information that was not valid in order for the MJWBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets,if necessa ,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION., Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit andlor examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2/111/15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the IVIBE(s) listed was/were contacted in good faith. It is understood that any MBEs) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's IVINVBE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2110115 Joint Venture Page 1 of 3 1"4(3RT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered,use"NIA"if not applicable. Name of City project: Crowley Relief Interceptor M-325 for Village Creek Basin,Part 3 A joint venture form must be completed on each project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm Non-MBE firm name name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: Rev.2110115 Joint Venture Page 2 of 3 3.What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6. Identify by name,race,sex and firm those individuals (with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ---------------------------- Marketing and Sales ------------------------------------------------------------- c. Hiring and Firing of management personnel ------------------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MA NBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev.2/10/15 Joint Venture Pa e3of3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits,interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts _ _ Name of MBE firm Name of non-MRC firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of ,20 ,before me appeared and to me personally known and who,being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (sea!) Rev.2/10115 GC=6o07 Wage Rates CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher,Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator,Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Tra nsit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician(Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper .$ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 CITY OF FORT WORTH Crowley Relief interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1,2011 City Project No.100276 NATIONWIDE PERMIT 12 Utility Line Activities Effective Date:March 19,2017 (NWP Final Notice,82 FR 4) 12. Utility Line Activities. Activities required for the construction, maintenance, repair, and removal of utility lines and associated facilities in waters of the United States, provided the activity does not result in the loss of greater than 1/2-acre of waters of the United States for each single and complete project. Utility_line s: This NWP authorizes discharges of dredged or fill material into waters of the United States and structures or work in navigable waters for crossings of those waters associated with the construction, maintenance, or repair of utility lines, including outfall and intake structures. There must be no change in pre-construction contours of waters of the United States. A"utility line" is defined as any pipe or pipeline for the transportation of any gaseous, liquid, liquescent, or slurry substance, for any purpose,and any cable, line, or wire for the transmission for any purpose of electrical energy, telephone, and telegraph messages, and internet, radio, and television communication. The term"utility line" does not include activities that drain a water of the United States, such as drainage tile or french drains, but it does apply to pipes conveying drainage from another area. Material resulting from trench excavation may be temporarily sidecast into waters of the United States for no more than three months, provided the material is not placed in such a manner that it is dispersed by currents or other forces. The district engineer may extend the period of _ temporary side casting for no more than a total of 180 days, where appropriate. In wetlands,the top 6 to 12 inches of the trench should normally be backfilled with topsoil from the trench. The trench cannot be constructed or backfilled in such a manner as to drain waters of the United States (e.g., backfilling with extensive gravel layers, creating a french drain effect).Any exposed slopes and stream banks must be stabilized immediately upon completion of the utility line crossing of each waterbody. Utility line substations: This NWP authorizes the construction, maintenance, or expansion of substation facilities associated with a power line or utility line in non-tidal waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not result in the loss of greater than 112-acre of waters of the United States. This NWP does not authorize discharges into non-tidal wetlands adjacent to tidal waters of the United States to construct, maintain, or expand substation facilities. Foundations for overhead utility line towers, poles,and anchors: This NWP authorizes the construction or maintenance of foundations for overhead utility line towers, poles, and anchors in all waters of the United States, provided the foundations are the minimum size necessary and separate footings for each tower leg (rather than a larger single pad) are used where feasible. Access roads: This NWP authorizes the construction of access roads for the construction and maintenance of utility lines, including overhead power lines and utility line substations, in non- tidal waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not cause the loss of greater than 112-acre of non- tidal waters of the United States.This NWP does not authorize discharges into non-tidal wetlands adjacent to tidal waters for access roads.Access roads must be the minimum width necessary (see Note 2, below). Access roads must be constructed so that the length of the road minimizes any adverse effects on waters of the United States and must be as near as possible to pre-construction contours and elevations (e.g., at grade corduroy roads or geotextile/gravel roads). Access roads constructed above pre-construction contours and elevations in waters of the United States must be properly bridged or culverted to maintain surface flows. This NWP may authorize utility lines in or affecting navigable waters of the United States even if there is no associated discharge of dredged or fill material (See 33 CFR part 322). Overhead utility lines constructed over section 10 waters and utility lines that are routed in or under section 10 waters without a discharge of dredged or fill material require a section 10 permit. This NWP authorizes, to the extent that Department of the Arrny authorization is required, temporary structures, fills, and work necessary for the remediation of inadvertent returns of drilling fluids to waters of the United States through sub-soil fissures or fractures that might occur during horizontal directional drilling activities conducted for the purpose of installing or replacing utility lines. These remediation activities must be done as soon as practicable, to restore the affected waterbody. District engineers may add special conditions to this NWP to require a remediation plan for addressing inadvertent returns of drilling fluids to waters of the United States during horizontal directional drilling activities conducted for the purpose of installing or replacing utility lines. This NWP also authorizes temporary structures, fills, and work, including the use of temporary mats, necessary to conduct the utility line activity. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges, including cofferdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills must consist of materials, and be placed in a manner, that will not be eroded by expected high flows. After construction,temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations. The areas affected by temporary fills must be revegetated, as appropriate. Notification: The permittee must submit a pre-construction notification to the district engineer prior to commencing the activity if any of the following criteria are met: (1)the activity involves mechanized land clearing in a forested wetland for the utility line right-of-way; (2)a section 10 permit is required; (3)the utility line in waters of the United States,excluding overhead lines, exceeds 500 feet; (4)the utility line is placed within a jurisdictional area(i.e., water of the United States), and it runs parallel to or along a stream bed that is within that jurisdictional area; (5) discharges that result in the loss of greater than 1/10-acre of waters of the United States; (6) permanent access roads are constructed above grade in waters of the United States for a distance of more than 500 feet; or(7)permanent access roads are constructed in waters of the United States with impervious materials. (See general condition 32.)(Authorities: Sections 10 and 404) Note 1: Where the utility line is constructed or installed in navigable waters of the United States (i.e., section 10 waters)within the coastal United States, the Great Lakes, and United States territories, a copy of the NWP verification will be sent by the Corps to the National Oceanic and Atmospheric Administration (NOAA), National Ocean Service(NOS), for charting the utility line to protect navigation. Note 2: For utility line activities crossing a single watcrbody more than one time at separate and distant locations, or multiple waterbodies at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. Utility line activities must comply with 33 CFR 330.6(d). Note 3: Utility lines consisting of aerial electric power transmission lines crossing navigable waters of the United States (which are defined at 33 CFR part 329)must comply with the applicable minimum clearances specified in 33 CFR 322.5(i). Note 4: Access roads used for both construction and maintenance may be authorized, provided they meet the terms and conditions of this NWP.Access roads used solely for construction of the utility line must be removed upon completion of the work, in accordance with the requirements for temporary fills. Note 5: Pipes or pipelines used to transport gaseous, liquid, liquescent, or slurry substances over navigable waters of the United States are considered to be bridges, not utility lines, and may require a permit from the U.S. Coast Guard pursuant to section 9 of the Rivers and Harbors Act of 1899. However, any discharges of dredged or fill material into waters of the United States associated with such pipelines will require a section 404 permit(see NWP 15). Note 6: This NWP authorizes utility Iine maintenance and repair activities that do not qualify for the Clean Water Act section 404(f) exemption for maintenance of currently serviceable fills or fill structures. Note 7: For overhead utility lines authorized by this NWP, a copy of the PCN and NWP verification will be provided to the Department of Defense Siting Clearinghouse, which will evaluate potential effects on military activities. Note 8: For NWP 12 activities that require pre-construction notification,the PCN must include any other NWP(s),regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity, including other separate and distant crossings that require Department of the Army authorization but do not require pre-construction notification (see paragraph(b) of general condition 32). The district engineer will evaluate the PCN in accordance with Section D, "District Engineer's Decision."The district engineer may require mitigation to ensure that the authorized activity results in no more than minimal individual and cumulative adverse environmental effects (see general condition 23). Nationwide Permit General Conditions Note: To qualify for NWP authorization,the prospective permittee must comply with the following general conditions,as applicable, in addition to any regional or case-specific conditions imposed by the division engineer or district engineer. Prospective permittees should contact the appropriate Corps district office to determine if regional conditions have been imposed on an NWP.Prospective permittees should also contact the appropriate Corps district office to determine the status of Clean Water Act Section 401 water quality certification and/or Coastal Zone Management Act consistency for an NWP. Every person who may wish to obtain permit authorization under one or more NWPs, or who is currently relying on an existing or prior permit authorization under one or more NWPs, has been and is on notice that all of the provisions of 33 CFR 330.1 through 330.6 apply to every NWP authorization. Note especially 33 CFR 330.5 relating to the modification, suspension, or revocation of any NWP authorization. 1.Navigation. (a)No activity may cause more than a minimal adverse effect on navigation. (b)Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations or otherwise, must be installed and maintained at the permittec's expense on authorized facilities in navigable waters of the United States. (c)The permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers,to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States.No claim shall be made against the United States on account of any such removal or alteration. 2.Aquatic Life Movements.No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. All permanent and temporary crossings of waterbodies shall be suitably culverted, bridged, or otherwise designed and constructed to maintain low flows to sustain the movement of those aquatic species. If a bottomless culvert cannot be used, then the crossing should be designed and constructed to minimize adverse effects to aquatic life movements. 3. Spawning Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. 4.Migratory Bird Breeding Areas. Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48, or is a shellfish seeding or habitat restoration activity authorized by NWP 27. 6. Suitable Material. No activity may use unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts (see section 307 of the Clean Water Act). 7. Water Supply Intakes.No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8. Adverse Effects From Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable. 9. Management of Water Flows. To the maximum extent practicable, the pre-construction course, condition, capacity, and location of open waters must be maintained for each activity, including stream channelization, storm water management activities, and temporary and permanent road crossings, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the pre-construction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e.g., stream restoration or relocation activities). 10. Fills Within 100-Year Floodplains. The activity must comply with applicable FEMA- approved state or local floodplain management requirements. 11. Equipment. Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize soil disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow, or during low tides. 13. Removal of Temporary Fills. Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations. The affected areas must be revegetated, as appropriate. 14. Proper Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety and compliance with applicable NWP general conditions,as well as any activity-specific conditions added by the district engineer to an NWP authorization. 15. Single and Complete Project. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. 16. Wild and Scenic Rivers. (a)No NWP activity may occur in a component of the National Wild-and. Scenic River System, or in a river officially designated by Congress as a"study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. (b) If a proposed NWP activity will occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a"study river" for possible inclusion in the system while the river is in an official study status, the permittee must submit a pre-construction notification(see general condition 32).The district engineer will coordinate the PCN with the Federal agency with direct management responsibility for that river. The permittee shall not begin the NWP activity until notified by the district engineer that the Federal agency with direct management responsibility for that river has determined in writing that the proposed NWP activity will not adversely affect the Wild and Scenic River designation or study status. (c) Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency responsible for the designated Wild and Scenic River or study river(e.g., National Park Service, U.S. Forest Service,Bureau of Land Management, U.S. Fish and Wildlife Service). Information on these rivers is also available at: http://www.rivers.gov/. 17. Tribal Rights. No NWP activity may cause more than minimal adverse effects on tribal rights (including treaty rights), protected tribal resources, or tribal lands. 18. Endangered_ Species. (a)No activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify the critical habitat of such species. No activity is authorized under any NWP which "may affect" a listed species or critical habitat, unless ESA section 7 consultation addressing the effects of the proposed activity has been completed. Direct effects are the immediate effects on listed species and critical habitat caused by the NWP activity. Indirect effects are those effects on listed species and critical habitat that are caused by the NWP activity and are later in time, but still are reasonably certain to occur. (b)Federal agencies should follow their own procedures for complying with the requirements of the ESA. If pre-construction notification is required for the proposed activity,the Federal permittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will verify that the appropriate documentation has been submitted. If the appropriate documentation has not been submitted, additional ESA section 7 consultation may be necessary for the activity and the respective federal agency would be responsible for fulfilling its obligation under section 7 of the ESA. (c)Non-federal permittees must submit a pre-construction notification to the district engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the activity, or if the activity is located in designated critical habitat, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally-listed endangered or threatened species or designated critical habitat, the pre-construction notification must include the name(s)of the endangered or threatened species that might be affected by the proposed activity or that utilize the designated critical habitat that might be affected by the proposed activity. The district engineer will determine whether the proposed activity"may affect" or will have"no effect"to listed species and designated critical habitat and will notify the non- Federal applicant of the Corps' determination within 45 days of receipt of a complete pre- construction notification. In cases where the non-Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinity of the activity, and has so notified the Corps, the applicant shall not begin work until the Corps has provided notification that the proposed activity will have "no effect" on listed species or critical habitat, or until ESA section 7 consultation has been completed. If the non-Federal applicant has not heard back from the Corps within 45 days,the applicant must still wait for notification from the Corps. (d)As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species-specific permit conditions to the NWPs. (e)Authorization of an activity by an NWP does not authorize the "take" of a threatened or endangered species as defined under the ESA. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with"incidental take" provisions, etc.) from the FWS or the NMFS,the Endangered Species Act prohibits any person subject to the jurisdiction of the United States to take a listed species,where "take" means to harass, harm, pursue, hunt, shoot, wound, kill, trap, capture, or col lect, or to attempt to engage in any such conduct.The word"harm" in the definition of"take"means an act which actually kills or injures wildlife. Such an act may include significant habitat modification or degradation where it actually kills or injures wildlife by significantly impairing essential behavioral patterns, including breeding, feeding or sheltering. (f) If the non-federal permittee has a valid ESA section 10(a)(1)(B) incidental take permit with an approved Habitat Conservation Plan for a project or a group of projects that includes the proposed NWP activity,the non-federal applicant should provide a copy of that ESA section 10(a)(1)(B) permit with the PCN required by paragraph (c) of this general condition. The district engineer will coordinate with the agency that issued the ESA section I0(a)(1)(B) permit to determine whether the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation conducted for the ESA section 10(a)(1)(13)permit. If that coordination results in concurrence from the agency that the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation for the ESA section 10(a)(1)(B)permit, the district engineer does not need to conduct a separate ESA section 7 consultation for the proposed NWP activity. The district engineer will notify the non-federal applicant within 45 days of receipt of a complete pre-construction notification whether the ESA section I0(a)(1)(B)permit covers the proposed NWP activity or whether additional ESA section 7 consultation is required. (g) Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the FWS and NMFS or their world wide web pages at http://www.fws.gov/or http://www.fws.gov/ipac and http://www.nmfs.noaa.gov/pr/species/esa/respectively. 19. Migratory Birds and Bald and Golden Eagles. The permittee is responsible for ensuring their action complies with the Migratory Bird Treaty Act and the Bald and Golden Eagle Protection Act. The permittee is responsible for contacting appropriate local office of the U.S.Fish and Wildlife Service to determine applicable measures to reduce impacts to migratory birds or eagles, including whether"incidental take"permits are necessary and available under the Migratory Bird Treaty Act or Bald and Golden Eagle Protection Act for a particular activity. 20. Historic Properties. (a) In cases where the district engineer determines that the activity may have the potential to cause effects to properties listed, or eligible for listing, in the National Register of Historic Places;the activity is not authorized, until the requirements of Section 106 of the National Historic Preservation Act (NHPA)have been satisfied. (b) Federal permittees should follow their own procedures for complying with the requirements of section 106 of the National Historic Preservation Act. If pre-construction notification is required for the proposed NWP activity,the Federal permittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will verify that the appropriate documentation has been submitted. If the appropriate documentation is not submitted, then additional consultation under section 106 may be necessary. The respective federal agency is responsible for fulfilling its obligation to comply with section 106. (c)Non-federal permittees must submit a pre-construction notification to the district engineer if the NWP activity might have the potential to cause effects to any historic properties listed on, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities,the pre-construction notification must state which historic properties might have the potential to be affected by the proposed NWP activity or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties.Assistance regarding information on the location of, or potential for, the presence of historic properties can be sought from the State Historic Preservation Officer, Tribal Historic Preservation Officer, or designated tribal representative, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(g)). When reviewing pre-construction notifications, district engineers will comply with the current procedures for addressing the requirements of section 106 of the National Historic Preservation Act. The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts, which may include background research, consultation, oral history interviews, sample field investigation, and field survey. Based on the information submitted in the PCN and these identification efforts,the district engineer shall determine whether the proposed NWP activity has the potential to cause effects on the historic properties. Section 106 consultation is not required when the district engineer determines that the activity does not have the potential to cause effects on historic properties (see 36 CFR 500.3(a)). Section 106 consultation is required when the district engineer determines that the activity has the potential to cause effects on historic properties. The district engineer will conduct consultation with consulting parties identified under 36 CFR 800.2(c)when he or she makes any of the following effect determinations for the purposes of section 106 of the NHPA: no historic properties affected, no adverse effect, or adverse effect. Where the non-Federal applicant has identified historic properties on which the activity might have the potential to cause effects and so notified the Corps, the non-Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects to historic properties or that NHPA section 106 consultation has been completed. (d) For non-federal permittees, the district engineer will notify the prospective permittee within 45 days of receipt of a complete pre-construction notification whether NHPA section 106 consultation is required. If NHPA section 106 consultation is required,the district engineer will notify the non-Federal applicant that he or she cannot begin the activity until section 106 consultation is completed. If the non-Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (e) Prospective permittees should be aware that section I l0k of the NHPA (54 U.S.C. 306113) prevents the Corps from granting a permit or-other assistance to an applicant who, with intent to avoid the requirements of section 106 of the NHPA;has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, allowed such significant adverse effect to occur, unless the Corps, after consultation with the Advisory Council on Historic Preservation (ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the circumstances, the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPOMWO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 21. Discovery of Previously Unknown Remains and Artifacts. If you discover any previously unknown historic, cultural or archeological remains and artifacts while accomplishing the activity authorized by this permit,you must immediately notify the district engineer of what you have found, and to the maximum extent practicable, avoid construction activities that may affect the remains and artifacts until the required coordination has been completed. The district engineer will initiate the Federal, Tribal, and state coordination required to determine if the items or remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 22. Designated Critical Resource Waters. Critical resource waters include, NOAA-managed marine sanctuaries and marine monuments, and National Estuarine Research Reserves. The district engineer may designate, after notice and opportunity for public comment, additional waters officially designated by a state as having particular environmental or ecological significance, such as outstanding national resource waters or state natural heritage sites. The district engineer may also designate additional critical resource waters after notice and opportunity for public comment. (a) Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49, 50, 51, and 52 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b)For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, 38, and 54, notification is required in accordance with general condition 32, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 23. Mitigation. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal: (a)The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent,to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (b)Mitigation in all its forms(avoiding, minimizing,rectifying, reducing, or compensating for resource losses)will be required to the extent necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal. (c) Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland losses that exceed 1/10-acre and require pre-construction notification, unless the district engineer determines in writing that either some other form ofmitigation would be more environmentally appropriate or the adverse environmental effects of the proposed activity are no more than minimal,and provides an activity-specific waiver of this requirement. For wetland losses of 1/10-acre or less that require pre-construction notification,the district engineer may determine on a case-by-case basis that compensatory mitigation is required to ensure that the activity results in only minimal adverse environmental effects. (d) For losses of streams or other open waters that require pre-construction notification,the district engineer may require compensatory mitigation to ensure that the activity results in no more than minimal adverse environmental effects. Compensatory mitigation for losses of streams should be provided, if practicable, through stream rehabilitation, enhancement, or preservation, since streams are difficult-to-replace resources (see 33 CFR 332.3(e)(3)). (e) Compensatory mitigation plans for NWP activities in or near streams or other open waters will normally include a requirement for the restoration or enhancement, maintenance, and legal protection (e.g., conservation easements)of riparian areas next to open waters. In some cases, the restoration or maintenance/protection of riparian areas may be the only compensatory mitigation required. Restored riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally,the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. If it is not possible to restore or maintain/protect a riparian area on both sides of a stream, or if the waterbody is a lake or coastal waters,then restoring or maintaining/protecting a riparian area along a single bank or shoreline may be sufficient. Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation (e.g., riparian areas and/or wetlands compensation)based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of minimization or compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (f) Compensatory mitigation projects provided to offset losses of aquatic resources must comply with the applicable provisions of 33 CFR part 332. (1)The prospective permittee is responsible for proposing an appropriate compensatory mitigation option if compensatory mitigation is necessary to ensure that the activity results in no more than minimal adverse environmental effects. For the NWPs,the preferred mechanism for providing compensatory mitigation is mitigation bank credits or in-lieu fee program credits (see 33 CFR 332.3(b)(2) and (3)). However, if an appropriate number and type of mitigation bank or in- lieu credits are not available at the time the PCN is submitted to the district engineer, the district engineer may approve the use of permittee-responsible mitigation. (2)The amount of compensatory mitigation required by the district engineer must be sufficient to ensure that the authorized activity results in no more than minimal individual and cumulative adverse environmental effects(see 33 CFR 330.1(e)(3)). (See also 33 CFR 332.3(f)). (3) Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, aquatic resource restoration should be the first compensatory mitigation option considered for permittee-responsible mitigation. (4) If permittee-responsible mitigation is the proposed option, the prospective permittee is responsible for submitting a mitigation plan. A conceptual or detailed mitigation plan may be used. by the district engineer to make the decision on the NWP verification request, but a final mitigation plan that addresses the applicable requirements of 33 CFR 332.4(c)(2)through (14) must be approved by the district engineer before the permittee begins work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation (see 33 CFR 332.3(k)(3)). (S)If mitigation bank or in-lieu fee program credits are the proposed option, the mitigation plan only needs to address the baseline conditions at the impact site and the number of credits to be provided. (6) Compensatory mitigation requirements(e.g., resource type and amount to be provided as compensatory mitigation, site protection, ecological performance standards, monitoring requirements) may be addressed through conditions added to the NWP authorization, instead of components of a compensatory mitigation plan(see 33 CFR 332.4(c)(1)(ii)). (g) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 112-acre, it cannot be used to authorize any NWP activity resulting in the loss of greater than 112-acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary,to ensure that an NWP activity already meeting the established acreage limits also satisfies the no more than minimal impact requirement for the NWPs. (h) Permittees may propose the use of mitigation banks, in-lieu fee programs,or permittee- responsible mitigation. When developing a compensatory mitigation proposal,the permittee must consider appropriate and practicable options consistent with the framework at 33 CFR 332.3(b). For activities resulting in the loss of marine or estuarine resources, permittee-responsible mitigation may be environmentally preferable if there are no mitigation banks or in-lieu fee programs in the area that have marine or estuarine credits available for sale or transfer to the permittee. For permittee-responsible mitigation, the special conditions of the NWP verification must clearly indicate the party or parties responsible for the implementation and performance of the compensatory mitigation project, and, if required, its long-term management. (i) Where certain functions and services of waters of the United States are permanently adversely affected by a regulated activity, such as discharges of dredged or fill material into waters of the United States that will convert a forested or scrub-shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way, mitigation may be required to reduce the adverse environmental effects of the activity to the no more than minimal level. 24. Safety of Impoundment Structures. To ensure that all impoundment structures are safely designed, the district engineer may require non-Federal applicants to demonstrate that the structures comply with established state dam safety criteria or have been designed by qualified persons. The district engineer may also require documentation that the design has been independently reviewed by similarly qualified persons, and appropriate modifications made to ensure safety. 25. Water Quality. Where States and authorized Tribes, or EPA where applicable, have not previously certified compliance of an NWP with CWA section 401, individual 401 Water Quality Certification must be obtained or waived (see 33 CFR 330.4(c)).The district engineer or State or Tribe may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 26. Coastal Zone Management. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur(see 33 CFR 330.4(d)). The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 27. Regional and Case-By-Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer(see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state,Indian Tribe, or U.S. EPA in its section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 28. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing over tidal waters is constructed under NWP 14,with associated bank stabilization authorized by NWP 13, the maximum acreage loss of waters of the United States for the total project cannot exceed 113-acre. 29. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with a nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification must be attached to the letter, and the letter must contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s)of the property. To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below." (Transferee) (Date) 30. Compliance Certification.Each permittee who receives an NWP verification letter from the Corps must provide a signed certification documenting completion of the authorized activity and implementation of any required compensatory mitigation. The success of any required permittee-responsible mitigation, including the achievement of ecological performance standards, will be addressed separately by the district engineer. The Corps will provide the permittee the certification document with the NWP verification letter. The certification document will include: (a)A statement that the authorized activity was done in accordance with the NWP . authorization, including any general, regional, or activity-specific conditions; (b)A statement that the implementation of any required compensatory mitigation was completed in accordance with the permit conditions. If credits from a mitigation bank or in-lieu fee program are used to satisfy the compensatory mitigation requirements, the certification must include the documentation required by 33 CFR 332.3(1)(3)to confirm that the permittee secured the appropriate number and resource type of credits; and (c)The signature of the permittee certifying the completion of the activity and mitigation. The completed certification document must be submitted to the district engineer within 30 days of completion of the authorized activity or the implementation of any required compensatory mitigation, whichever occurs later. 31.Activities Affecting Structures or Works Built by the United States. If an NWP activity also requires permission from the Corps pursuant to 33 U.S.C.408 because it will alter or temporarily or permanently occupy or use a U.S.Army Corps of Engineers(USACE)federally authorized Civil Works project(a "USACE project"),the prospective permittee must submit a pre-construction notification. See paragraph (b)(10)of general condition 32. An activity that requires section 408 permission is not authorized by NWP until the appropriate Corps office issues the section 408 permission to alter,occupy,or use the USACE project,and the district engineer issues a written NWP verification. 32. Pre-Construction Notification. (a)Timing. Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre-construction notification (PCN) as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, if the PCN is determined to be incomplete, notify the prospective permittee within that 30 day period to request the additional information necessary to make the PCN complete. The request must specify the information needed to make the PCN complete. As a general rule, district engineers will request additional information necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information, then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either: (1)He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2)45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 18 that listed species or critical habitat might be affected or are in the vicinity of the activity, or to notify the Corps pursuant to general condition 20 that the activity might have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that there is "no effect"on listed species or"no potential to cause effects" on historic properties, or that any consultation required under Section 7 of the Endangered Species Act (see 33 CFR 330.4(1)) and/or section 106 of the National Historic Preservation Act(see 33 CFR 330.4(g)) has been completed.Also, work cannot begin under NWPs 21, 49, or 50 until the permittee has received written approval from the Corps. If the proposed activity requires a written waiver to exceed specified limits of an NWP, the permittee may not begin the activity until the district engineer issues the waiver.. If the district or division engineer notifies the permittcc in . writing that an individual permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit has been obtained. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Pre-Construction Notification: The PCN must be in writing and include the following information: (1)Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed activity; (3) Identify the specific NWP or NWP(s)the prospective permittee wants to use to authorize the proposed activity; (4)A description of the proposed activity;the activity's purpose; direct and indirect adverse environmental effects the activity would cause, including the anticipated amount of loss of wetlands, other special aquatic sites, and other waters expected to result from the NWP activity, in acres, linear feet, or other appropriate unit of measure; a description of any proposed mitigation measures intended to reduce the adverse environmental effects caused by the proposed activity; and any other NWP(s), regional general permit(s), or individual permit(s)used or intended to be used to authorize any part of the proposed project or any related activity, including other separate and distant crossings for linear projects that require Department of the Army authorization but do not require pre-construction notification. The description of the proposed activity and any proposed mitigation measures should be sufficiently detailed to allow the district engineer to determine that the adverse environmental effects of the activity will be no more than minimal and to determine the need for compensatory mitigation or other mitigation measures. For single and complete linear projects, the PCN must include the quantity of anticipated losses of wetlands, other special aquatic sites, and other waters for each single and complete crossing of those wetlands, other special aquatic sites, and other waters. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the activity and when provided results in a quicker decision. Sketches should contain sufficient detail to provide an illustrative description of the proposed activity(e.g.,a conceptual plan), but do not need to be detailed engineering plans); (5) The PCN must include a delineation of wetlands, other special aquatic sites, and other waters, such as lakes and ponds, and perennial, intermittent, and ephemeral streams, on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters on the project site, but there may be a delay if the Corps does the delineation,especially if the project site is large or contains many wetlands, other special aquatic sites, and other waters. Furthermore, the 45 day period will not start until the delineation has been submitted to or completed by the Corps, as appropriate; (6) If the proposed activity will result in the loss of greater than 1110-acre of wetlands and a PCN is required,the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied, or explaining why the adverse environmental effects are no more than minimal and why compensatory mitigation should not be required. As an alternative, the prospective permittee may submit a conceptual or detailed mitigation plan. (7)For non-Federal permittees, if any listed species or designated critical habitat might be affected or is in the vicinity of the activity, or if the activity is located in designated critical habitat, the PCN must include the name(s)of those endangered or threatened species that might be affected by the proposed activity or utilize the designated critical habitat that might be affected by the proposed activity. For NWP activities that require pre-construction notification, Federal permittees must provide documentation demonstrating compliance with the Endangered Species Act; (8)For non-Federal permittees, if the NWP activity in fight have the potential to cause effects to a historic property listed on, determined to be eligible for listing on, or potentially eligible for listing on,the National Register of Historic Places, the PCN must state which historic property might have the potential to be affected by the proposed activity or include a vicinity map indicating the location of the historic property. For NWP activities that require pre-construction notification, Federal permittees must provide documentation demonstrating compliance with section 106 of the National Historic Preservation Act; (9)For an activity that will occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a"study river"for possible inclusion in the system while the river is in an official study status, the PCN must identify the Wild and Scenic River or the"study river" (see general condition 16); and (10) For an activity that requires permission from the Corps pursuant to 33 U.S.C. 408 because it will alter or temporarily or permanently occupy or use a U.S. Army Corps of Engineers federally authorized civil works project, the pre-construction notification must include a statement confirming that the project proponent has submitted a written request for section 408 permission from the Corps office having jurisdiction over that USACE project. (c)Form of Pre-Construction Notification: The standard individual permit application form (Form ENG 4345)may be used,but the completed application form must clearly indicate that it is an NWP PCN and must include all of the applicable information required in paragraphs (b)(1) through (10)of this general condition. A letter containing the required information may also be used. Applicants may provide electronic files of PCNs and supporting materials if the district engineer has established tools and procedures for electronic submittals. (d) Agency Coordination: (1)The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the activity's adverse environmental effects so that they are no more than minimal. (2)Agency coordination is required for: (i) all NWP activities that require pre-construction notification and result in the loss of greater than 112-acre of waters of the United States; (ii)NWP 21, 29, 39, 40,42, 43, 44, 50, 51, and 52 activities that require pre-construction notification and will result in the loss of greater than 300 linear feet of stream bed; (iii)NWP 13 activities in excess of 500 linear feet, fills greater than one cubic yard per running foot, or involve discharges of dredged or fill material into special aquatic sites; and (iv)NWP 54 activities in excess of 500 linear feet, or that extend into the waterbody more than 30 feet from the mean low water line in tidal waters or the ordinary high water mark in the Great Lakes. (3) When agency coordination is required, the district engineer will immediately provide (e.g., via e-mail, facsimile transmission, overnight mail, or other expeditious manner)a copy of the complete PCN to the appropriate Federal or state offices(FWS, state natural resource or water quality agency, EPA, and, if appropriate,the NMFS). With the exception of NWP 37, these agencies will have.10 calendar days from the date the material is transmitted to notify the district engineer via telephone, facsimile transmission, or e-mail that they intend to provide substantive, site-specific comments. The comments must explain why the agency believes the adverse environmental effects will be more than minimal. If so contacted by an agency, the district engineer will wait an additional 15 calendar days before making a decision on the pre-construction notification. The district engineer will fully consider agency comments received within the specified time frame concerning the proposed activity's compliance with the terms and conditions of the NWPs, including the need for mitigation to ensure the net adverse environmental effects of the proposed activity are no more than minimal. The district engineer will provide no response to the resource agency, except as provided below. The district engineer will indicate in the administrative record associated with each pre-construction notification that the resource agencies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5. (4)In cases of where the prospective permittee is not a Federal agency,the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations,as required by section 305(b)(4)(B) of the Magnuson-Stevens Fishery Conservation and Management Act. (5)Applicants are encouraged to provide the Corps with either electronic files or multiple copies of pre-construction notifications to expedite agency coordination. D.District Engineer's Decision 1. In reviewing the PCN for the proposed activity, the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. If a project proponent requests authorization by a specific NWP,the district engineer should issue the NWP verification for that activity if it meets the terms and conditions of that NWP, unless he or she determines, after considering mitigation, that the proposed activity will result in more than minimal individual and cumulative adverse effects on the aquatic environment and other aspects of the public interest and exercises discretionary authority to require an individual permit for the proposed activity. For a linear project, this determination will include an evaluation of the individual crossings of waters of the United States to determine whether they individually satisfy the terms and conditions of the NWP(s), as well as the cumulative effects caused by all of the crossings authorized by NWP. If an applicant requests a waiver of the 300 linear foot limit on impacts to streams or of an otherwise applicable limit, as provided for in NWPs 13, 21, 29, 36, 39, 40, 42, 43, 44, 50, 51, 52, or 54, the district engineer will only grant the waiver upon a written determination that the NWP activity will result in only minimal individual and cumulative adverse environmental effects. For those NWPs that have a waivable 300 linear foot limit for losses of intermittent and ephemeral stream bed and a 112-acre limit(i.e., NWPs 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52), the Ioss of intermittent and ephemeral stream bed, plus any other losses of jurisdictional waters and wetlands, cannot exceed 1/2-acre. 2. When making minimal adverse environmental effects determinations the district engineer will consider the direct and indirect effects caused by the NWP activity. He or she will also consider the cumulative adverse environmental effects caused by activities authorized by NWP and whether those cumulative adverse environmental effects are no more than minimal. The district engineer will also consider site specific factors, such as the environmental setting in the vicinity of the NWP activity,the type of resource that will be affected by the NWP activity, the functions provided by the aquatic resources that will be affected by the NWP activity, the degree or magnitude to which the aquatic resources perform those functions, the extent that aquatic resource functions will be lost as a result of the NWP activity (e.g., partial or complete loss), the duration of the adverse effects (temporary or permanent),the importance of the aquatic resource functions to the region (e.g., watershed or ecoregion), and mitigation required by the district engineer. If an appropriate functional or condition assessment method is available and practicable to use, that assessment method may be used by the district engineer to assist in the minimal adverse environmental effects determination. The district engineer may add case-specific special conditions to the NWP authorization to address site-specific environmental concerns. 3. If the proposed activity requires a PCN and will result in a loss of greater than 1110-acre of wetlands, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may also propose compensatory mitigation for NWP activities with smaller impacts, or for impacts to other types of waters (e.g., streams). The district engineer will consider any proposed compensatory mitigation or other mitigation measures the applicant has included in the proposal in determining whether the net adverse environmental effects of the proposed activity are no more than minimal. The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse environmental effects are no more than minimal, after considering mitigation, the district engineer will notify the permittee and include any activity-specific conditions in the NWP verification the district engineer deems necessary. Conditions for compensatory mitigation requirements must comply with the appropriate provisions at 33 CFR 332.3(k). The district engineer must approve the final mitigation plan before the permittee commences work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN, the district engineer will expeditiously review the proposed compensatory mitigation plan. The district engineer must review the proposed compensatory mitigation plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure the NWP activity results in no more than minimal adverse environmental effects. If the net adverse environmental effects of the NWP activity(after consideration of the mitigation proposal)are determined by the district engineer to be no more than minimal,the district engineer will provide a timely written response to the applicant. The response will state that the NWP activity can proceed under the terms and conditions of the NWP, including any activity-specific conditions added to the NWP authorization by the district engineer. 4. If the district engineer determines that the adverse environmental effects of the proposed activity are more than minimal, then the district engineer will notify the applicant either: (a)that the activity does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (b)that the activity is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse environmental effects so that they are no more than minimal; or(c)that the activity is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse environmental effects,the activity will be authorized within the 45-day PCN period (unless additional time is required to comply with general conditions 18, 20, and/or 31, or to evaluate PCNs for activities authorized by NWPs 21, 49, and 50), with activity-specific conditions that state the mitigation requirements. The authorization will include the necessary conceptual or detailed mitigation plan or a requirement that the applicant submit a mitigation plan that would reduce the adverse environmental effects so that they are no more than minimal. When compensatory mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan or has determined that prior approval of a final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. E. Further Information 1. District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2.NWPs do not obviate the need to obtain other federal, state, or local permits, approvals, or authorizations required by law. 3.NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5.NWPs do not authorize interference with any existing or proposed Federal project(see general condition 31). F. Definitions Best management practices(BMPs): Policies,practices, procedures, or structures implemented to mitigate the adverse environmental effects on surface water quality resulting from development. BMPs are categorized as structural or non-structural. Compensatory mitigation: The restoration(re-establishment or rehabilitation), establishment(creation), enhancement, and/or in certain circumstances preservation of aquatic resources for the purposes of offsetting unavoidable adverse impacts which remain after all appropriate and practicable avoidance and minimization has been achieved. Currently serviceable: Useable as is or with some maintenance, but not so degraded as to essentially require reconstruction. Direct effects: Effects that are caused by the activity and occur at the same time and place. Discharge: The term "discharge"means any discharge of dredged or fill material into waters of the United States. Ecolof4ical reference: A model used to plan and design an aquatic habitat and riparian area restoration, enhancement, or establishment activity under NWP 27. An ecological reference may be based on the structure, functions, and dynamics of an aquatic habitat type or a riparian area type that currently exists in the region where the proposed NWP 27 activity is located. Alternatively, an ecological reference may be based on a conceptual model for the aquatic habitat type or riparian area type to be restored, enhanced, or established as a result of the proposed NWP 27 activity. An ecological reference takes into account the range of variation of the aquatic habitat type or riparian area type in the region. Enhancement: The manipulation of the physical, chemical, or biological characteristics of an aquatic resource to heighten, intensify, or improve a specific aquatic resource function(s). Enhancement results in the gain of selected aquatic resource function(s), but may also lead to a decline in other aquatic resource function(s).Enhancement does not result in a gain in aquatic resource area. Ephemeral stream: An ephemeral stream has flowing water only during, and for a short duration after, precipitation events in a typical year. Ephemeral stream beds are located above the water table year-round. Groundwater is not a source of water for the stream. Runoff from rainfall is the primary source of water for stream flow. Establishment(creation): The manipulation of the physical, chemical, or biological characteristics present to develop an aquatic resource that did not previously exist at an upland site. Establishment results in a gain in aquatic resource area. High Tide Line: The line of intersection of the land with the water's surface at the maximum height reached by a rising tide. The high tide line may be determined, in the absence of actual data, by a line of oil or scum along shore objects, a more or less continuous deposit of fine shell or debris on the foreshore or berm, other physical markings or characteristics, vegetation lines,tidal gages, or other suitable means that delineate the general height reached by a rising tide. The line encompasses spring high tides and other high tides that occur with periodic frequency but does not include storm surges in which there is a departure from the normal or predicted reach of the tide due to the piling up of water against a coast by strong winds such as those accompanying a hurricane or other intense storm. Historic Property: Any prehistoric or historic district, site (including archaeological site), building, structure, or other object included in, or eligible for inclusion in,the National Register of Historic Places maintained by the Secretary of the Interior. This term includes artifacts, records, and remains that are related to and located within such properties. The term includes properties of traditional religious and cultural importance to an Indian tribe or Native Hawaiian organization and that meet the National Register criteria(36 CFR part 60). Independent utility: A test to determine what constitutes a single and complete non-linear project in the Corps Regulatory Program.A project is considered to have independent utility if it would be constructed absent the construction of other projects in the project area.Portions of a multi-phase project that depend upon other phases of the project do not have independent utility. Phases of a project that would be constructed even if the other phases were not built can be considered as separate single and complete projects with independent utility. Indirect effects: Effects that are caused by the activity and are later in time or farther removed in distance, but are still reasonably foreseeable. Intermittent stream: An intermittent stream has flowing water during certain times of the year, when groundwater provides water for stream flow. During dry periods, intermittent streams may not have flowing water. Runoff from rainfall is a supplemental source of water for stream flow. Loss of waters of the United States: Waters of the United States that are permanently adversely affected by filling„ flooding, excavation, or drainage because of the regulated activity. Permanent adverse effects include permanent discharges of dredged or fill material that change an aquatic area to dry land, increase the bottom elevation of a waterbody, or change the use of a waterbody. The acreage of loss of waters of the United States is a threshold measurement of the impact to jurisdictional waters for determining whether a project may qualify for an NWP; it is not a net threshold that is calculated after considering compensatory mitigation that may be used to offset losses of aquatic functions and services. The loss of stream bed includes the acres or linear feet of stream bed that are filled or excavated as a result of the regulated activity. Waters of the United States temporarily filled, flooded, excavated, or drained, but restored to pre-construction contours and elevations after construction, are not included in the measurement of loss of waters of the United States. Impacts resulting from activities that do not require Department of the Army authorization, such as activities eligible for exemptions under section 404(f) of the Clean Water Act, are not considered when calculating the loss of waters of the United States. Navigable waters: Waters subject to section l0 of the Rivers and Harbors Act of 1899. These waters are defined at 33 CFR part 329. Non-tidal wetland: A non-tidal wetland is a wetland that is not subject to the ebb and flow of tidal waters.Non-tidal wetlands contiguous to tidal waters are located landward of the high tide line (i.e., spring high tide line). Open water: For purposes of the NWPs, an open water is any area that in a year with normal patterns of precipitation has water flowing or standing above ground to the extent that an ordinary high water mark can be determined. Aquatic vegetation within the area of flowing or standing water is either non-emergent, sparse, or absent. Vegetated shallows are considered to be open waters. Examples of"open waters" include rivers, streams, lakes, and ponds. Ordinary High Water Mark: An ordinary high water mark is a line on the shore established by the fluctuations of water and indicated by physical characteristics, or by other appropriate means that consider the characteristics of the surrounding areas. Perennial stream: A perennial stream has flowing water year-round during a typical year. The water table is located above the stream bed for most of the year. Groundwater is the primary source of water for stream flow. Runoff from rainfall is a supplemental source of water for stream flow. Practicable: Available and capable of being done after taking into consideration cost, existing technology,and logistics in light of overall project purposes. Pre-construction notification: A request submitted by the project proponent to the Corps for confirmation that a particular activity is authorized by nationwide permit. The request may be a permit application, letter, or similar document that includes information about the proposed work and its anticipated environmental effects. Pre-construction notification may be required by the terms and conditions of a nationwide permit, or by regional conditions. A pre-construction notification may be voluntarily submitted in cases where pre-construction notification is not required and the project proponent wants confirmation that the activity is authorized by nationwide permit. Preservation: The removal of a threat to, or preventing the decline of, aquatic resources by an action in or near those aquatic resources. This term includes activities commonly associated with the protection and maintenance of aquatic resources through the implementation of appropriate legal and physical mechanisms.Preservation does not result in a gain of aquatic resource area or functions. Protected tribal resources: Those natural resources and properties of traditional or customary religious or cultural importance, either on or off Indian lands, retained by, or reserved by or for, Indian tribes through treaties, statutes,judicial decisions, or executive-orders, including tribal trust resources. lie-establishment: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former aquatic resource. Re- establishment results in rebuilding a former aquatic resource and results in a gain in aquatic resource area and functions. Rehabilitation: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of repairing natural/historic functions to a degraded aquatic resource. Rehabilitation results in a gain in aquatic resource function, but does not result in a gain in aquatic resource area. Restoration: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former or degraded aquatic resource. For the purpose of tracking net gains in aquatic resource area, restoration is divided into two categories: re-establishment and rehabilitation. Riffle and pool complex: Riffle and pool complexes are special aquatic sites under the 404(b)(1) Guidelines. Riffle and pool complexes sometimes characterize steep gradient sections of streams. Such stream sections are recognizable by their hydraulic characteristics. The rapid movement of water over a course substrate in riffles results in a rough flow, a turbulent surface, and high dissolved oxygen levels in the water.Pools are deeper areas associated with riffles. A slower stream velocity, a streaming flow, a smooth surface, and a finer substrate characterize pools. Riparian areas: Riparian areas are lands next to streams, lakes, and estuarine-marine shorelines. Riparian areas are transitional between terrestrial and aquatic ecosystems,through which surface and subsurface hydrology connects riverine, lacustrine, estuarine, and marine waters with their adjacent wetlands, non-wetland waters, or uplands. Riparian areas provide a variety of ecological functions and services and help improve or maintain local water quality. (See general condition 23.) Shellfish seeding: The placement of shellfish seed and/or suitable substrate to increase shellfish production. Shellfish seed consists of immature individual shellfish or individual shellfish attached to shells or shell fragments (i.e., spat on shell). Suitable substrate may consist of shellfish shells, shell fragments, or other appropriate materials placed into waters for shellfish habitat. Single and complete linear project: A linear project is a project constructed for the purpose of getting people, goods, or services from a point of origin to a terminal point, which often involves multiple crossings of one or more waterbodies at separate and distant locations. The term "single and complete project" is defined as that portion of the total linear project proposed or accomplished by one owner/developer or partnership or other association of owners/developers that includes all crossings of a single water of the United States (i.e., a single waterbody) at a specific location. For linear projects crossing a single or multiple waterbodies several times at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. However, individual channels in a braided stream or river, or individual arms of a large, irregularly shaped wetland or lake, etc., are not separate waterbodies, and crossings of such features cannot be considered separately. Single and complete non-linear project: For non-linear projects, the term"single and complete project" is defined at 33 CFR 330.2(i) as the total project proposed or accomplished by one owner/developer or partnership or other association of owners/developers. A single and complete non-linear project must have independent utility(see definition of"independent utility"). Single and complete non-linear projects may not be"piecemealed"to avoid the limits in an NWP authorization. Stormwater management: Stormwater management is the mechanism for controlling stormwater runoff for the purposes of reducing downstream erosion,water quality degradation, and flooding and mitigating the adverse effects of changes in land use on the aquatic environment. Stormwater management facilities: Stormwater management facilities are those facilities, including but not limited to, stormwater retention and detention ponds and best management practices, which retain water for a period of time to control runoff and/or improve the quality(i.e., by reducing the concentration of nutrients, sediments, hazardous substances and other pollutants) of storrnwater runoff. Stream bed: The substrate of the stream channel between the ordinary high water marks. The substrate may be bedrock or inorganic particles that range in size from clay to boulders. Wetlands contiguous to the stream bed, but outside of the ordinary high water marks, are not considered part of the stream bed. Stream channelization: The manipulation of a stream's course, condition, capacity, or location that causes more than minimal interruption of normal stream processes.A channelized stream remains a water of the United States. Structure: An object that is arranged in a definite pattern of organization. Examples of structures include,without limitation, any pier, boat dock, boat ramp,wharf,dolphin, weir, boom, breakwater, bulkhead, revetment, riprap,jetty, artificial island, artificial reef, permanent mooring structure, power transmission line, permanently moored floating vessel, piling, aid to navigation, or any other manmade obstacle or obstruction. Tidal wetland: A tidal wetland is a jurisdictional wetland that is inundated by tidal waters. Tidal waters rise and fall in a predictable and measurable rhythm or cycle due to the gravitational pulls of the moon and sun. Tidal waters end where the rise and fall of the water surface can no longer be practically measured in a predictable rhythm due to masking by other waters,wind, or other effects. Tidal wetlands are located channelward of the high tide Iine. Tribal lands: Any lands title to which is either: 1) held in trust by the United States for the benefit of any Indian tribe or individual; or 2) held by any Indian tribe or individual subject to restrictions by the United States against alienation. Tribal rights: Those rights legally accruing to a tribe or tribes by virtue of inherent sovereign authority, unextinguished aboriginal title, treaty, statute,judicial decisions, executive order or agreement, and that give rise to legally enforceable remedies. Vegetated shallows: Vegetated shallows are special aquatic sites under the 404(b)(1) Guidelines. They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation, such as seagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbody: For purposes of the NWPs, a waterbody is a jurisdictional water of the United States. If a wetland is adjacent to a waterbody determined to be a water of the United States,that waterbody and any adjacent wetlands are considergct together as a single aquatic unit(see 33 CFR 328.4(c)(2)). Examples of."waterbodies" include streams, rivers, lakes, ponds, and wetlands. Note: To qualify for NWP authorization,the prospective permittee must comply with the following general conditions, as applicable, in addition to any regional or case-specific conditions imposed by the division engineer or district engineer. Prospective permittees should contact the appropriate Corps district office to determine if regional conditions have been imposed on an NWP. Prospective permittees should also contact the appropriate Corps district office to determine the status of Clean Water Act Section 401 water quality certification and/or Coastal Zone Management Act consistency for an NWP. Every person who may wish to obtain permit authorization under one or more NWPs, or who is currently relying on an existing or prior permit authorization under one or more NWPs, has been and is on notice that all of the provisions of 33 CFR 330.1 through 330.6 apply to every NWP authorization. Note especially 33 CFR 330.5 relating to the modification, suspension, or revocation of any NWP authorization. 1.Navigation. (a)No activity may cause more than a minimal adverse effect on navigation. (b)Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations or otherwise, must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c) The permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aquatic Life Movements. No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. All permanent and temporary crossings of waterbodies shall be suitably culverted, bridged, or otherwise designed and constructed to maintain low flows to sustain the movement of those aquatic species. If a bottomless culvert cannot be used,then the crossing should be designed and constructed to minimize adverse effects to aquatic life movements. 3. Spawning Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g.,through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. 4. Kgratory_Bird Breeding Areas. Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48, or is a shellfish seeding or habitat restoration activity authorized by NWP 27. 6. Suitable Material. No activity may use unsuitable material (e.g.,trash, debris, car bodies, asphalt, etc.).'Mater of used for construction or discharged must be free from toxic pollutants in toxic amounts (see section 307 of the Clean Water Act). 7. Water Supply Intakes. No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. S. Adverse Effects From Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable. 9.Management of Water Flows. To the maximum extent practicable, the pre-construction course, condition, capacity, and location of open waters must be maintained for each activity, including stream channelization, storm water management activities, and temporary and permanent road crossings, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the pre-construction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e.g., stream restoration or relocation activities). 10. Fills Within 100-Year Floodplains. The activity must comply with applicable FEMA- approved state or local floodplain management requirements. 11. Equipment. Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize soil disturbance. 12. Soil Erosion and Sediment Controls.Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow, or during low tides. 13. Removal of Temporary Fills. Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations. The affected areas must be revegetated, as appropriate. 14. Proper Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety and compliance with applicable NWP general conditions, as well as any activity-specific conditions added by the district engineer to an NWP authorization. 15. Single and Complete Project. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. 16. Wild and Scenic Rivers. (a)No NWP activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a"study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. (b) If a proposed NWP activity will•occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a"study river" for possible inclusion in the system while the river is in an official study status, the permittee must submit a pre-construction notification(see general condition 32). The district engineer will coordinate the PCN with the Federal agency with direct management responsibility for that river. The permittee shall not begin the NWP activity until notified by the district engineer that the Federal agency with direct management responsibility for that river has determined in writing that the proposed NWP activity will not adversely affect the Wild and Scenic River designation or study status. (c) Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency responsible for the designated Wild and Scenic River or study river(e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). Information on these rivers is also available at: http://www.rivers.gov/. 17. Tribal Rights. No NWP activity may cause more than minimal adverse effects on tribal rights (including treaty rights), protected tribal resources, or tribal lands. 18. Endangered Species. (a)No activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify the critical habitat of such species. No activity is authorized under any NWP which"may affect" a listed species or critical habitat, unless ESA section 7 consultation addressing the effects of the proposed activity has been completed. Direct effects are the immediate effects on listed species and critical habitat caused by the NWP activity. Indirect effects are those effects on listed species and critical habitat that are caused by the NWP activity and are later in time, but still are reasonably certain to occur. (b)Federal agencies should follow their own procedures for complying with the requirements of the ESA. If pre-construction notification is required for the proposed activity, the Federal permittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will verify that the appropriate documentation has been submitted. If the appropriate documentation has not been submitted, additional ESA section 7 consultation may be necessary for the activity and the respective federal agency would be responsible for fulfilling its obligation under section 7 of the ESA. (c)Non-federal permittees must submit a pre-construction notification to the district engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the activity, or if the activity is located in designated critical habitat, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally-listed endangered or threatened species or designated critical habitat, the pre-construction notification must include the name(s)of the endangered or threatened species that might be affected by the proposed activity or that utilize the designated critical habitat that might be affected by the proposed activity. The district engineer will determine whether the proposed activity"may affect" or will have "no effect"to listed species and designated critical habitat and will notify the non- Federal applicant of the Corps' determination within 45 days of receipt of a complete pre- construction notification. In cases where the non-Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinity of the activity, and has so notified the Corps, the applicant shall not begin work until the Corps has provided notification that the proposed activity will have"no effect"on listed species or critical habitat, or until ESA section 7 consultation has been completed..If the non-Federal applicant has not heard back from the Corps within 45 days,the applicant must still wait for notification from the Corps. (d)As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species-specific permit conditions to the NWPs. (e)Authorization of an activity by an NWP does not authorize the"take" of a threatened or endangered species as defined under the ESA. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with "incidental take" provisions, etc.) from the FWS or the NMFS,the Endangered Species Act prohibits any person subject to the jurisdiction of the United States to take a listed species,where "take" means to harass, harm,pursue, hunt, shoot, wound, kill, trap, capture, or collect, or to attempt to engage in any such conduct.The word "harm" in the definition of"take"means an act which actually kills or injures wildlife. Such an act may include significant habitat modification or degradation where it actually kills or injures wildlife by significantly impairing essential behavioral patterns, including breeding, feeding or sheltering. (f) If the non-federal permittee has a valid ESA section 10(a)(1)(B) incidental take permit with an approved Habitat Conservation Plan for a project or a group of projects that includes the proposed NWP activity,the non-federal applicant should provide a copy of that ESA section 10(a)(1)(B) permit with the PCN required by paragraph (c) of this general condition. The district engineer will coordinate with the agency that issued the ESA section 10(a)(1)(B)permit to determine whether the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation conducted for the ESA section 10(a)(1)(B) permit. If that coordination results in concurrence from the agency that the proposed NWP activity and the associated incidental take were considered in the internal ESA section 7 consultation for the ESA section 10(a)(1)(B) permit, the district engineer does not need to conduct a separate ESA section 7 consultation for the proposed NWP activity. The district engineer will notify the non-federal applicant within 45 days of receipt of a complete pre-construction notification whether the ESA section 10(a)(1)(B) permit covers the proposed NWP activity or whether additional ESA section 7 consultation is required. (g) Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the FWS and NMFS or their world wide web pages at http://www.fws.gov/or http://www.fws.gov/ipac and http:l/www.nmfs.noaa.gov/pr/species/esa/respectively. 19. Migratory Birds and Bald and Golden Eagles. The permittee is responsible for ensuring their action complies with the Migratory Bird Treaty Act and the Bald and Golden Eagle Protection Act. The permittee is responsible for contacting appropriate local office of the U.S. Fish and Wildlife Service to determine applicable measures to reduce impacts to migratory birds or eagles, including whether"incidental take"permits are necessary and available under the Migratory Bird Treaty Act or Bald and Golden Eagle Protection Act for a particular activity. 20. Historic Properties. (a) In cases where the district engineer determines that the activity may have the potential to cause effects to properties listed, or eligible for listing, in the National Register of Historic Places,the activity is not authorized, until the requirements of Section 106 of the National Historic Preservation Act (NHPA)have been satisfied. (b)Federal permittees should follow their own procedures for complying with the requirements of section 106 of the National Historic Preservation Act. If pre-construction notification is required for the proposed NWP activity, the Federal permittee must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will verify that the appropriate documentation has been submitted. If the appropriate documentation is not submitted, then additional consultation under section 106 may be necessary. The respective federal agency is responsible for fulfilling its obligation to comply with section 106. (c)Non-federal permittees must submit a pre-construction notification to the district engineer if the NWP activity might have the potential to cause effects to any historic properties listed on, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities, the pre-construction notification must state which historic properties might have the potential to be affected by the proposed NWP activity or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties. Assistance regarding information on the location of, or potential for,the presence of historic properties can be sought from the State Historic Preservation Officer, Tribal Historic Preservation Officer, or designated tribal representative, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(8)). When reviewing pre-construction notifications, district engineers will comply with the current procedures for addressing the requirements of section 106 of the National Historic Preservation Act. The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts, which may include background research, consultation, oral history interviews, sample field investigation,and field survey. Based on the information submitted in the PCN and these identification efforts,the district engineer shall determine whether the proposed NWP activity has the potential to cause effects on the historic properties. Section 106 consultation is not required when the district engineer determines that the activity does not have the potential to cause effects on historic properties(see 36 CFR 800.3(a)). Section 106 consultation is required when the district engineer determines that the activity has the potential to cause effects on historic properties. The district engineer will conduct consultation with consulting parties identified under 36 CFR 800.2(c)when he or she makes any of the following effect determinations for the purposes of section 106 of the NHPA: no historic properties affected, no adverse effect, or adverse effect. Where the non-Federal applicant has identified historic properties on which the activity might have the potential to cause effects and so notified the Corps, the non-Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects to historic properties or that NHPA section 106 consultation has been completed. (d) For non-federal permittees, the district engineer will notify the prospective permittee within 45 days of receipt of a complete pre-construction notification whether NHPA section 106 consultation is required. If N14PA section 106 consultation is required, the district engineer will notify the non-Federal applicant that he or she cannot begin the activity until section 106 consultation is completed. If the non-Federal applicant has not heard back from the Corps within 45 days,the applicant must still wait for notification from the Corps. (e) Prospective permittees should be aware that section I l0k of the NHPA (54 U.S.C. 306113)prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of section 106 of the NHPA, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, allowed such significant adverse effect to occur, unless the Corps, after consultation with the Advisory Council on Historic Preservation (ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the circumstances, the degree•of damage to the integrity of any historic properties affected, and proposed mitigation. This.documentation must include any views obtained from the applicant; SHPO/THPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 21. Discovery of Previously Unknown Remains and Artifacts. If you discover any previously unknown historic, cultural or archeological remains and artifacts while accomplishing the activity authorized by this permit,you must immediately notify the district engineer of what you have found, and to the maximum extent practicable, avoid construction activities that may affect the remains and artifacts until the required coordination has been completed. The district engineer will initiate the Federal, Tribal, and state coordination required to determine if the items or remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 22. Designated Critical Resource,Waters. Critical resource waters include, NOAA-managed marine sanctuaries and marine monuments, and National Estuarine Research Reserves. The district engineer may designate, after notice and opportunity for public comment, additional waters officially designated by a state as having particular environmental or ecological significance, such as outstanding national resource waters or state natural heritage sites. The district engineer may also designate additional critical resource waters after notice and opportunity for public comment. (a)Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39, 40, 42,43, 44, 49, 50, 51, and 52 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b) For NWPs 3, 8, 10, 13, 15, 18, 19,22, 23, 25, 27, 28, 30, 33, 34, 36, 37, 38, and 54, notification is required in accordance with general condition 32, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 23. Mitigation. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal: (a)The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (b)Mitigation in all its forms(avoiding, minimizing, rectifying, reducing, or compensating for resource losses) will be required to the extent necessary to ensure that the individual and cumulative adverse environmental effects are no more than minimal. (c) Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland losses that exceed 1/10-acre and require pre-construction notification, unless the district engineer determines in writing that either some other form of mitigation would be more environmentally appropriate or the adverse environmental effects of the proposed activity are no more than minimal, and provides an activity-specific waiver of this requirement. For wetland losses of 1/10-acre or less that require pre-construction notification,the district engineer may determine on a case-by-case basis that compensatory mitigation is required to ensure that the activity results in only minimal adverse environmental effects. (d) For losses of streams or other open waters that require pre-construction notification,the district engineer may require compensatory mitigation to ensure that the activity results in no more than minimal adverse environmental effects. Compensatory mitigation for losses of streams should be provided, if practicable,through stream rehabilitation, enhancement,or preservation, since streams are difficult-to-replace resources (see 33 CFR 332.3(e)(3)). (e) Compensatory mitigation plans for NWP activities in or near streams or other open waters will normally include a requirement for the restoration or enhancement, maintenance, and legal protection (e.g., conservation easements) of riparian areas next to open waters. In some cases, the restoration or maintenance/protection of riparian areas may be the only compensatory mitigation required. Restored riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. If it is not possible to restore or maintain/protect a riparian area on both sides of a stream, or if the waterbody is a lake or coastal waters,then restoring or maintaining/protecting a riparian area along a single bank or shoreline may be sufficient. Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation (e.g., riparian areas and/or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of minimization or compensatory mitigation,the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (f) Compensatory mitigation projects provided to offset losses of aquatic resources must comply with the applicable provisions of 33 CFR part 332. (1)The prospective permittee is responsible for proposing an appropriate compensatory mitigation option if compensatory mitigation is necessary to ensure that the activity results in no more than minimal adverse environmental effects. For the NWPs,the preferred mechanism for providing compensatory mitigation is mitigation bank credits or in-lieu fee program credits (see 33 CFR 332.3(b)(2) and(3)). However, if an appropriate number and type of mitigation bank or in- lieu credits are not available at the time the PCN is submitted to the district engineer, the district engineer may approve the use of permittee-responsible mitigation. (2)The amount of compensatory mitigation required by the district engineer must be sufficient to ensure that the authorized activity results in no more than minimal individual and cumulative adverse environmental effects (see 33 CFR 330.1(e)(3)). (See also 33 CFR 332.3(f)). (3) Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, aquatic resource restoration should be the first compensatory mitigation option considered for permittee-responsible mitigation. (4)If permittee-responsible mitigation is the proposed option, the prospective permittee is responsible for submitting a mitigation plan. A conceptual or detailed mitigation plan may be used by the district engineer to make the decision on the NWP verification request, but a final mitigation plan that addresses the applicable requirements of 33 CFR 332.4(c)(2) through (14)must be approved by the district engineer before the permittee begins work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation (see 33 CFR 332.3(k)(3)). (5)If mitigation bank or in-lieu fee program credits are the proposed option,the mitigation plan only needs to address the baseline conditions at the impact site and the number of credits to be provided. (b)Compensatory mitigation requirements (e.g., resource type and amount to be provided as compensatory mitigation, site protection, ecological performance standards, monitoring requirements)may be addressed through conditions added to the NWP authorization, instead of components of a compensatory mitigation plan (see 33 CFR 332.4(c)(1)(ii)). (g) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2-acre, it cannot be used to authorize any NWP activity resulting in the loss of greater than 1/2-acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that an NWP activity already meeting the established acreage limits also satisfies the no more than minimal impact requirement for the NWPs. (h)Permittees may propose the use of mitigation banks, in-lieu fee programs, or permittee- responsible mitigation. When developing a compensatory mitigation proposal, the permittee must consider appropriate and practicable options consistent with the framework at 33 CFR 332.3(b). For activities resulting in the loss of marine or estuarine resources, permittee-responsible mitigation may be environmentally preferable if there are no mitigation banks or in-lieu fee programs in the area that have marine or estuarine credits available for sale or transfer to the permittee. For permittee-responsible mitigation,the special conditions of the NWP verification must clearly indicate the party or parties responsible for the implementation and performance of the compensatory mitigation project,and, if required, its long-term management. (i) Where certain functions and services of waters of the United States are permanently adversely affected by a regulated activity, such as discharges of dredged or fill material into waters of the United States that will convert a forested or scrub-shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way, mitigation may be required to reduce the adverse environmental effects of the activity to the no more than minimal level. 24. Safety of Impoundment Structures. To ensure that all impoundment structures are safely designed, the district engineer may require non-Federal applicants to demonstrate that the structures comply with established state dam safety criteria or have been designed by qualified persons. The district engineer may also require documentation that the design has been independently reviewed by similarly qualified persons, and appropriate modifications made to ensure safety. 25. Water Quality. Where States and authorized Tribes, or EPA where applicable, have not previously certified compliance of an NWP with CWA section 401, individual 401 Water Quality Certification must be obtained or waived (see 33 CFR 330.4(c)). The district engineer or State or Tribe may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 26. Coastal Zone Management. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur(see 33 CFR 330.4(d)). The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 27. Regional and Case-By-Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer(see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U.S. EPA in its section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 28. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing over tidal waters is constructed under NWP 14,with associated bank stabilization authorized by NWP 13,the maximum acreage loss of waters of the United States for the total project cannot exceed 113-acre. 29. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with a nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification must be attached to the letter, and the letter must contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s)of the property. To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below." (Transferee) (Date) 30. Compliance Certification. Each permittee who receives an NWP verification letter from the Corps must provide a signed certification documenting completion of the authorized activity and implementation of any required compensatory mitigation. The success of any required permittee-responsible mitigation, including the achievement of ecological performance standards, will be addressed separately by the district engineer. The Corps will provide the permittee the certification document with the NWP verification letter. The certification document will include: (a)A statement that the authorized activity was done in accordance with the NWP authorization, including any general, regional, or activity-specific conditions; (b)A statement that the implementation of any required compensatory mitigation was completed in accordance with the permit conditions. If credits from a mitigation bank or in-lieu fee program are used to satisfy the compensatory mitigation requirements,the certification must include the documentation required by 33 CFR 332.3(1)(3)to confirm that the permittee secured the appropriate number and resource type of credits; and (c) The signature of the permittee certifying the completion of the activity and mitigation. The completed certification document must be submitted to the district engineer within 30 days of completion of the authorized activity or the implementation of any required compensatory mitigation, whichever occurs later. 3 I. Activities Affecting Structures or Works Built by the United States. If an NWP activity also requires permission from the Corps pursuant to 33 U.S.C. 408 because it will alter or temporarily or permanently occupy or use a U.S. Army Corps of Engineers (USACE) federally authorized Civil Works project (a"USACE project"), the prospective permittee must submit a pre- construction notification. See paragraph (b)(10) of general condition 32. An activity that requires section 408 permission is not authorized by NWP until the appropriate Corps office issues the section 408 permission to alter, occupy, or use the USACE project, and the district engineer issues a written NWP verification. 32. Pre-Construction Notification. (a)Timing.ming. Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre-construction notification (PCN) as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, if the PCN is determined to be incomplete, notify the prospective permittee within that 30 day period to request the additional information necessary to make the PCN complete. The request must specify the information needed to make the PCN complete. As a general rule, district engineers will request additional information necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information, then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either: (1)He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2)45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 18 that listed species or critical habitat might be affected or are in the vicinity of the activity, or to notify the Corps pursuant to general condition 20 that the.activity might have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that there is"no effect" on listed species or"no potential to cause effects" on historic properties,or that any consultation required under Section 7 of the Endangered Species Act (see 33 CFR 330.4(o) and/or section 106 of the National Historic Preservation Act(see 33 CFR 330.4(g)) has been completed. Also, work cannot begin under NWPs 21, 49, or 50 until the permittee has received written approval from the Corps. if the proposed activity requires a written waiver to exceed specified limits of an NWP, the permittee may not begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit has been. obtained. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b)Contents of Pre-Construction Notification: The PCN must be in writing and include the following information: (1)Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed activity; (3) Identify the specific NWP or NWP(s)the prospective permittee wants to use to authorize the proposed activity; (4)A description of the proposed activity; the activity's purpose; direct and indirect adverse environmental effects the activity would cause, including the anticipated amount of loss of wetlands, other special aquatic sites, and other waters expected to result from the NWP activity, in acres, linear feet, or other appropriate unit of measure; a description of any proposed mitigation measures intended to reduce the adverse environmental effects caused by the proposed activity; and any other NWP(s),regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity, including other separate and distant crossings for linear projects that require Department of the Army authorization but do not require pre-construction notification. The description of the proposed activity and any proposed mitigation measures should be sufficiently detailed to allow the district engineer to determine that the adverse environmental effects of the activity will be no more than minimal and to determine the need for compensatory mitigation or other mitigation measures. For single and complete linear projects, the PCN must include the quantity of anticipated losses of wetlands, other special aquatic sites, and other waters for each single and complete crossing of those wetlands, other special aquatic sites, and other waters. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the activity and when provided results in a quicker decision. Sketches should contain sufficient detail to provide an illustrative description of the proposed activity(e.g., a conceptual plan), but do not need to be detailed engineering plans); (5)The PCN must include a delineation of wetlands, other special aquatic sites, and other waters, such as lakes and ponds, and perennial, intermittent, and ephemeral streams, on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters on the project site, but there may be a delay if the Corps does the delineation, especially if the project site is large or contains many wetlands, other special aquatic sites, and other waters. Furthermore, the 45 day period will not start until the delineation has been submitted to or completed by the Corps, as appropriate; (6) If the proposed activity will result in the loss of greater than 1110-acre of wetlands and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied, or explaining why the adverse environmental effects are no more than minimal and why compensatory mitigation should not be required. As an alternative, the prospective permittee may submit a conceptual or detailed mitigation plan. (7)For non-Federal permittees, if any listed species or designated critical habitat might be affected or is in the vicinity of the activity, or if the activity is located in designated critical habitat, the PCN must include the name(s)of those endangered or threatened species that might be affected by the proposed activity or utilize the designated critical habitat that might be affected by the proposed activity. For NWP activities that require pre-construction notification, Federal permittees must provide documentation demonstrating compliance with the Endangered Species Act; (8) For non-Federal permittees, if the NWP activity might have the potential to cause effects to a historic property listed on,determined to be eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places,the PCN must state which historic property might have the potential to be affected by the proposed activity or include a vicinity map indicating the location of the historic property. For NWP activities that require pre-construction notification, Federal permittees must provide documentation demonstrating compliance with section 106 of the National Historic Preservation Act; (9) For an activity that will occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river"for possible inclusion in the system while the river is in an official study status, the PCN must identify the Wild and Scenic River or the"study river" (see general condition 16); and (10)For an activity that requires permission from the Corps pursuant to 33 U.S.C. 408 because it will alter or temporarily or permanently occupy or use a U.S. Army Corps of Engineers federally authorized civil works project, the pre-construction notification must include a statement confirming that the project proponent has submitted a written request for section 408 permission from the Corps office having jurisdiction over that USACE project. (c)Form of Pre-Construction Notification: The standard individual permit application form (Form ENG 4345) may be used,but the completed application form must clearly indicate that it is an NWP PCN and must include all of the applicable information required in paragraphs (b)(1) through(10) of this general condition. A letter containing the required information may also be used. Applicants may provide electronic files of PCNs and supporting materials if the district engineer has established tools and procedures for electronic submittals. (d)Agency Coordination: (1)The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the activity's adverse environmental effects so that they are no more than minimal. (2)Agency coordination is required for: (i)all NWP activities that require pre-construction notification and result in the loss of greater than 112-acre of waters of the United States; (ii)NWP 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52 activities that require pre-construction notification and will result in the loss of greater than 300 linear feet of stream bed; (iii)NWP 13 activities in excess of 500 linear feet, fills greater than one cubic yard per running foot, or involve discharges of dredged or fill material into special aquatic sites; and (iv)NWP 54 activities in excess of 500 linear feet, or that extend into the waterbody more than 30 feet from the mean low water line in tidal waters or the ordinary high water mark in the Great Lakes. (3) When agency coordination is required,the district engineer will immediately provide (e.g., via e-mail, facsimile transmission, overnight mail, or other expeditious manner)a copy of the complete PCN to the appropriate Federal or state offices (FWS, state natural resource or water quality agency, EPA, and, if appropriate,the NMFS). With the exception of NWP 37, these agencies will have 10 calendar days from the date the material is transmitted to notify the district engineer via telephone, facsimile transmission, or e-mail that they intend to provide substantive, site-specific comments.The comments must explain why the agency believes the adverse environmental effects will be more than minimal. If so contacted by an agency,the district engineer will wait an additional 15 calendar days before making a decision on the pre-construction notification. The district engineer will fully consider agency comments received within the specified time frame concerning the proposed activity's compliance with the terms and conditions of the NWPs, including the need for mitigation to ensure the net adverse environmental effects of the proposed activity are no more than minimal.The district engineer will provide no response to the.resource agency, except as provided below.The district engineer will indicate in the administrative record associated with each pre-construction notification that the resource agencies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5. (4) In cases of where the prospective permittee is not a Federal agency, the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations, as required by section 305(b)(4)(B)of the Magnuson-Stevens Fishery Conservation and Management Act. (5) Applicants are encouraged to provide the Corps with either electronic files or multiple copies of pre-construction notifications to expedite agency coordination. D.District Engineer's Decision 1.In reviewing the PCN for the proposed activity, the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. If a project proponent requests authorization by a specific NWP,the district engineer should issue the NWP verification for that activity if it meets the terms and conditions of that NWP, unless he or she determines, after considering mitigation, that the proposed activity will result in more than minimal individual and cumulative adverse effects on the aquatic environment and other aspects of the public interest and exercises discretionary authority to require an individual permit for the proposed activity. For a linear project, this determination will include an evaluation of the individual crossings of waters of the United States to determine whether they individually satisfy the terms and conditions of the NWP(s), as well as the cumulative effects caused by all of the crossings authorized by NWP. If an applicant requests a waiver of the 300 linear foot limit on impacts to streams or of an otherwise applicable limit, as provided for in NWPs 13,21, 29, 36, 39, 40, 42, 43, 44, 50, 51, 52, or 54, the district engineer will only grant the waiver upon a written determination that the NWP activity will result in only minimal individual and cumulative adverse environmental effects. For those NWPs that have a waivable 300 linear foot limit for losses of intermittent and ephemeral stream bed and a 1/2-acre limit (i.e., NWPs 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52), the loss of intermittent and ephemeral stream bed, plus any other losses of jurisdictional waters and wetlands, cannot exceed 1/2-acre. 2. When making minimal adverse environmental effects determinations the district engineer will consider the direct and indirect effects caused by the NWP activity. He or she will also consider the cumulative adverse environmental effects caused by activities authorized by NWP and whether those cumulative adverse environmental effects are no more than minimal. The district engineer will also consider site specific factors, such as the environmental setting in the vicinity of the NWP activity, the type of resource that will be affected by the NWP activity, the functions provided by the aquatic resources that will be affected by the NWP activity, the degree or magnitude to which the aquatic resources perform those functions,the extent that aquatic resource functions will be lost as a result of the NWP activity(e.g., partial or complete loss),the duration of the adverse effects (temporary or permanent),the importance of the aquatic resource functions to the region (e.g., watershed or ecoregion), and mitigation required by the district engineer. If an appropriate functional or condition assessment method is available and practicable to use, that assessment method may be used by the district engineer to assist in the minimal adverse environmental effects determination. The district engineer may add case-specific special conditions to the NWP authorization to address site-specific environmental concerns. 3. If the proposed activity requires a PCN and will result in a loss of greater than 1/10-acre of wetlands, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may also propose compensatory mitigation for NWP activities with smaller impacts, or for impacts to other types of waters (e.g., streams). The district engineer will consider any proposed compensatory mitigation or other mitigation measures the applicant has included in the proposal in determining whether the net adverse environmental effects of the proposed activity are no more than minimal. The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse environmental effects are no more than minimal, after considering mitigation, the district engineer will notify the permittee and include any activity-specific conditions in the NWP verification the district engineer deems necessary. Conditions for compensatory mitigation requirements must comply with the appropriate provisions at 33 CFR 332.3(k). The district engineer must approve the final mitigation plan before the permittee commences work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN, the district engineer will expeditiously review the proposed compensatory mitigation plan. The district engineer must review the proposed compensatory mitigation plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure the NWP activity results in no more than minimal adverse environmental effects. If the net adverse environmental effects of the NWP activity(after consideration of the mitigation proposal)are determined by the district engineer to be no more than minimal,the district engineer will provide a timely written response to the applicant. The response will state that the NWP activity can proceed under the terms and conditions of the NWP, including any activity-specific conditions added to the NWP authorization by the district engineer. 4. If the district engineer determines that the adverse environmental effects of the proposed activity are more than minimal,then the district engineer will notify the applicant either: (a)that the activity does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (b) that the activity is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse environmental effects so that they are no more than minimal; or(c)that the activity is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse environmental effects,the activity will be authorized within the 45-day PCN period (unless additional time is required to comply with general conditions 18, 20, and/or 31, or to evaluate PCNs for activities authorized by NWPs 21,49, and 50), with activity-specific conditions that state the mitigation requirements. The authorization will include the necessary conceptual or detailed mitigation plan or a requirement that the applicant submit a mitigation plan that would reduce the adverse environmental effects so that they are no more than minimal. When compensatory mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan or has determined that prior approval of a final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. E.Further Information 1.District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2.NWPs do not obviate the need to obtain other federal, state, or local permits, approvals, or authorizations required by law. 3.NWPs do not grant any property rights or exclusive privileges. 4.NWPs do not authorize any injury to the property or rights of others. 5.NWPs do not authorize interference with any existing or proposed Federal project(see general condition 31). F. Definitions Best management practices (BMPs):Policies, practices, procedures, or structures implemented to mitigate the adverse environmental effects on surface water quality resulting from development. BMPs are categorized as structural or non-structural. Compensatory mitigation: The restoration (re-establishment or rehabilitation), establishment(creation), enhancement, and/or in certain circumstances preservation of aquatic resources for the purposes of offsetting unavoidable adverse impacts which remain after all appropriate and practicable avoidance and minimization has been achieved. Currently serviceable: Useable as is or with some maintenance, but not so degraded as to essentially require reconstruction. Direct effects: Effects that are caused by the activity and occur at the same time and place. Discharge: The term"discharge"means any discharge of dredged or fill material into waters of the United States. Ecological reference: A model used to plan and design an aquatic habitat and riparian area restoration, enhancement, or establishment activity under NWP 27. An ecological reference may be based on the structure, functions, and dynamics of an aquatic habitat type or a riparian area type that currently exists in the region where the proposed NWP 27 activity is located. Alternatively, an ecological reference may be based on a conceptual model for the aquatic habitat type or riparian area type to be restored, enhanced, or established as a result of the proposed NWP 27 activity. An ecological reference takes into account the range of variation of the aquatic habitat type or riparian area type in the region. Enhancement: The manipulation of the physical, chemical, or biological characteristics of an aquatic resource to heighten, intensify, or improve a specific aquatic resource function(s). Enhancement results in the gain of selected aquatic resource function(s), but may also lead to a decline in other aquatic resource function(s). Enhancement does not result in a gain in aquatic resource area. Ephemeral stream:An ephemeral stream has flowing water only during, and for a short duration after, precipitation events in a typical year. Ephemeral stream beds are located above the water table year-round. Groundwater is not a source of water for the stream. Runoff from rainfall is the primary source of water for stream flow. Establishment (creation): The manipulation of the physical, chemical, or biological characteristics present to develop an aquatic resource that did not previously exist at an upland site. Establishment results in a gain in aquatic resource area. High Tide Line: The line of intersection of the land with the water's surface at the maximum height reached by a rising tide. The high tide line may be determined, in the absence of actual data, by a line of oil or scum along shore objects, a more or less continuous deposit of fine shell or debris on the foreshore or berm, other physical markings or characteristics, vegetation lines,tidal gages, or other suitable means that delineate the general height reached by a rising tide. The line encompasses spring high tides and other high tides that occur with periodic frequency but does not include storm surges in which there is a departure from the normal or predicted reach of the tide due to the piling up of water against a coast by strong winds such as those accompanying a hurricane or other intense storm. Historic Propedy: Any prehistoric or historic district, site (including archaeological site), building, structure, or other object included in, or eligible for inclusion in,the National Register of Historic Places maintained by the Secretary of the Interior. This term includes artifacts,records, and remains that are related to and located within such properties. The term includes properties of traditional religious and cultural importance to an Indian tribe or Native Hawaiian organization and that meet the National Register criteria(36 CFR part 60). Independent utility: A test to determine what constitutes a single and complete non-linear project in the Corps Regulatory Program.A project is considered to have independent utility if it would be constructed absent the construction of other projects in the project area.Portions of a multi-phase project that depend upon other phases of the project do not have independent utility. Phases of a project that would be constructed even if the other phases were not built can be considered as separate single and complete projects with independent utility. Indirect effects: Effects that are caused by the activity and are later in time or farther removed in distance, but are still reasonably foreseeable. Intermittent stream: An intermittent stream has flowing water during certain times of the year, when groundwater provides water for stream flow. During dry periods, intermittent streams may not have flowing water. Runoff from rainfall is a supplemental source of water for stream flow. Loss of waters of the United States: Waters of the United States that are permanently adversely affected by filling, flooding, excavation, or drainage because of the regulated activity. Permanent adverse effects include permanent discharges of dredged or fill material that change an aquatic area to dry land, increase the bottom elevation of a waterbody, or change the use of a waterbody. The acreage of loss of waters of the United States is a threshold measurement of the impact to jurisdictional waters for determining whether a project may qualify for an NWP; it is not a net threshold that is calculated after considering compensatory mitigation that may be used to offset losses of aquatic functions and services. The loss of stream bed includes the acres or linear feet of stream bed that are filled or excavated as a result of the regulated activity. Waters of the United States temporarily filled, flooded, excavated, or drained,but restored to pre-construction contours and elevations after construction, are not included in the measurement of loss of waters of the United States. Impacts resulting from activities that do not require Department of the Army authorization, such as activities eligible for exemptions under section 404(1) of the Clean Water Act, are not considered when calculating the loss of waters of the United States. Navigable waters: Waters subject to section 10 of the Rivers and Harbors Act of 1899. These waters are defined at 33 CPR part 329. Non-tidal wetland: A non-tidal wetland is a wetland that is not subject to the ebb and flow of tidal waters.Non-tidal wetlands contiguous to tidal waters are located landward of the high tide line(i.e., spring high tide line). Open water: For purposes of the NWPs, an open water is any area that in a year with normal patterns of precipitation has water flowing or standing above ground to the extent that an ordinary high water mark can be determined. Aquatic vegetation within the area of flowing or standing water is either non-emergent, sparse, or absent. Vegetated shallows are considered to be open waters. Examples of"open waters" include rivers, streams, lakes, and ponds. Ordinary High Water Mark: An ordinary high water mark is a line on the shore established by the fluctuations of water and indicated by physical characteristics, or by other appropriate means that consider the characteristics of the surrounding areas. Perennial stream:A perennial stream has flowing water year-round during a typical year. The water table is located above the stream bed for most of the year. Groundwater is the primary source of water for stream flow. Runoff from rainfall is a supplemental source of water for stream flow. Practicable: Available and capable of being done after taking into consideration cost, existing technology, and logistics in light of overall project purposes. Pre-construction notification: A request submitted by the project proponent to the Corps for confirmation that a particular activity is authorized by nationwide permit. The request may be a permit application, letter, or similar document that includes information about the proposed work and its anticipated environmental effects. Pre-construction notification may be required by the terms and conditions of a nationwide permit, or by regional conditions.A pre-construction notification may be voluntarily submitted in cases where pre-construction notification is not required and the project proponent wants confirmation that the activity is authorized by nationwide permit. Preservation: The removal of a threat to, or preventing the decline of, aquatic resources by an action in or near those aquatic resources. This term includes activities commonly associated with the protection and maintenance of aquatic resources through the implementation of appropriate legal and physical mechanisms. Preservation does not result in a gain of aquatic resource area or functions. Protected tribal resources: Those natural resources and properties of traditional or customary religious or cultural importance, either on or off Indian lands, retained by, or reserved by or for, Indian tribes through treaties, statutes,judicial decisions, or executive orders, including tribal trust resources. Re-establishment: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former aquatic resource. Re- establishment results in rebuilding a former aquatic resource and results in a gain in aquatic resource area and functions. Rehabilitation: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of repairing natural/historic functions to a degraded aquatic resource. Rehabilitation results in a gain in aquatic resource function, but does not result in a gain in aquatic resource area. Restoration: The manipulation of the physical, chemical, or biological characteristics of a . site with the goal of returning natural/historic functions to a former or degraded aquatic resource. For the purpose of tracking net gains in aquatic resource area, restoration is divided into two categories: re-establishment and rehabilitation. Riffle and pool complex: Riffle and pool complexes are special aquatic sites under the 404(b)(1)Guidelines.Riffle and pool complexes sometimes characterize steep gradient sections of streams. Such stream sections are recognizable by their hydraulic characteristics. The rapid movement of water over a course substrate in riffles results in a rough flow, a turbulent surface, and high dissolved oxygen levels in the water. Pools are deeper areas associated with riffles.A slower stream velocity, a streaming flow,a smooth surface, and a finer substrate characterize pools. Riparian areas: Riparian areas are lands next to streams, lakes, and estuarine-marine shorelines. Riparian areas are transitional between terrestrial and aquatic ecosystems,through which surface and subsurface hydrology connects riverine, lacustrine, estuarine, and marine waters with their adjacent wetlands, non-wetland waters, or uplands. Riparian areas provide a variety of ecological functions and services and help improve or maintain local water quality. (See general condition 23.) Shellfish seeding: The placement of shellfish seed and/or suitable substrate to increase shellfish production. Shellfish seed consists of immature individual shellfish or individual shellfish attached to shells or shell fragments (i.e., spat on shell). Suitable substrate may consist of shellfish shells, shell fragments, or other appropriate materials placed into waters for shellfish habitat. Single and complete linear project: A linear project is a project constructed for the purpose of getting people, goods, or services from a point of origin to a terminal point, which often involves multiple crossings of one or more waterbodies at separate and distant locations. The term "single and complete project" is defined as that portion of the total linear project proposed or accomplished by one owner/developer or partnership or other association of owners/developers that includes all crossings of a single water of the United States (i.e., a single waterbody) at a specific location. For linear projects crossing a single or multiple waterbodies several times at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. However, individual channels in a braided stream or river, or individual arms of a large, irregularly shaped wetland or lake, etc., are not separate waterbodies, and crossings of such features cannot be considered separately. Single and complete non-linear project: For non-linear projects, the term "single and complete project" is defined at 33 CFR 330.2(1) as the total project proposed or accomplished by one owner/developer or partnership or other association of owners/developers. A single and complete non-linear project must have independent utility (see definition of"independent utility"). Single and complete non-linear projects may not be "piecemealed"to avoid the limits in an NWP authorization. Stormwater mana eg ment: Stormwater management is the mechanism for controlling stormwater runoff for the purposes of reducing downstream erosion, water quality degradation, and flooding and mitigating the adverse effects of changes in land use on the aquatic environment. Stormwater management facilities: Stormwater management facilities are those facilities, including but not limited to, stormwater retention and detention ponds and best management practices, which retain water for a period of time to control runoff and/or improve the quality(i.e., by reducing the concentration of nutrients,sediments, hazardous substances and other pollutants) of stormwater runoff.- Stream bed: The substrate of the stream channel between the ordinary high water marks. The substrate may be bedrock or inorganic particles that range in size from clay to boulders. Wetlands contiguous to the stream bed, but outside of the ordinary high water marks, are not considered part of the stream bed. Stream channelization: The manipulation of a stream's course, condition, capacity, or location that causes more than minimal interruption of normal stream processes. A channelized stream remains a water of the United States. Structure: An object that is arranged in a definite pattern of organization. Examples of structures include, without limitation, any pier, boat dock, boat ramp, wharf, dolphin, weir, boom, breakwater, bulkhead, revetment, riprap,jetty, artificial island, artificial reef, permanent mooring structure, power transmission line, permanently moored floating vessel,piling, aid to navigation, or any other manmade obstacle or obstruction. Tidal wetland: A tidal wetland is a jurisdictional wetland that is inundated by tidal waters. Tidal waters rise and fall in a predictable and measurable rhythm or cycle due to the gravitational pulls of the moon and sun. Tidal waters end where the rise and fall of the water surface can no longer be practically measured in a predictable rhythm due to masking by other waters, wind, or other effects. Tidal wetlands are located channelward of the high tide line. Tribal lands: Any lands title to which is either: 1) held in trust by the United States for the benefit of any Indian tribe or individual; or 2)held by any Indian tribe or individual subject to restrictions by the United States against alienation. Tribal rights: Those rights legally accruing to a tribe or tribes by virtue of inherent sovereign authority, unextinguished aboriginal title, treaty, statute,judicial decisions, executive order or agreement, and that give rise to legally enforceable remedies. Vegetated shallows: Vegetated shallows are special aquatic sites under the 404(b)(1) Guidelines. They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation, such as seagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbody: For purposes of the NWPs, a waterbody is a jurisdictional water of the United States. 1f a wetland is adjacent to a waterbody determined to be a water of the United States,that waterbody and any adjacent wetlands are considered together as a single aquatic unit (see 33 CFR 328.4(c)(2)). Examples of"waterbodies" include streams, rivers, lakes, ponds, and wetlands. ADDITIONAL INFORMATION This nationwide permit is effective March 19,2017,and expires on March 18,2022. Information about the U.S.Army Corps of Engineers regulatory program,including nationwide permits,may also be found at littp:/,'www.swf.usace.army.mil.'.NIissions/ltegulatory.aspx and http./,Iwww.usace.arrn .inil/Missions/("ivilWorks/Regulatot Pro ramandPermits.q. x 2017 NATIONWIDE PERMIT (NWP) REGIONAL CONDITIONS FOR THE STATE OF TEXAS The following regional conditions apply within the entire State of Texas: 1. For all discharges proposed for authorization under Nationwide Permits (NWP) 3, 6, 7, 12, 14, 18, 19, 21, 23, 25, 27, 29, 39, 40, 41, 42, 43, 44, 49, 51, and 52, into the following habitat types or specific areas, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32, Pre-Construction Notification (PCN). The Corps of Engineers (Corps) will coordinate with the resource agencies as specified in NWP General Condition 32(d) (PCN). The habitat types or areas are: a. Pitcher Plant Bogs: Wetlands typically characterized by an organic surface soil layer and include vegetation such as pitcher plants (Sarracenia spp.) and/or sundews (Drosera spp.). b. Bald Cypress-Tupelo Swamps: Wetlands dominated by bald cypress (Taxodium distichum) and/or water tupelo (Nyssa aquatic). 2. For all activities proposed for authorization under any Nationwide Permit (NWP) at sites approved as compensatory mitigation sites (either permittee-responsible, mitigation bank and/or in-lieu fee) under Section 404 of the Clean Water Act and/or Section 1'0 of the Rivers and Harbors Act of 1899, the applicant shall notify the appropriate District Engineer iri accordance with the NWP General Condition 32 - Pre- Construction' Notification prior to commencing the activity. 3. For all activities proposed for authorization under NWP 16, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32 (Pre-Construction Notification) and must obtain an individual water quality certification (WQC) from the TCEQ. Work cannot begin under NWP 16 until the applicant has received written approval from the Corps and WQC. NOTE: For all activities proposing to use equipment that has operated or been stored in a water body on the Texas list of zebra mussel (Dreissena polymorpha) infected water bodies, equipment should be decontaminated prior to relocation in accordance with Texas Administrative Code, Title 31, Part 2, Chapter 57, Subchapter A. The following decontamination Best Management Practices (BMPs), as a minimum, are indicated: a. Clean: Clean both the inside and outside of equipment and gear, by removing all plants, animals, and mud and thoroughly washing the equipment using a high pressure spray nozzle. b. Drain: Drain all water from receptacles before leaving the area, including livewells, bilges, ballast, and engine cooling water on boats. C. Dry: Allow time for your equipment to dry completely before relocating in other waters. Equipment should be dried prior to relocation. High temperature pressure washing (greater than or equal to 140F) or professional cleaning may be substituted for drying time. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 1 of 6 The following regional condition only applies within the Albuquerque, Fort Worth, and Galveston Districts: 4. For all activities proposed for authorization under Nationwide Permit (NWP) 12 that involve a discharge of fill material associated with mechanized land clearing of wetlands dominated by native woody shrubs, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32 — Pre-Construction Notification prior to commencing the activity. For the purpose of this regional condition, a shrub dominated wetland is characterized by woody vegetation less than 3.0 inches in diameter at breast height but greater than 3.2 feet in height, which covers 20% or more of the area. Woody vines are not included. The following regional conditions apply within the Albuquerque District. 5. Nationwide Permit (NWP) 23 —Approved Categorical Exclusions. A pre-construction notification (PCN) to the District Engineer in accordance with General Condition 32 - PCN is required for all proposed activities under NWP 23. 6. Nationwide Permit (NWP) 27 —Aquatic Habitat Restoration, Establishment, and Enhancement Activities. For all proposed activities under NWP 27 that require pre- construction notification, a monitoring plan commensurate with the scale of the proposed restoration project and the potential for risk to the aquatic environment must be submitted to the Corps. (See "NWP 27 Guidelines" at httpalwww.spa.usace.army.mil/Missions/RegulatoryProgramand Permits/NWP.aspx). 7. Channelization. Nationwide Permit(NWP) General Condition-9 for Management of Water Flows is amended to add the following: Projects that would result in permanent channelization to previously un-channelized streams require pre-construction notification to the Albuquerque District Engineer in accordance with NWP General Condition 32 — Pre-Construction Notification. 8. Dredge and Fill Activities in Intermittent and Perennial Streams, and Special Aquatic Sites: For all activities subject to regulation under the Clean Water Act Section 404 in intermittent and perennial streams, and special aquatic sites (including wetlands, riffle and pool complexes, and sanctuaries and refuges), pre-construction notification (PCN) to the Albuquerque District Engineer is required in accordance with Nationwide Permit General Condition 32 - PCN. 9. Springs. For all discharges of dredged or fill material within 100 feet of the point of groundwater discharge of natural springs located in an aquatic resource, a pre- construction notification (PCN) is required to the Albuquerque District Engineer in accordance with Nationwide Permit General Condition 32 - PCN. A natural spring is defined as any location where ground water emanates from a point in the ground and has a defined surface water connection to another waters of the United States. For purposes of this regional condition, springs do not include seeps or other groundwater discharges which lack a defined surface water connection. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 2 of 6 10. Suitable Fill. Use of broken concrete as fill or bank stabilization material is prohibited unless the applicant demonstrates that its use is the only practicable material (with respect to cost, existing technology, and logistics). Any applicant who wishes to use broken concrete as bank stabilization must provide notification to the Albuquerque District Engineer in accordance with Nationwide Permit General Condition 32 - Pre- Construction Notification along with justification for such use. Use of broken concrete with rebar or used tires (loose or formed into bales) is prohibited in all waters of the United States. The following regional conditions apply only within the Fort Worth District. 11. For all discharges proposed for authorization under all Nationwide Permits (NWP) into the area of Caddo Lake within Texas that is designated as a "Wetland of International Importance" under the Ramsar Convention, the applicant shall notify the Fort Worth District Engineer in accordance with the NWP General Condition 32 — Pre- Construction Notification (PCN). The Fort Worth District will coordinate with the resource agencies as specified in NWP General Condition 32(d) - PCN. 12. Compensatory mitigation is generally required for losses of waters of the United States that exceed 1110 acre and/or for all losses to streams that exceed 300 linear fent. Loss is defined in Section F of the Nationwide Permits (NWP). Mitigation thresholds are cumulative irrespective of aquatic resource type at each single and complete crossing. Compensatory mitigation requirements will be determined in accordance with the appropriate district standard operating procedures and processes. The applicant shall notify the Fort Worth District Engineer in accordance with the NWP General Condition 32 - Pre-Construction Notification prior to commencing the activity. 13. For all activities proposed for authorization under Nationwide Permits (NWP) 12, 14 and/or 33 that involve a temporary discharge of fill material into 112 acre or more of emergent wetland OR 1/10 acre of scrub-shrub/forested wetland, the applicant shall notify the Fort Worth District Engineer in accordance with the NWP General Condition 32 - Pre-Construction Notification prior to commencing the activity. 14. For all discharges proposed for authorization under Nationwide Permits (NWP) 51 and 52, the Fort Worth District will provide the pre-construction notification (PCN) to the U.S. Fish and Wildlife Service as specified in NWP General Condition 32(d)(2) - PCN for its review and comments. The following regional conditions apply only within the Galveston District. 15. No Nationwide Permits (NWP), except NWP 3, shall be used to authorize discharges into the habitat types or specific areas listed in paragraphs a through c, below. The applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 - Pre-Construction Notification prior to commencing the activity under NWP 3. 2017 Nationwide Permit Regionai Conditions For The State Of Texas Page 3 of 6 a. Mangrove Marshes. For the purpose of this regional condition, Mangrove marshes are those waters of the United States that are dominated by mangroves (Avicennia spp., Laguncuaria spp., Conocarpus spp., and Rhizophora spp.). b. Coastal Dune Swales. For the purpose of this regional condition, coastal dune swales are wetlands and/or other waters of the United States located within the backshore and dune areas in the coastal zone of Texas. They are formed as depressions within and among multiple beach ridge barriers, dune complexes, or dune areas adjacent to beaches fronting tidal waters of the United States. c. Columbia Bottom lands. For the purpose of this regional condition, Columbia bottomlands are defined as waters of the United States that are dominated by bottomland hardwoods in the Lower Brazos and San Bernard River basins identified in the 1997 Memorandum of Agreement between the U.S. Environmental Protection Agency, U.S. Fish and Wildlife Service, Natural Resource Conservation Service, and Texas Parks and Wildlife Department for bottomland hardwoods in Brazoria County. (For further information, see http-//www.swg.usace.army.millBusiness-With- 16. A Compensatory Mitigation Plan is required for all special aquatic site losses, as defined in Section F of the Nationwide Permits (NWP), that exceed 1110 acre and/or for all losses to streams that exceed 200 linear feet. Compensatory mitigation requirements will be determined in accordance with the appropriate district standard operating procedures and processes. The applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 = Pre-Construction Notification prior to commencing the activity: 17. For all seismic testing activities proposed for authorization under Nationwide Permit (NWP) 6, the applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 - Pre-Construction Notification (PCN). The PCN must state the time period for which the temporary fill is proposed, and must include a restoration plan for the special aquatic sites. For seismic testing under NWP 6 within the Cowardin Marine System, Subtidal Subsystem; as defined by the U.S. Fish and Wildlife Service, Classification of Wetlands and Deepwater Habitats of the United States, December 1979/Reprinted 1992, the Corps will coordinate with the resource agencies in accordance with NWP General Condition 32(d) - PCN. 18. For all activities proposed under Nationwide Permits (NWP) 10 and 11 located in vegetated shallows and coral reefs; as defined by 40 CFR 230.43 and 230.44 respectively, the applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 - Pre-Construction Notification. Examples include, but are not limited to: seagrass beds, oyster reefs, and coral reefs. 19. Nationwide Permit 12 shall not be used to authorize discharges within 500 feet of vegetated shallows and coral reefs; as defined by 40 CFR 230.43 and 230.44 respectively. Examples include, but are not limited to: seagrass beds, oyster reefs, and coral reefs. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 4 of 6 20. For all activities proposed for authorization under Nationwide Permit 12 that involve underground placement below a non-navigable river bed and/or perennial stream bed there shall a minimum cover of 48 inches (1,219 millimeters) of soil below the river and/or perennial stream thalweg. 21. For all discharges and work proposed below the high tide line under Nationwide Permits (NWP) 14 and 18, the applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 - Pre-Construction Notification (PCN). The Galveston District will coordinate with the resource agencies in accordance with NWP General Condition 32(d) - PCN. 22. For all activities proposed for authorization under Nationwide Permit (NWP) 33 the applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 — Pre-Construction Notification (PCN). The PCN must include a restoration plan showing how all temporary fills and structures will be removed and the area restored to pre-project conditions. Activities causing the temporary loss, as defined in Section F of the NWPs, of more than 0.5 acres of tidal waters and/or 200 linear feet of stream will be coordinated with the agencies in accordance with NWP General Condition 32(d) - PCN. 23. No Nationwide Permits (NWP), except NWPs 3, 16, 20, 22, 37, shall be used to authorize discharges, structures, and/or fill within the standard setback and high hazard zones of the Sabine-Neches Waterway as defined in the Standard Operating Procedure - Permit Setbacks along the Sabine-Neches Waterway. The applicant shall notify the Galveston District Engineer in accordance with NWP General Condition 32 - Pre- Construction Notification for all discharge, structures and/or work in medium hazard zones and all NWP 3 applications within the standard setback and high hazard zones of the Sabine-Neches Waterway. 24. No Nationwide Permits (NWP), except 20, 22, and 37, shall be used to authorize discharges, structures, and/or fill within the standard setback exemptions of the Gulf Intracoastal Waterway as defined in the Standard Operating Procedure- Department of the Army Permit Evaluation Setbacks along the Gulf Intracoastal Waterway. The applicant shall notify the Galveston District Engineer in accordance with NWP General Condition 32 (Pre-Construction Notification) for all discharges, structures and/or work within the standard setback, shoreward of the standard setback, and/or standard setback exemption zones. 25. The use of Nationwide Permits in the San Jacinto River Waste Pits Area of Concern are revoked. (For further information, see htt ://www.sw .usace.arm .mil/Business-With-Us/Re ulato /Permits/Nationwide- General-Permits/ 26. The use of Nationwide Permits 51 and 52 are revoked within the Galveston District boundaries. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 5 of 6 27. Nationwide Permit (NWP) 53 pre-construction notifications will be coordinated with resource agencies as specified in NWP General Condition 32(d) — Pre-construction Notification. 28. For all activities proposed under Nationwide Permits (NWP) 21, 29, 39, 40, 42, 43, 44, and 50 that result in greater than 300 feet of loss in intermittent and/or ephemeral streams, as defined in Section F of the NWPs, require evaluation under an Individual Permit. The following regional conditions apply only within the Tulsa District. 29. Upland Disposal Except where authorized by Nationwide Permit 16, material disposed of in uplands shall be placed in a location and manner that prevents discharge of the material and/or return water into waters or wetlands unless otherwise authorized by the Tulsa District Engineer. 30. Major Rivers: The prospective permittee shall notify the Tulsa District Engineer for all Nationwide Permit 14 verifications which cross major rivers within Tulsa District. For the purposes of this condition, major rivers include the following: Canadian River, Prairie Dog Town Fork of the Red River, and Red River. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 6 of 6 b .1. 0n Notice NATIONWIDE PERMIT U.S. Array Corps Permit Application No: REISSUANCE Of Engineers Date Issued: January 12,_2017,_ Comments Fort Worth District Due: February 11, 2017 PUBLIC NOTICE FOR FEDERAL REGISTER NOTICE ANNOUNCING THE REISSUANCE OF THE NATIONWIDE PERMITS U.S. ARMY CORPS OF ENGINEERS AND TEXAS COMMISSION ON ENVIRONMENTAL QUALITY AND RAILROAD COMMISSION OF TEXAS ANNOUNCING PUBLIC COMMENT ON SECTION 4.01 WATER QUALITY CERTIFICATION On January 6, 2017,the U.S. Army Corps of Engineers (Corps) published the notice in the Federal Register announcing the reissuance of all 50 existing nationwide permits (NWPs), general conditions, and definitions with some modifications. The Corps also issued two new NWPs, one new general condition, and five new definitions. The 2017 NWPs will go into effect on March 19, 2017, and will expire on March 18, 2022. With the publication of this Federal Register notice, Corps districts will begin finalizing their regional conditions for the new and reissued NWPs. Regional conditions will provide additional protection for the aquatic environment, and will help ensure that the NWPs authorize only those activities with no more than minimal adverse environmental effects. Regional conditions will help ensure protection of high value waters within the Southwestern Division and South Pacific Division for Albuquerque District, Fort Worth District, Galveston District and Tulsa District. An enclosure for this public notice (Enclosure 1) lists the proposed final regional conditions currently under consideration by the Southwestern Division and South Pacific Division for Albuquerque District, Fort Worth District, Galveston District and Tulsa District. As the lead District for the Corps' Regulatory program in Texas, the Galveston District is seeking comments on the proposed final regional conditions to help ensure that the adverse environmental effects of activities authorized by the proposed NWPs are no more than minimal, individually and cumulatively. Comments on regional issues relating to the proposed NWPs and proposed final regional conditions should be sent to: Regulatory Division, CESWG-RD-P U.S. Army Corps of Engineers P.O. Box 1229 Galveston, Texas 77553-1229 swg_pu blic_notice@usace.army.m it Comments relating to the final regional conditions are due by February 11, 2017. The publication of this Federal Register notice also begins the 60-day period for states, Tribes, and the Environmental Protection Agency (EPA) to complete their water quality certification (WQC) processes for the NWPs. The 60-day period for WQC will end on March 6, 2017. This Federal Register notice also begins the 90-day period for coastal states to complete their Coastal Zone Management Act (CZMA) consistency determination processes. The 90-day period for CZMA consistency determinations will end on April 5, 2017. If coastal states do not complete their CZMA consistency determination processes before the 2017 NWPs go into effect on March 19, 2017, the use of an NWP to authorize an activity within, or outside, a state's coastal zone that will affect land or water uses or natural resources of that state's coastal zone, is contingent upon obtaining an individual CZMA consistency determination, or a case-specific presumption of CZMA concurrence. The January 6, 2017, Federal Register notice is available for viewing at the Fort Worth w District Office located at 819 Taylor Street, Fort Worth, Texas; or on the Internet at. : http:/Iwww.usace.army.m iI/Missions/Civi]Works/Regu latoryProgramand Permits/Nationwi dePermits.as x. As an alternative, interested parties can access the January 6, 2017, final rule that was published in the Federal Register through the U.S. Government Printing Office at htt :lfwww. o. ov/fds slbrowse/collection.action?coliectionCode=FR . The Corps has also issued final decision documents for the new and reissued NWPs. These documents are available at www.regulations.gov at docket number COE-2015- 0017. Furthermore, the national NWP decision documents will be supplemented by Division Engineers to address decisions concerning the addition of regional conditions to the NWPs. Concurrent with Corps processing of this notice, the Texas Commission on Environmental Quality (TCEQ) is reviewing this notice under Section 401 of the CWA and in accordance with Title 30, Texas Administrative Code Section 279.1-279.13 to determine if the work would comply with State water quality standards. This public notice is also issued for the purpose of advising all known interested persons that there is pending before the TCEQ a decision on water quality certification under such act. Any comments concerning this notice may be submitted to the Texas Commission on Environmental Quality, 401 Coordinator, MC-150, P.O. Box 13087, Austin, Texas 78711-3087. The public comment period extends 30 days from the date of publication of this notice. A copy of the public notice with a description of the work is made available for review in the TCEQ's Austin office. The complete notice may be reviewed 2 2017 NATIONWIDE PERMIT REISSUANCE in the Corps office listed in this public notice. The TCEQ may conduct a public meeting to consider all comments concerning water quality if requested in writing. A request for a public meeting must contain the following information: the name, mailing address, notice title, or other recognizable reference to the application; a brief description of the interest of the requester, or of persons represented by the requester; and a brief description of how the notice, if granted, would adversely affect such interest. Railroad Commission of Texas (RRC) certification is required for activities associated with the exploration, development, or production of oil, gas, or geothermal resources, as described in Tex. Nat. Res. Ann. §91 A 01. Concurrent with the processing of notice, the RRC is reviewing Section 401 of the Clean Water Act and Title 16, Texas Administrative Code, Section 3.93, to determine if the proposed work would comply with applicable water quality laws and regulations. By virtue of an agreement between the Corps and the RRC, this public notice is issued for the purpose of advising all known interested persons that there is pending before the RRC a decision on water quality certification under the above authorities. Written comments concerning the request for certification may be submitted to the Assistant Director, Environmental Services, Railroad Commission of Texas, P.O. Box 12967, Austin, Texas 78711-2967. The public comment period extends 30 days from the date of publication of this notice. The RRC may also hold a public meeting on the request for certification if the RRC determines that a public meeting is in the public interest. If the RRC holds a meeting to receive public comment on a request for certification, the RRC will give notice of the meeting to the applicant, the USACE, and persons identified under 16 TAC §3.93(d)(2) at least ten days prior to the meeting. 3 2017 NATIONWIDE PERMIT REISSUANGE 2017 NATIONWIDE PERMIT (NWP) REGIONAL CONDITIONS FOR THE STATE OF TEXAS The following regional conditions apply within the entire State of Texas: 1. For all discharges proposed for authorization under nationwide permits (NWP) 3, 6, 7, 12, 14, 18, 19, 21, 23, 25, 27, 29, 39, 40, 41, 42, 43, 44, 49, 51, and 52, into the following habitat types or specific areas, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32, Pre-Construction Notification (PCN). The Corps of Engineers (Corps) will coordinate with the resource agencies as specified in NWP General Condition 32(d) (PCN). The habitat types or areas are: a. Pitcher Plant Bogs: Wetlands typically characterized by an organic surface soil layer and include vegetation such as pitcher plants (Sarracenia spp.), sundews (Drosera spp.). b. Bald Cypress-Tupelo Swamps: Wetlands dominated by bald cypress (Taxodium disfichum) and/or water tupelo (Nyssa aquatic). 2. For all activities proposed for authorization under NWP in Palustrine and Lacustrine aquatic resource types, best management practices (BMPs) are required to reduce the risk of transferring zebra mussels to or from project sites. The following BMPs, as a minimum, will be required: a. Clean: Clean both the inside and outside of equipment and gear, by removing all plants, animals, and mud and thoroughly washing the equipment using a high pressure spray nozzle. Equipment operated or stored in a water body on the Texas list of zebra mussel (Dreissena polymorpha) infected water bodies shall be decontaminated in accordance with State of Texas law prior to relocation. b. Drain: Drain all water from receptacles before leaving the area, including livewells, bilges, ballast, and engine cooling water on boats. C. Dry: Allow time for your equipment to dry completely before relocating in other waters. Minimum drying time is one week. Equipment operated or stored in a water body on the Texas list of zebra mussel (Dreissena polymorpha) infected water bodies shall be dried a minimum of 20 days prior to relocation. High temperature pressure washing (greater than or equal to 140F) or professional cleaning may be substituted for drying time. 3. For all activities proposed for authorization under NWP at sites approved as compensatory mitigation sites (either permittee-responsible, mitigation bank and/or in- lieu fee) under Section 404 of the Clean Water Act and/or Section 10 of the Rivers and 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 1 of 6 Harbors Act of 1899, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32 (Pre-Construction Notification) prior to commencing the activity. The following regional conditions apply within the Albuquerque, Fort Worth, and Galveston Districts: 4. For all activities proposed for authorization under NWP 12 that involve a discharge of fill material associated with mechanized land clearing of wetlands dominated by woody shrubs, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32 (Pre-Construction Notification) prior to commencing the activity. For the purpose of this regional condition, a shrub dominated wetland is characterized by woody vegetation less than 3.0 in. in diameter at breast height but greater than 3.2 ft in height, exclusive of woody vines, covering 20 % or more of the area. The following regional conditions apply within the Albuquerque, District. 5. Nationwide Permit No. 23 —Approved Categorical Exclusions. A PCN to the District Engineer in accordance with General Condition 32 is required for all proposed activities under Nationwide Permit 23. 6. Nationwide Permit No. 27 —Aquatic Habitat Restoration, Establishment, and Enhancement Activities. For all proposed activities under Nationwide Permit 27 that require PCN, a monitoring plan commensurate with the scale of the proposed restoration project and the potential for risk to the aquatic environment must be submitted to the Corps. (See "NWP 27 Guidelines" at http-//www.spa.usace.army.m it/M issions/Regu IatoryProgramand Perm its/NWP.aspx). 7. Channelization. General Condition 9 for Management of Water Flows is amended to add the following; Projects that would result in permanent channelization to previously un-channelized streams require PCN to the District Engineer in accordance with General Condition 32. 8. Dredge and Fill Activities in Intermittent and Perennial Streams, and Special Aquatic Sites: (a) For all activities subject to regulation under the Clean Water Act Section 404 in intermittent and perennial streams, and special aquatic sites (including wetlands, riffle and pool complexes, and sanctuaries and refuges), PCN to the District Engineer is required in accordance with General Condition 32. 9. Springs. For all discharges of dredged or fill material within 100 feet of the point of groundwater discharge of natural springs, PCN is required to the Corps in accordance with General Condition 32. A natural spring is defined as any location where ground water emanates from a point in the ground and has a defined surface water connection to another waters of the United States. For purposes of this regional condition, springs do not include seeps or other groundwater discharges which lack a defined surface water connection. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 2 of 6 10. Suitable Fill. Use of broken concrete as fill or bank stabilization material is prohibited unless the applicant demonstrates that its use is the only practicable material (with respect to cost, existing technology, and logistics). Any applicant who wishes to use broken concrete as bank stabilization must provide notification to the District Engineer in accordance with General Condition 32 (Pre-Construction Notification) along with justification for such use. Use of broken concrete with rebar or used tires (loose or formed into bales) is prohibited in all waters of the United States. The following regional conditions apply within the Fort!North District. 11. For all discharges associated with the construction of water intake structures, the applicant shall notify the Fort Worth District Engineer in accordance with General Condition 32 (Pre-Construction Notification). 12. For all discharges proposed for authorization under all NWPs, into the area of Caddo Lake within Texas that is designated as a "Wetland of International Importance" under the Ramsar Convention, the applicant shall notify the Fort Worth District Engineer in accordance with the NWP General Condition 32. The Corps will coordinate with the resource agencies as specified in NWP General Condition 32(d) (Pre-Construction Notification). 13. Compensatory mitigation is required for all losses of waters of the United States that exceed 1110 acre and for all losses to streams that exceed 300 linear feet. Mitigation thresholds are cumulative irrespective of aquatic resource type. Compensatory mitigation requirements will be determined in accordance with the appropriate district standard operating procedures and processes. The applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32 (Pre-Construction Notification) prior to commencing the activity. 14. For all activities proposed for authorization under NWPs 12, 14 and/or NWP 33 that involve a temporary discharge of fill material into 112 acre or more of emergent wetland OR 1110 acre of scrub-shrub/forested wetland, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32 (Pre-Construction Notification) prior to commencing the activity. 15. For all discharges proposed for authorization under NWPs 51 and 52, the Corps will provide the PCN to the US Fish and Wildlife Service as specified in NWP General Condition 32(d)(2) for its review and comments. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 3 of 6 The following regional conditions apply within the Galveston District. 16. No NWPs, except NWP 3, shall be used to authorize discharges into the habitat types or specific areas. The applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32, Pre-Construction Notification (PCN) prior to commencing the activity under NWP 3 a. Mangrove Marshes. For the purpose of this regional condition, Mangrove marches are those waters of the United States that are dominated by mangroves (Avicennia spp., Laguncuaria spp, Conocarpus spp., and Rhizophora spp.). b. Coastal Dune Swales. For the purpose of this regional condition, coastal dune swales are wetlands and/or other waters of the United States located within the backshore and dune areas in the coastal zone of Texas. They are formed as depressions within and among multiple beach ridge barriers, dune complexes, or dune areas adjacent to beaches fronting tidal waters of the United States. c. Columbia Bottomlands. For the purpose of this regional condition, Columbia bottomlands are defined as waters of the United States that are dominated by bottomland hardwoods in the Lower Brazos and San Bernard River basins 17. Compensatory mitigation is required for all special aquatic site losses that exceed 1/10 acre and for all losses to streams that exceed 200 linear feet. Compensatory mitigation requirements will be determined in accordance with the appropriate district standard operating procedures and processes. The applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 32 (Pre- Construction Notification) prior to commencing the activity. 18. For all seismic testing activities proposed for authorization under NWP 6, the applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 (Pre-Construction Notification). The pre-construction notification must state the time period for which the temporary fill is proposed, and must include a restoration plan for the special aquatic sites. For seismic testing under NWP 6 within the Cowardin Marine System, Subtidal Subsystem; as defined by the U.S. Fish and Wildlife, Classification of Wetlands and Deepwater Habitats of the United States, December 1979/Reprinted 1992, the Corps will coordinate with the resource agencies in accordance with NWP General Condition 32(d) (Pre-Construction Notification). 19. For all NWPs 10 and 11 located in vegetated shallows and coral reefs; as defined by 40 CFR 230.43 and 230.44 respectfully, the applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 (Pre-Construction Notification). Examples include, but are not limited to: seagrass beds; oyster reefs; and coral reefs. 20. NWP 12 shall not be used to authorize discharges within 500 feet of vegetated shallows and coral reefs; as defined by 40 GFR 230.43 and 230.44 respectfully. Examples include, but are not limited to: seagrass beds; oyster reefs; and coral reefs. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 4 of 6 21. For all activities proposed for authorization under NWP 12 that involve underground placement below a non-navigable river bed and/or perennial stream bed shall be installed with a minimum cover of a minimum of 48 inches (1,219 millimeters) in soil below the river and/or perennial stream thalwag. 22. For all discharges and work proposed below the high tide line under NWPs 14 and 18, the applicant shall notify the Galveston District Engineer in accordance with the NWP General Condition 32 (Pre-Construction Notification). The Corps will coordinate with the resource agencies in accordance with NWP General Condition 32(d) (Pre- Construction Notification). 23. For all activities proposed for authorization under NWP 33 the applicant shall notify the District Engineer in accordance with the NWP General Condition 32, PCN. The PCN must include a restoration plan showing how all temporary fills and structures will be removed and the area restored to pre-project conditions. Activities causing the temporary loss of more than 0.5 acres of tidal waters and/or 200 linear feet of stream will be coordinated with the agencies in accordance with NWP General Condition 32(d) 24. No NWPs, except NWPs 3 and 16, shall be used to authorize discharges, structures, and/or fill within the standard setback and high hazard zones of the Sabine- Neches Waterway as defined in the Standard Operating Procedure -Permit Setbacks along the Sabine-Neches Waterway. The applicant shall notify the Galveston District Engineer in accordance with NWP General Condition 32 (Pre-Construction Notification) for all discharge, structures and/or work in medium hazard zones and all NWP 3 applications within the standard setback and high hazard zones of the Sabine-Neches Waterway. 25. No NWPs shall be used to authorize discharges, structures, and/or fill within the standard setback exemptions of the Gulf Intracoastal Waterway as defined in the Standard Operating Procedure- Department of the Army Permit Evaluation Setbacks along the Gulf Intracoastal Waterway. The applicant shall notify the Galveston District Engineer in accordance with NWP General Condition 32 (Pre-Construction Notification) for all discharge, structures and/or work within the standard setback, shoreward of the standard setback, and/or standard setback exemption zones. 26. The use of NWPs in the San Jacinto River Waste Pits Area of Concern are revoked. 27. The use of NWP 51 and 52 are revoked within the Galveston District boundaries. 28. NWP 53 will be coordinated with resource agencies as specified in NWP General Condition 32(d). 29. Stream losses exceeding 300 linear feet have more than minimal effect and will require and Individual Permit. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 6 of 6 The following regional conditions apply within the Tulsa District. 30. Upland Disposal: Material disposed of in uplands shall be placed in a location and manner that prevents discharge of the material and/or return water into waters or wetlands unless otherwise authorized by the Tulsa District Engineer. 31. Major Rivers: The applicant shall notify the Tulsa District Engineer, in accordance with NWP General Condition 32, for all NWP 14 verifications that encompass activities, within the permit area, crossing major rivers within Tulsa District. For the purposes of this condition, major rivers include the following: Canadian River, Prairie Dog Fork of the Red River, and Red River. 2017 Nationwide Permit Regional Conditions For The State Of Texas Page 6 of 6 Brenda Eustasio From: Crawford, Cory <Cory.Crawford@williams.com> Sent: Wednesday,August 15, 2018 12:16 PM To: Brenda Eustasio Ce: Chaubey, Rakesh;Ty Hilton; Rosckes,Chris Subject: RE: Request for Approval of Utility Crossings Attachments: 2018 Developers Handbook- Final.pdf Brenda, just spoke with Chris and your crossing have been approved. Please refer to our Developer's Handbook, attached. Thanks, Cory From: Brenda Eustasio[mailto:beustasio@tnpinc.com] Sent:Wednesday,August 15, 2018 10:42 AM To:Crawford, Cory<Cory.Crawford@williams.com> Cc:Chaubey, Rakesh<Rakesh.Chaubey@fortworthtexas.gov>;Ty Hilton<thilton@tnpinc.com>; Rosckes,Chris <Chris.Rosckes@williams.cdm> Subject: [EXTERNAL] RE: Request for Approval of Utility Crossings Cory, The city of Fart Worth is planning to send out the invitation to bidders next week for M-325. Part 2. if you could please give me a call at your earliest convenience, my contact information is listed below. Thank you for your time, Brenda Eustasio **,* t n p Brenda Eustasio, O Civil Engineer eustasio Dffnpinc.coxm 'r116J 1 5237 N. Riverside Drive I Suite 100 1 Fort Worth, Texas 76137 817.336.5773 main ( 817.665.7150 direct Ranker Nei. 4 as Best Companies to Wena For€n Texm & Sesi AAE `sans to wor!r For in US and Canada 1 --' - — From: Crawford,Cory Sent:Thumdoy,Augu st 9, 2018 9:37AM To: Brenda Eustos|m Cm:[haubey, Rakesh Ty Hilton Rmockem, Chrim Subject: RE: Request for Approval ofUtility Crossings Thanks,Brenda. VVewill review your plans and get back with you. From: Brenda Eustmuiu [ Sent:Wednesday,August O8, %U18S'O3PW1 To:Crawford,Cory< Cc:Choubey, Rakesh Ty Hilton Rosckes,[hr7s Subject: RE: Request for Approval ofUtility Crossings Mr. Crawford, To follow up on our utility crossing coordination,.I have broken down the changes made to our final plan set based upon each project. - (See attached plan Sheet 13) ' w Crossing#1otSTA 49+1D 1. The proposed gas line crossing was recently exposed on 8/2/18 and our measurements have the 10"gas line to be 8.21 feet below the surface which 'is 10 feet above our proposed sanitary sewer line. (See attached plan Sheet 14) * Crossing#2atSTA 89+Z3 Z. The proposed gas line crossing was exposed on 7/27/17 and our measurements have the 24"gas line to be G.45'deep which |uover S.4feet above our proposed sanitary sewer line. * Crossing#3atSTA 89+S8 3. The proposed gas line crossing was exposed on 7/27/17 and our measurements have the 10"gas line to be 3.BOfeet deep which ix1O.1feet above our proposed omnitarysewer line. (See attached plan Sheet 15) � Crossing#4atSTA 42+5G 4. As communicated previously,we encountered rock at the proposed crossing and were not able to uncover the pipe. However,xxedid receive anelectronic depth reading of8'OG''. S. We received as-built drawings on 7/22/18 showing the existing gas line to be approximately 8'deep at the worst case scenario. 8. VVehave revised our plan and profile sheets based onthe as-built drawing and have the existing 2O"gas line to6eover 9.5feet a6oveourproposedsan|tarysevver||ne. 2 With the projects nearing construction, if you could please review the attached exhibits and after your review we request that you please provide a written approval of the acceptability of the crossings. If you have any questions or would like to discuss the project further, please contact me at my direct line,(817)665- 7150 or email me at beustasio@tnpinc.com.We appreciate your help. Sincerely, TNP Teague Nall and Perkins Brenda Eustasio tnp Brenda Eustasio, IIT Civil Engineer boustasiolato iracacam fn 1 5237 N. Riverside Drive I Suite 100 1 Fort Worth, Texas 76137 817.336.5773 main 817.665.71.50 direct Rnrrk,d No. 4 as Bus) C omprmin5 to Work Por in Texas A Soso AIE Firms to work For is US car,;i Canada fi r From:Crawford, Cory[m,ajIto,:CorV,Crawford williams.com Sent: Friday,June 22, 2018 9:38 AM To: Brenda Eustasio<beustasio@tnpinc.corn> Subject:RE: Request for Approval of Utility Crossings Brenda, Sorry for the delay. This is proving to be a difficult task as the attached as-built was not in the correct folder. I have attached the as-built for the crossing located at STA 42+60. 1 am still looking for STA 49+00. Concerning STA 42+60, i would recommend a significant amount of separation since our Engineer prefers all depths verified. Thanks, Crary From: Brenda Eustasio [rnailto:beustasio . to inc.com Sent:Thursday,June 21,2018 4:11 PM To:Crawford, Cory<Cory.Crawfordpwilliarns.com> Cc:Andrew Luce<aluce@tnpinc.corn>;Chaubey, Rakesh<Rakesh.Cha ubey@fortworthtexas.Rav>; Rosckes,Chris 3 <Chris.Rosckes williar s.com> Subject: RE: Request for Approval of Utility Crossings Good Afternoon Cary, I arra following up on our previous conversation, regarding the approval of our sewer crossings,to see if you have found the as-built drawings within the area in question. Please let me know if there are any discrepancies with that being shown in our profile drawings. Feel free to contact me if you have any questions or concerns, my contact information is given below. "hank you for your time, Brenda Eustasio Mp 1441 Brenda Eustasio, E.E.T. Civil Engineer oustasia rt iric.com tri p ! 5237 N. Riverside Drive 1 Suite 100 1 Fort Worth,Texas 76137 817.336.5773 main 1817.665.7150 direct From:Crawford, Cory(rnailto.Co[y.Crawford2williams.coml Sent: Friday,June 1,2018 1:54 PM To: Brenda Eustasio<beustasio to inc.com> Cc:Andrew Luce<aluce tnpinc.corn>;Chaubey, Rakesh <RakeslJ.Chaul���fortworthtexas.you>; Rosckes,Chris <Chris.R sckes@willlams.com> Subject: RE: Request for Approval of Utility Crossings Brenda, Sorry if I missed the request, I event through this email chain and couldn't find it. We prefer the depths of our lines verified as we have used several vendors and it's always a safer tactic to spot the line. I will take a look to see if we have as-builts but I will need to discuss with our Engineer on what the proposed.separation is. If we are,guessing at the depths that will be an issue. Thanks, 4 Cory From: Brenda Eustasio LmqIflto.,beustasiq to inc.com Sent: Friday,June 01, 201811:55 AM To:Crawford, Cory<Co Crawfo€�d[«�a�v�lliarzrs.ct�m> Cc:Andrew Luce<afuce tnl r Mc >;Chaubey, Rakesh<Rakesh.Chautg fgr Wgghtexas. ov>; Rosckes, Chris <Chris.Rosckes0willlams.com> Subject: [EXTERNAL] RE: Request for Approval of Utility Crossings Cory, We will be boring our proposed sewer at all of the crossings,therefore we will not be exposing the existing gas lines. At STA 49+00 on page 2 of the PDF the line is located in thick vegetation with rough terrain and we could not get access to the site.We encountered rock at STA 42+60 on page 4 of the PDF and could not uncover the pipe. We slid not receive any plans or boring profiles when we requested as-builts so our depths are only approximate.We would greatly appreciate access to these record drawings so that we could revise the pipe's vertical location. Thanks, Brenda Beak 44to r�Sa'fh�a rr Brenda Eustasio, E.I.T. Civil Engineer eustasia@tnpinc.com fn p � 5237 N. Riverside Drive I Suite 100 Fort Worth,Texas 76137 817.336.5773 main 817.665.7150 direct 1.i_J : .1 From:Crawford,Cory[mailto:Co[M.Crawford@williams.com Sent: Friday,June 1, 2018 10:57 AM To:Brenda Eustasio<beustasiotnpinc.com> Ce:Andrew Luce<aluc-e@tn pinc.com>;Chaubey, Rakesh<Rakesh.Chaubey2fortworthtexa�; Rosckes,Chris <Chris.Rosckes@williarns.com> Subject: RE: Request for Approval of Utility Crossings Thanks, Brenda 5 In my email I did request the amount of pipe that would be exposed so that we can run a pipe span calculations. Also the depths ofthe two points that were not potholed seem inconsistent with some ofour plans. Looking atyour plans it seems the pipeline is around 4-5'deep,which does not match up with our bore profiles. |fthe line |s4''5'depp, 'is there areason you cannot determine the depth ofthose points? Our Engineer has stated hewill need those depths to approve ocrossing, Thanks, Cory From: Brenda Euutaoio Sent:Tuesday, May 2Q,2O184:ZQPIVI To:Crawford,Cory Cc:Andrew Luce< ;Chauhey, Rakeuh >| Kosckes, Chris Subject: RE: Request for Approval ofUtility Crossings Cory, | have revised the plan and profile sheets to make the pothole symbols more noticeable as well as their respective depth. Gas crossing number Iand 4were not able tobeuncovered. Please let meknow if there isanything else you may need from our end. ^ Thank you, BnendaEuatms|o tnp Brenda Euo��� �T. Civil Engineer R--- in 5237N. Riverside Drive Suite 100 | Fort Worth,Texas 76137 817,336.5773 main | 817,665.7150dkect �N� ' 91 f9 From:Crawford,Cory[ma ilto:Cn .Crawford wiIliams.com Sent:Tuesday, May 29, 2018 9:36 AM To: Brenda Eustasio<beustasioto inc.corn> Cc:Andrew Luce<aluce „tn€ainc.cam>;Chaubey, Rakesh <Rakesh.Chaube fortworthtexas. ov>; Rosckes,Chris <Chris,Rosckest_?willi a ms.com> Subject: RE: Request for Approval of Utility Crossings Ms. Eustasio, Can you please note on the plans which crossings were potholed and which ones were not. We will need to came up with an alternative plan on determining the depths of the pipelines where they were not potholed. Also,we will need to Know how much of our pipe is going to be exposed where the crossing are located so that we can run a pipe span calculation. Thanks, Cory From: Brenda Eustasio [mailto:beustasio(fDtnpirsc.coml Sent:Friday, May 25, 2018 11:21 AM To:Crawford, Cory<Cor .Crawford williams.cortt> Cc:Andrew Luce<aluceC tnpinc.corn>;Chaubey, Rakesh <Rakesh.Chautey@fortworthtexas.gov Rosckes, Chris <Chris.Rosckes@wil liams.com> Subject: RE: Request for Approval of Utility Crossings Good Morning Mr.Crawford, Please find attached the documents Mr. Rosckes requested.As shown in the location exhibit,there is a total of four gas crossings throughout the project. We have gotten Level A SUE test holes on most crossings unless the gas line had been bored and was surrounded by rock or was located in railroad ROW, in which electronic depth was shown instead. Please let me know if there are any additional requirements needed to facilitate the approval of the utility crossings. Thank you for your time, Brenda Eustasio t n pr' to�IFor in 'Vial 1.G'k x 9AS Brenda lusiasio, E.I.T. Civil Engineer beustasio tnpinc.corn tnp j 5237 N. Riverside Drive I Suite 100 Fort Worth,Texas 76137 817.336.5773 main 1 817.665.7150 direct 0 -2 7 From: Rosckes,Chris Lmaijto.Chris.Rosckes_@williams.com Sent:Tuesday, May 22,2018 10:18 AM To: Brenda Eustasio<beustasio tri inc.corn>;Crawford,Cory<Cory.Crawford@ Jlliams.corn> Cc:Andrew Luce<&ce@tnpinc.cpm>;Cha.ubey, Rakesh<Rakesh.Chaubey fortworthtexas.gov> Subject: RE: Request for Approval of Utility Crossings Brenda, I've added Cory Crawford, who you will coordinate with for the encroachment. He can also send you our Williams third party encroachment standards. We need a plan and profile drawing showing our potholed pipeline along with the existing and finished grade and any utilities crossing us. You need to label the amount of cover over our pipeline for finished grade elevations as well as the vertical profile clearances when you cross us. "hank you, Chris Rosckes,P.E. I Williams I Engineer III Operations(Barnett) I Office:682-730-4840 Cell:817-964-0398 Fax:817-882-7119 5601 E 11 Street,Fort Worth TX 76103 My e-mail address has changed to chris.rosckes@Williams.com. please ensure you have my correct email contact information in your records. From: Brenda Eustasio Imailto-beustasio@tnpinr-.coml Sent:Monday,May 21,2018 3:33 PM To: Rosckes,Chris<Chris.Rosckes williarns.com> Cc:Andrew Luce<aluce@tnpinc.com>;Chaubey, Rakesh<Rakesh.Chaubey fortworthtexas.gov> Subject: Request for Approval of Utility Crossings Mr. Rosckes, Teague Nall and Perkins, Inc. has been hired by the City of Fort Worth Water Department to design a new sanitary sewer main in southwest Fort Worth and Crowley,TX running from West Cleburne Road just south of McPherson Blvd to the Davis Rd and Bovell Dr intersection near Bicentennial Park in Crowley,see location exhibit attached. With design nearing completion we wanted to coordinate with you on the proposed crossings. Please review the attached copy of the signed and sealed documents showing the location of these crossings. After your review, please provide written approval of the acceptability of these crossings or let me know if you have any comments or questions. s Thank you for your time, Brenda Eustasio tnp �UW Brenda Euslasio, E.I.T. Civil Engineer heystasio@#nRincxOrn M p 1 5237 N. Riverside Drive Suite 100 j Fort Worth,Texas 76137 817.336.5773 main 817.665.7150 direct `Dais email originates outside of Williams. Use caution ifthis message contains attachments, links or requests for information. This email originates outside of Williams.Use caution if this message contains attachments.' links or requests for information. 9 MS" Williams Requirements f ruction The follQWPq Will isms spK.IfkN*na are minimum mqulremerrls'lobe folrowed when plannlnfl land use development on or near WIfilams right of way. Each p3apased development oracdMty requires a site sperdrufauatuafinn by aqunkrmd WHllams raprosmitallvu,It should be undnrslcW Ilial dfre WUllama feview al Use proposed activity may requl�e mord slrfnger�profedlve rrraasur�ilren oulllned lsefow. MPELM FACILITIES AND LEGISLATION Williams'k aesmissian apwalimi includes high-piessum steel pipelines ranging In rgame4w from 2'to 49'. WlAlams plpeGme FwMes Indudr$acmpressa stall❑uu rneler slaliane,starsga fealiiJes,caftic pRAecWrr equlpnent,vane selling;vWolher fsAlWs located wrrlhdrr the Jlmlls of Its rights-gt-Aey, hewed,and fes prapar�es, WIl @T*is reguhated by tha Dopartwr nt al 7'rarsporialign,PipultAa&Hazardouo fHatenal Safely A minis4ollon(f HIVISA).The plpekne safely nulallDns are sal Uth in Tllle 49.Code sA Fedwel RBgulAians, Part 192'Transpwtalron of Haiml and Ct{rertn by ftWina—MffliFwm Frsral Siandartle,' Willi ams wig require that all FWaraf.Slate,and local nrdinancos and appboalale ulifrty sat hacks are complied with la the full extent. ENCROA MMS It Is WiNlamg phksDphy do mInMze enrxoachmwts and exi�aysbm adIvity wilhin die Ilrrsls of our prpailne ri hl❑f way,Encroaching parties wlp dasgn pmjuds such chat pmposed improverwrnis remain autnfde the 4H ine right al'way.I mprovem nls lhal will entwomh Into 1ha rlyhh d way wWI ha des�rwd arrd oymiructed such that the safeoperafli5n and maeslarsanca d tha pipalinaa L noh dfrrunishad.Wny of 4'rrrlliams right of way egreigmenls firohitlll encroachment.MItams wIH ankorca appllokk pmvkucea in Ile right of way-agreemerds whys it bdivm the aoniluued sa4_a operalW and rrlainberwrice of the plparins fadlitles awld ha Ihrealoned, NOTIFICATION ANO CONSTRUCT10N SAFETY REOUTREM-ENTS 1. In safer to pmvEml unn sary delays,45+Ililans emrxuragesubws aamrnunlcakn wilh nur repmsantallvo 1117oighoui your emirs pmwl,A MOM repres nialtve should padiolpade In all preivwtruct un mWIngs. In addillon,Williams can conduct a s8ialptlnfom7abarraf psesentatiorr in any interested parlies,includsg ctntracsa s,lord governrneNal nrainienanea crows,rssd devekpdrs- 2, 'Qua CWI'Myslarrrs require 48 to 72 J ours'mNca pdw to any mcawsllan iicWJllvs ar Equipment use on or In c ime proximity 10 Wilrrams Opelbpe fwllbies;MI s1 la ba connected to your State ne f,all.spbem-Nb equipmsM rrsa OT eoucpwulian will❑pClir in iisv viciOy of W1ihllams fOCIIIIles unlll rdiflcm6w lo'One Cap'lim been made,A Wrlfiams reprmenledive will he onslle ptlor u and during any ecidprnenl use or excaaallan suftbas-Any aruaslngs made without a Mums repremwftive on silo will be enanWd at the excumtor's expense fo praufde WIlker:rs an oppa tunny to Insperx all effected pipeilrre fadlHies. 3. '6toavallans nasi he banlesded to psaW WIIIlarm plpellnes from expaaureio vohicularlraffrc and to ensurr.,public saleiy. Wlllanss represerkfatives must be provided safe amese to MI open excayellaos-Excevetlono most ha properly sJoped or shored In accvda m Ah OSHA repIpliois. FLAN DEEIGN AND REWIEW REGMEMENTS I. Rasldariiial andjor wrnmerdA developmersts w,sll he laid oul tach lh at The*1 of way la daaegnated as'4pesri or'rnrnmon'speca Mainlalning an aper rlol al way redum public expwura and minimizes disrupllons during plperms malmlenance and construcli❑n Lot divisions will be esiahgsh$d an ellher aide of the ri:gM Vway resuEl"os iha aduat HgM of way beigg'open"or'Corrrri+orr'gees. 2. In most cman,- llMnIs wilt ragalrs lbs subtnitlal of WD or mare Id sire plan and pAle dravings to Iho approprialQ WHlimuoffice for prior review andwrIlterr approval by 4VI1fiarns.All drawings must sfaaw,in detail,all of MIRarns facilities and alher#ealures that will a9nw Wrllfams to do ormino the impad of the proposed aonshruW6on or ma�nlanance actl+'ity.on it3 fudliliag.Eoctrc=hmeni plans will incfuda 13 scope of work, des .loon,and a laceilon map dooding the pr*rl site area 5ui[Idant gedgrapiNeW iiderences srich as fagal properly Ilnw,roads,and appnopriale fkied Inlorma4fon far the properties inwowwd will be piovlded. 3. In order to voufe lhat ail proposed ftrovemends ere de*ned In aDowdaxe vrihh Wifilams encroictirr-arrt spacilcatlons,Willi ams Toqukos a minirrmm of thirty businocs days lead-dime to ruviGw proposed enomadimdriN.Envmcbmarrls usvt ilv mU road crosaings Mil raquim adirdlonal rmuiew time,Any Wgmed road whidl requires*Am madificaifcns sr a dedlraiad right dway A inquires-sgnikffll t ;KHime. 4, II there sur±any chengee-Io"Proved plans,additdostel revlew by Williams arhd subaegreerit w ltten aWhoritallon wld be laqulmd, 5: In&mw cases,thora ra a sagnifioanl:delay botwaan the r@Yigw and vpproM of smbOW plan and accusal ccraatrudiorr.In such cases, pmpoaad Omranhrrmrit regaled aolivlbos will basvbJacl to MILams ri�quiremerds In.effect al the lima the work aotaaallyf takes pleoit MLLIAM'S EASEMENT,PERMITS AKD AGREEMENTS 1, A Willtnms Encr000hanerd1FAr*n Linn Crossing PYInIt Farm or a letter'sof no dbJeotlon may bs requl€ad for arty VMpuwd rnnsbuclkm wllhin Williams right off wo-This dommenl pfepwed by Williams,will outllna the reepons itlhes,ooridillons,srtd ltaWllbes of each peaty.If required, Ihls document mast be execulod by the encrowhing party acrd in WiNwrr&possession prior to any work baiN performed coir ft right of way. 2, wihlama will deferrrdne+f;�wGurded eneronchi e i agraanerrt wil be regWrad for any propoud r mirtrohin within Moms.Hghl of Wap-This ogrommil.preparad by VA'lia'M,will ouillne lbe responslblllikm,DXW'llons,arid habIlilies of etch pay ,This Treem art VAII be fully exfsautod aand in WIN sw possear kn prier to any work haing porfonrred on the right at way, 1 Widlamswdll delannine Jf sfrelmhutaevwrFl ggr&nent 09 ba mWIrad fru errs constnhof m WEn Williams right of way.This epre+emunl, prepared by William will oullinalhe relmburwmenl pNxedune forneaessaay and appropri-ala pfefiminrary engineering and actual faefd Inspection Maori,This lAy emimited agruamranl,inGlutfiing a dTm*Omolepoyahle la the appli�hta WINurras plparno gcwpaany for rho i4mated cost Of 1Ydllaeos s3ifvfoes,wfll lea in Wffl w posseT*n prlar to nnyr work being pedwrred on the right of way. ERAL REQUIREMENTS 1. No above iyoand Ouclures or appurtenances era ra be lwzU„ithin the Willliems right of way.The airwkires and appurtenances incltada,but we nol limrtedto,uOly poles,tomrs.foundalioro.guy wires,elruatraras suppiAing aerial limon salallile&ham,manholes,calm basins, utility pedesrals,nnsfarmars,Fife hy+dmn Is,rltlli1y shade,desks,sWmmlw pouts milli wswaiatWd impnrwernenls_elr~ 2, An eulhodzed W iliwrls represandal4Vas rnuel be an ai*pW to arra during any sudaoe-dlslrrbfng work or equipMuril o�ossipxls porformvd within the fighl of MY.VAIfiextn M[*ffiefiIVIVe will 43ML4 in dntefmin Ing[be MoMort of tJis plpelhe,i1'ae Nht of way width,nM exi5 teas caner river the pipdIne and wild remain ort mile to mAAlor as activities vAin the right d way. 1 No s7Eat or fill on the YWIIams rightcit way la permltled without 4VINIams wrlltsn approval, 4- Wllgams,at its dlscreleatk may request eviderrne of c4nipnah$ras[ve'gerterel II&IIIIy Insufarw covafage(up to 15,000,0011 covaragle)and other appmgrWEe and usud ineurwee prior gra any aclivi'iy,mwntenance. Ndabr aoporuAri on er now WLIIWRe night of way and faelllGies.In ifw errant of slgni apil.eycc 4un murderor aver W111mu plpohflm,Nlllam6 will Mquile that the applxable-VOIbme poline wmppny be naniEd as addlionai 6wed on the ciewlicata of Llahillty lrrsurance,The Irmumnae Ilmr'K Carfm.and mrkdltians that moy be rmqulred WO be dependonl on the ape ik faciliW3 patanOWly Impacted and wthW would be ueuaily aa-W pTudantly obtained in almilar industry atluatiorre, h. All foreign Gees WN crime Mllanrs tot of way at an anoe w neer 4o-90 degrees as po51.LiI:M !ri Mualfons where there are multiple paraEler Willison$ops&HA,the proposed foreign Jlnos vAll either am evu or kinder all of WIH�pipaslinae In the right of way. No horizontal or tiwttc.d hands era permhtlod within Milame rlglit of c". ,P&ald oaoup6anoy of MIllarfis rlgiht of way well nol ba permitted. 5. Ail fumy n linea umlog WllAama plpallneerr rdatad tK*11wA be ino[Judwith a minimum of 24'of Ewwarrprt hastwean the axiong Williwa tacifilles.arid Ifib pyoposerf kweign line-The la&gn Mo wiI be insleiled al a uniform depth gum the lud width d lha titiilltorrls right of way. Wlftrns mmy require thal all foraalgn llrass be bsstahed undaar Ns ezisi ng plpellnta%acrd regaled fadl6m. 7. WEIRams facilities are ele&ual[y pxolefletl Malrtet aornmk n.Foch"JIllc ford9n ilrta I"enders or crosses Vitillimm right of way must have a test IuA Irraialled, In a Wlllon.Iher trlillty aanWtx lnfalllriq the m 91ti f txelgn Ilne rift gal wxcwA and oxpof a one or more of All+anas exuding pipnllrms to prot+ktO ffar tlaa insWilaGm of test leeds by Wllhreme ompfoye8s.Al mr nwmrq maiffures(i alsngs,ulaotrlcal bands,eke)wdl be laken to amore that Ura pi oposed pipe or utlllty is adeci ntety proledM them pcderailel interference eHwcis.R&gkresls for cooperaDva teethe wtll be dimcted is WillLerna Olv6ion Offrcae,'Attn,;Superviaoe,Basel JntegMy.' A. Noiams may regthlre lhel fomgn flne6 be ldenllfiadwllh permar ml abavegraand mwkem where the linea enhir end exit MekVlltlmm rlahtof way.li is Cho lino owners wap mW Aty+to"In any dgMs to Install the mw4rs.anti to TnOm ahr the markers-A dirent buftl warring tape sheuM ha placed 17 la IT imbwe the fdrelgn line and extend across tha anllre Wdlh Df Vmlams dghl of WgY. 9- Fufon lines=sslW Williams f:Aligswill be int-illgd In agopadancg wtlr nll aprF1-L02l*codes assd mqulramenls govaming shrolt imialI-iFons. ID. SinvkNIN hrush,trash,or other debda on Iho tS ht of way Js proltibiled, es It may carr Aar plpellne markers enol hinder plpefma Jnep86w5 or r❑ullne malrAwmnea 9 EXCAVATIaJ AND BLASTING 1 Plans for excavation on the dot of way rerNire prior approval by WkIliaans.No machlrte axcavatJar4 YOU be performed within 20 df Wililams plpell m or reload factttttea,V4INlm*pilo rupreaerrtatiwe may raaquiro head digging at a distance greater then 24', 2. When a badrhoe i5 used for awaveUan,lite buckat tee4rshauld be curled under eeoht Ilma the bkrckal is bra rghl hick Into Ihs dAch to redoam the chance of the Wdlh mnlading the plpalina 51de cvfisrs muss be removed imm all buckets.At ftd1svelion or Wllitrrns ansae repreaenIuMve.a bar way haws to trio woldad across the burlset teeth. 3. No meehmicot immyedlan may Ise perAormed by reaching om any Williams raCildless, 4, P09 to any I0'*9 ar rlpon{rf 50it on lha right of way,pariicailarly in assodaf rt wllh EUrlruiluml adlvH69s,plans should be rearlawed with yarn local Williams represecta&o lo&.surepmp9roouerexls7s_*vJtrratary ploasara pori;rfl d to he usedon the Wilkens right of way, 5. A detailed blastlrg plan must lse nbmill:W for review and written aulharizmlkm prior to any piopased InImIlnp w1Uln 207{1,00'W surface mining)of'Nilµama pMine iasillhes and a Williams repromwda Yfl moat baso rile during 27I fting.In order to provkk for rrAmmary ind appropriate analysts by Williams,each Ileensed t lasdi:V owlrackx must also=OEP a and submit q WiNiams DW*Ung Nia wheel.The Was I inc plan and Bala sheets mull besuhmMod a minimum of len brsslness days prax in tho propasr3d blasfing_Speofio tequlreertenls appllcat?e to proposed Ni5ting will W provided le Iha fidimed blasting Dartirmrtor, l]tSTURBANCE,MAINTENANC5 AND VEGETATION 1_ No trees are ptu mlited on Willer%rtit of wdp.AddrLaorull y,khe u-mopy of any Uses plenled adjacent!o the r0I of way axis!uul kx%nd info the dghl of way at maturely.Any branches extending into the right of way wilt ba side cat by Wilbarm ed Its discretion. Z With ptior approval from Willams,some types of law growing,sN9 waauted shrubs may he perrrrili W on thu righl of way provided liftir maximum mature heighl wall not emed tk'and are not wtihln N of the edged lfse pipeline.Wlliama requires that Iha rrrature pl.rMlWs.WE not pevard W111Iams rapresantadvas from seoing dawp the rIghl of way during routine palxols or walking doom the flUM Of way dkrecaly Over the pipeilnes as they perform mqulmd inspea6ms. Under rm elrcumstanoes will medmicst oquipneerd be umd in the planling of shntbs. 3, WIllow rests ibe right lo cul encikx remove pfa3nting5 rrs requhM in the operation,insloKlion,.and merniertance of its-pfpellna fealike; furrhar,4VIA ws assumes no tmapanslhullty dx any oiw Involyed In the ieMacffuril.of send cut undf or r amwed landscape plar*w, 4_ Ail sprlrairler or iydgallan systems WI[require re ew by a V1019irirns mpaesenteNviL Spinklar heads will rsot�a pe€milted wilt IV of arty pipeline or refaled fcdllly. All crossOgs of the Wilfaams pipaHnas or ralaod fecJlllles wsih feeder limes will ba hand duy. EMJFMENT CROSSING 1, To pealed Wdlla m plpellnes Imm exlerrml chaff 44Ikms mutt padarm an vnglneartng wu!uaiian le delermizw Rhe eltucfs of anp proceed $qulpmenl use.totals,*ober brfdges,or other pralecUmi maloriOs deemed necesaaiy by Williams will bo p1wed aver W411larns imiliNi2a far Eha duralivn of any k irrg Noted.;wo mSf9rW5 will be puriraged,*ced,and reraRved at no coal to Williams.The Oght of way must bE3 returned 10 Hs ct4nal candltlon, 2 Willi ams may rmqulre lwnporary nwrkirW to idondlfy areae where etuipment use is auirwirkod. S. No 1n MIbry equlpmenl Is pemittod wdihin the fimlts of,or in close proxlmtly to,the WIISems Hohid*. FENCES t, A aIle sper;lfio UlspedlDn is requkad in delenrdne wheilwr the proposed fence pasty mkaal be l€ept a minimum of 4'air b'f rDm the edge E4 Ftt+y WIIIisms pipeline or relaled pipeline fadllly,A WIIImms repromitla;ve inuat he an slie.to dabsrrn ne Iha Iocalion of the for"poats within the 4ht of weir and for the duradim d Ih a ffgging of the gala,Pools Ina,'WIW within lho*1 at xray must W hand dug.All ptaposed fe qc-e nrossfngs over UWfoanv plpellrres wIII ctr a at an.angle of 90",ar'ns neEw as ma9anahly pradi7obSe_ 2 Willlarrs W3 hawe the ima dghl of Ingron wad egrm.Williams may require That new foncas ham a'i2wide gale Installed wilhin Me rirdht of way at a iecalibn app€oked by ffillarafs.Tho gale will tF inalMled as to Wnk4w w0Kul2r and Nuipmand trm[uour kho uxislir+g WdMarr* faClatie5. LOGGING AND TIMBER OPERATIONS 1. BOIDF0 any logging or limWropeaat s can begin on Company ROW,obtairi'MNen approval from the company, 2 AdditiLosl requlrerrimb may Include,bul era not Ilnirla;l tra,the InstallaGan of land ramps,places.or lampatary arvslon carrWs, 3. Re*Io I n5u rarice requ;renmrit In#4 of the GErreral Raquimnianis abum, 10 4, An arrhortxed C.ampany repreaeniallvo mmol W on alio prior to-d dwIng any aureaca&Wrbing wA or aq4monl craning porfam►ad+Mihln eho ROW, 5. The errcroachmg eptly moat meet witha Company iepesefhIc%m3at least throe logo prior to ire canpletlon of the prWd to d1muss site wioralion, RON-OCCUPANCY STRUCTURE This secrun tlelalla anumchment details an sheds,barna,car pada,rehiring wills,slurags drams,UxaW.,IoTu dabris,ord mass,Ira4rs, r+crap maul,bouldm,salelkba dishes.manhdlm*,flrj hydrants,#r;,OWUs"nr*ur•.tures,wholhar ocmlplad ra not,,may riot beOXLAbueted r+ INn a Company eesamenl.No above ground strtrolnrm or appartenarrces are to he located Mhin Me Carrrpany ROW,The stnroWres and apperrt,erimms iiidwie,but are nut II mixed to,w vmm,salellile diahes,maniwles,catch ba&Ins,ulifity pedestals,tnansfarm6m,free hydranls, My shads,playticmws,garages,pdfiw, desk&w4mming posts with wswla*Impruwwwrda,ar similar stnir wo& Uge dr AN sura as old Cara,Ifa&M scrap me9al,bouhjers,ale,will not be pamitiled on the ROW.The RCW must tie kepi clear for meinterrarrre and inspwAon. OCCUPANY S' CTUPE Thls secllon indurdes buildings,llouwes,accupwicy traiterafmoblie homes,palios,deo ,pray gfounds,play froums.Wrnming pwh, worlwhapa,or s;mil it alfudurax upiad-abgwr ground aliuCb F43 ire prnhiblted Mthifi CompwY ROW.in aaor to pmylda fpr odequeto malnlenanoe and weretlon of Company fecd9& OVERHEAD C ROSSINO UTILFTY 1. Owerhaad Ilne orossir%gs unit be+nstWed MM a mfnImum of 30'of varlloal deem re about the NliWerrrs nght of way to pri ids adequate equipmmnt davancs No poles or appuNananm wit be roclad-an lhre 4h'&nis,right of+way. 2, Overhoad Lina crossings all not be irWalled within 25{moaaumd trortawrb�M of any gas vent(a g.reliet warm bhow down vonl). 3. Ovaa head 11nes will cross WIfNarrrs facilities al an angle as neer to M degrees as possbe, 4. In addition to these Willama ainaeurn dearanoes,all local ulifity minimum dewanoes must be adhared lo. PARALLEL LJTIUTY Paialld,=upnrcy on,ars*xWing kM is not allonwad unlm Qpprowd 6y IN imager,OperAlvna.Ulu indudw trenched,bored,anO abwa ground Irrstalsetion O plpelinm,nableb,mndulis,ovaiheed Uldlifes,a fend. ROAD,BALL,PAVED ANO WAVED TRANSPORTATION 1 4VUFiam muet camoels a prdlrninary onglnmarin,g evalua4an for mads,sinft,drlvewao,etc,proposed on WINams right of way,dry pipe casing,carroreta slei�s,ar Oar prot+rction raquimd,by Wolam will bo ir~at nn exymmso to Willipm$Wigiarrs may raqqre a pipallno Inspadan pflar to cam&Lckn. P The recommendod minimum MI Wour out WilTierrra epri&q pl*kws Ie 6V at all dlrivawaye,high nap.reads,slreods,eta the =mmended minlmuTn Idgi wyv mt Yii111ams exlaling pipelines In adjm*it dralnap dllotiee Is 48', 3_ Veambory equiparenl la pwardhifad w g*Iha fimils d Ibe Warms rlght of way_Vlbrolorw equlpmenl is nut permitted Io bo used IDT achlewing appf sue compacdon requlfetrtierss; 4, I]nhreµraysr 4thw3Y81 roads,Streets,eto orhesing over ffii llartm p Olina faditles W9 r s ai an&ogle as near to 90 dagfeas es pc+ssible.All croWngs nimi he over alralght plea and at tac%Wna free of any crossovem Patebl o=pncy d the r#ght of way wild not be permMed, b. Williams WN mt&the riphl bculad present and properied drlvmfts,hlgtrweya,roads,streels,ole_aid will hwe no n3sponsibilrty for restoration,line of usa or access,ar my other oasis, 6. Awes to the paih above each plpellne for leak detedlon((arms ionitelkn)and cathodic prnbectian mweya must bn mainLaIned. SURSURf=AQE MSSING UfILItY I .ng rw-Fl es'arre.requirad Go-he carred to praW the rrtlsgd-ty of the grlillty and the satsty of Will(lams anartyd thlyd p Ihttl;.tlure, 11 Z A31 buried crPmunrcal"(Qthior than single reaidardial 160we and TV)creaslnp WRIarm bdli6es will be aWalted in steel c ing for rho Ul Wdlit o!WINIMM right of Way, 3. AA buf led dectricimbles(olhor than 24 vvll DC pawwr linen,inctudirq single residential sema drnpa,eminq W+IDama faci4Ugs will be metalled In steel gslcc far*full".th of Williams rlghl n(way. 4, AD burled sin0'r2sldenNal teteplicaie,cablo TV,and 24 vcdf OC powerwW LeeKasad ir[whedule 40 PVC caerng far the full width of Williams light of way. 5. All llbar 4pliGrohlw,lncludli-q siKle drags,wdl be irmslafad to steel casdrlg far the(LAI width of WMant righk of way_ 6, Ail sanilgoy sewer and pressurized wale(fines oil b2 pmwiad wW steel ming lar ihw full width of Wilkirm right of way.Gruyltallond itow systaiins will be eithor.(1)ductile iron w slDa1 pipe(aakiguatoly prateclEd from Wiltlams callrodlk proiedioin system),M plastic pipa'nslaHod In sfeoi cRft or�3)conm4e pia(0 the fud width of Wiffams righto(wey.No piping oannedions tw11 be allwmd wilhln 6 of any Wdlfams p" 11tre.AN dutnihe ircn uNiliy axm fta WI1 include restrainod jWflls for iha lull width oaf Wil Iiwms rghd of way, 7. ND srpkiG W*a,Iiquld disposal 5yslama,or hazardous wade dlspnsal sysWris will ba allaw k an 1NIINdrw dghl of way or Wildn 2F d'NYIIatr* facihkias This pmohr buten Includes,bul la nut Iirriuted io,lercitiNes Ih A hawo the polential of argiK uJimmt from sewage disposal syslams, the dLxbargeof anyhydrecarhon substance,the iWQharpo ar dlspasel of E my raguladedwarAo,cc arty other dkdbwge that rosy pmvo darriaging orcorrosiyato 4 lkiarris for=iliks_ B. All plasftc aombuatblo mote<rial Gees wil be irralarlod in.sl*casing for the,fid1 width of Wallams riDlit aF way. $ W lli2ms rrray requkJhal steel aambfebble mel: tat Itr (adaquatety"%1W fm m IDJitlfamw cathWIr,pralr cirLsysWn)be install'M under a&ting WIMuz pipdine faditle& 10. YWIams misiing pipebn6 FWr088wil1 be test pitted to Wily the Nxizonl4 and vertical IovAan of all fadlilas prior to r)y proposed bxIng oWallnna Once ail required WGI pit&hmm been performed,botfr pion wlew and profile drawinp Will be submitted to Wlllioarrs.Pian and pmlido drawings are reapuired for A proposed bonne operations. 11_ fill propomd lamas wllf I"de tho irrstalWkn of steel crating for the felt wklth 0 WU dmn5 right of wiry. 11 Arior Io any WrYnq,InspeODn hDles win borexcauMed io verily tha daplh of lfre bare zm M.approaches each plpellrre. Inspectlon holes mud be excanraled.fa allow lffil ams an site reprsserrtatdve to v&udiy sae the baring hand indrm tD the pard where N troveh bermealh Bach pJpalina.'rhe rx mractar must provide and malnlan Inst(umeurtaLbri to ao�vratdy Iacale%ED boring head. SURFAU WATER 1. KiRams may wriducl preliminary wng"ring studmes fes any proposed dtalmge channels or ditches that ywlt d+scharga inward or within the right of gray,Dtafnagadranrida or dthaa must be adequately Kdaded(ram mWan and pivAde a mIn►mum of 4F a(omw vNr the pipellrner5_ Al:&ing fa63ring,m-grading,or aanging algnment.Qf}an axisting*ohmage chariad or dlich tegores wrltteri apprnaal from INgwms, 2, ImpoundmerA of w$ter on Wollams right of way 1�tiot permitted.Soil erosion oAntrol meawres will not be Installed within The Manns tm of way without.priorwrtilen Wiliam apprawl, STATJEMENT REGARDING RIGHTS 1. Nalhing conlairrad tai will ba flnrrstnmd ib convey,waive,or subotd reale any of Wdllarns"Ong rlghfs who smviar. 2. -WIlhems YMI be Uly and compteldycmupoisafed For anydamnoet ID its Udifties resull.lng from Ilia eels of IbIrd pariles who are wwWg in the vfoinity of Willlams fa dGdes Wlh ar M,And ffilfams aumni. 3. WIlfarns will be indomnNod tram and agansl all cl kgs,la s,dEmands,derria�%Gain(,al aoliDn,sults,and Iiallilliy ol evnry typo and oharaokwr,Induding Ell ax W"M of l ftaali A court mats,and ethormVs fees,for Injury b or death of tiny pwrwan,%for damage lo 9ny property,mid%out of or In conned op wily Ihird pwrly work in the vicinity of Williams fadllUes. 12 Brenda Eustasio From: Stevenson,John <john.stevenson@energytransfer.com> Sent: Wednesday,July 25, 2018 2:23 PM To: Brenda Eustasio Cc: Holman,James; Masters, Dawson; Stevenson,John Subject: City of Fort Worth Proposed 21" SS crossing ETF's 16-inch Benbrook Pipeline (20063004),within Tarrant County/Project#25912 Attachments: M-325 Sanitary Sewer Exhibit A-Gas Crossing Sheets.pdf;James Holman.pdf Brenda, Adherence to the Energy Transfer Crossing Guidelines,attached hereto. Energy Transfer Fuel, LP(ETF) received your email and drawings on June 14,2018 concerning the subject project.At the subject location, ETP does own,operate and maintain 16-inch steel, high-pressure, natural gas pipeline (ETF's Facilities). ETF has determined that the proposed Improvements will not at this time cause any adjustments to be made to ETP's Facilities and is agreeable to the proposed project conditioned upon and subject to the acceptance of and adherence to the following conditions by The City of Fort Worth and or your contractor(s): Adherence to the Energy Transfer Crossing Guidelines,attached. ETF's agreement to the subject project is based upon the attached"Exhibit A." Should your design change,you must submit to ETF one(1)set of revised drawings for review and approval prior to commencing any of the work. . ' ETF Facilities shall be positively located before the Encroachments are constructed or installed near ETF Facilities.ETF requires that an absolute minimum clearance of 5 feet be maintained between the outside diameter of ETF's pipelines (top, bottom, and sides) and any of your facilities. Longitudinal occupancy of ETP's right-of-way will not be permitted. Soil compaction activities over ETF Facilities require eight inch lifts of backfill material compacted to a minimum proctor density of 95%.Soil backfill shall be compacted to the satisfaction of ETP onsite inspector so that settling does not occur. In the event you or your contractor(s)need to cross over or along ETP's Facilities with heavy construction equipment, ETF will require the contactor(s)to furnish and install temporary wood mats over the pipeline, in order to protect the pipeline from heavy equipment loads. In accordance with the Texas Administrative Code Chapter 18 and State approved Notification Centers, ETP shall be notified at least 48 hours in advance of any construction or maintenance activity. ETF currently utilizes the Texas811.org (Texas811)as its notification center. You must contact the Texas811 notification center at 811,in addition to contacting ETF's field representative Mr.James Holman at(817)304-7488(mobile)before commencing any crossing at or near ETF's Pipeline Facility. ENERGY TRANSFER i John D.Stevenson Project Manager Engineering Services/Encroachment Energy Transfer Partners 1300 Main Street Houston,Texas 77003 ®:713.989.2033 C:713.292.89¢49 From: Hale, ShirleyJ (Contractor) Sent:Tuesday,June 19,2018 11:41 AM To:Stevenson,John <john.stevenson@energytransfer.com>; beustasio@tnpinc.com Cc:Waterwall, Celeste<Celeste.Waterwall@energytransfer.com> Subject:FW: RE: Request for Approval of Utility Crossings/Project#25912 John, Project#25912 has been assigned to you. A folder for this project has been created on the S drive. Stevenson, John Energy Tr�insiep Partners,LLQ. Project Manaeju Ops1€egg-ProjeEncr6adi-neat 1 11 ?n? rr-14F,144b[Je� 1 fil}hAmd I STI r;0.t Howstor4 rX TICO? 3�M rf,st�M�ns on ap rnerc�#ransfrr.tao� Please contact Brenda Eustasio regarding project status. **Due to a backlog of projects, once a project has been assigned to a Project Manager, please allow 3 ',to 4 weeks for a response. Your patience is appreciated" z ENERGY TRANSFER .Shirley J.Wale Engineering Project Analyst Engineering Services-Encroachments Energy Transfer Partners 1.3OG Mali Street,Houston,TX 77002 0:713.989.2860 Shirley.ha le gene rwransfer.corn From: Brenda Eustasio<beustasio@tnpinc.corn> Sent:Thursday,June 14, 2018 2:39 PM To: Hale,Shirley J (Contractor)<Shirle Hale eners yTransfer.corrs> Cc:Andrew Luce<aiuceC+Lnninc�;Chaubey, Rakesh <Rakesh.Chaubey!2fortworthtexas.gov>;Waterwall,Celeste <Celeste.Waterwall �ene[gytrans�n> Subject:RE: RE: Request for Approval of Utility Crossings Good Afternoon-Shirley, Teague Nall anis Perkins, Inc. has been(sired by the City of Fort Worth!!Vater Department to design a new sanitary sewer main in southwest Fort Worth and Crowley,TX running from West Cleburne Road just south of McPherson Blvd to the Davis Rd and Bovell Dr intersection near Bicentennial Park in Crowley. Through site os s'ervations and research on the Texas Railroad Commission website, it has been determined you own and maintain a 16" natural gas lige along the proposed alignment of the new sewer line.Attached are signed and sealed plan and profile drawings showing the location of the proposed crossing as well as the discovered depth of the gas pipeline through a Level A Test hole. With the design nearing completion we wanted to coordinate with you on the proposed crossings. Please review the attached exhibits and after your review we request that you please provide a written approval of the acceptability of the crossings. if you have any questions or would like to discuss the project further, please contact me at my direct line, (317)665- 7150 or email me at beustasio to inc.com.We appreciate your help. Sincerely, TNP Teague Nall and Perkins Brenda Eustasio V1 tnpWTO iEU �.. 41 �fits �l 3 Brenda Eustasio, E.I.T. Civil Engineer 1MVStasLio@LnpJnc.,:orn i Yah} 1 5 237 N. Riverside Drive I Suite 100 J Fort Worth,Texas 76137 817.336.5773 main 1 817.665.7150 direct f1l, IL 91017-1 From: Brenda Eustasio Sent: Monday,June 4, 2018 9:05 AM To: 'Waterwall, Celeste'<Celeste.W ate rwa H P_e ne EWra.nsfer.co m> Subject: RE: RE: Request for Approval of Utility Crossings Good Morning Celeste, I am following up on an email sent last week, please see below, regarding the request for approval of the acceptability of utility crossings. Please let me know if there are any additional requirements needed for the approval of said crossings. I have re-attached the project location exhibit as well as a copy of the plan and profile sheets of the areas in question. Thank you for your time, Brenda Eustasio se rvitowo I ft le.xalls Brenda Eustasio, E.I.T. Civil Engineer beustasiop_npinc.com to p 1 5237 N. Riverside Drive 1 Suite 100 Fort Worth,Texas 76137 817.336.5773 main 1 817.665.7150 direct 0 q2j From: Brenda Eustasio Sent: Friday, May 25,2018 11:19 AM To:Waterwall, Celeste<Celeste.Waterwaill2ene[gylLan2fff&gffl> Cc:Andrew Luce<aluce@tnpinc.cpm>;Chaubey, Rakesh <Rakesh.Chaubev@fortworthtexas.gov> Subject: RE: Request for Approval of Utility Crossings 4 Celeste, Teague!Nall and Perkins, Inc. has been hired by the City of Fort Worth Water Department to design a new sanitary sewer main in southwest Fort Worth and Crowley,TX running from West Cleburne Road just south of McPherson Blvd to the Davis Rd and Bovell Dr intersection near Bicentennial Park in Crowley,see location exhibit attached. With design nearing completion we wanted to coordinate with you on the proposed crossings. Please review the attached copy of the signed and sealed documents showing the location of these crossings. After your review, please provide written approval of the acceptability of these crossings or let me know if you have any comments or questions. Thank you for your time, Brenda Eustasio � lexas nu Brenda Eustasiio, E.I.T. Civil Engineer beystasio[&npisnc.com tnp ) 5237 N. Riverside Drive 1 Suite 100 1 Fort Worth,Texas 76137 817.336.5773 main 817.665.7150 direct Private and confidential as detailed here. If you cannot access hyperlink, please e-mail sender. 5 GENERAL GUIDELINES FOR THIRD-PARTY CONSTRUCTION OR MAINTENANCE ACTIVITIES Energy Transfer Company and its affiliates and related companies ("ETC") are dedicated to the highest safety standards in the continued operation of their pipelines and facilities. Of utmost importance to ETC is the continued safety of the public and its pipeline and facilities during construction and other activities on, across, over or under its right-of-way. ETC is therefore pleased to provide these general guidelines ("Guidelines") for third-party construction, blasting, installation or modification of pipelines, underground utilities, roads, streets, driveways, ditches, drainage canals or any other type of temporary or permanent structure or obstruction or any other encroachment on, over, across, or paralleling, ETC's right-of-way(hereinafter referred to as "Crossing" or "Crossings"). These Guidelines are intended to be consistent with §756.123 of the Texas Health and Safety Code and are further based upon industry standards and practice. These Guidelines are merely guidelines and upon notification to ETC of a proposed Crossing, as required by the Texas Health and Safety Code,each proposed Crossing and its corresponding finalized plans and profile drawings will be evaluated by ETC and the third-party requesting such Crossing,pending final approval. 1. Notification a. The party requesting such Crossing shall use its best efforts to provide ETC with its finalized plans and profile drawings at least thirty days (30) days prior to any related construction or maintenance activity. The pipeline facility shall include, but is not limited to, rights-of-way, fee properties, easements, pipelines, meter and regulator buildings, and valve sites("ETC Pipeline Facility" or"Facilities"). Unless otherwise agreed to by ETC in writing, no equipment shall enter onto ETC's Pipeline Facility unless an ETC representative is on location. b. No excavation shall occur in the vicinity of ETC's pipeline facility until: 1) In accordance with State approved Notification Centers, ETC shall be notified at least 48 hours in advance of any construction or maintenance activity. ETC currently utilizes the Texas Excavation Safety System (TESS) as its notification center. You must contact the TESS notification center at 811 or 1-800-344-8377, in addition to contacting ETC's field representative James Holman at (817)-304- 7488, before commencing any Crossing at or near ETC's Pipeline Facility; and 2) Unless otherwise agreed to by ETC in writing,an ETC inspector is on site to monitor the excavation activities. 2. Drawings for Proposed Construction or Maintenance Any proposed construction or maintenance activity in the vicinity of ETC's Pipeline Facility will require submittal of final plans and profile drawings for prior review and approval by ETC. One (1) copy of these drawings must be submitted to ETC's Encroachment Department located at 711 Louisiana Street, Suite 900, Houston, Texas 77002. All plans and drawings must show in detail, all of ETC's Pipeline Facility, its corresponding right-of-way, and any other landmarks that will assist ETC to determine the location of the proposed Crossing and the affects of the proposed construction or maintenance activity on ETC's Pipeline Facility. 3. Encroachment Agreement In certain instances, due to the type of Crossing required and the probable impact upon ETC's Facilities, An encroachment agreement may be necessary for proposed construction or maintenance within ETC's Pipeline Facility. ETC shall be responsible for preparing such encroachment agreement and shall bear the cost and expense in such preparation. Such encroachment agreement shall outline the responsibilities, conditions, and liabilities of the parties and must be fully executed and in ETC's possession prior to commencing any construction activity. 4. Insurance Coverage In certain instances, due to the type of crossing required and the probable impact upon ETC's Facilities, ETC may require evidence of comprehensive general liability insurance coverage prior to any construction or maintenance activity in the vicinity of its Facilities. In the event that ETC requires evidence of comprehensive general liability insurance, ETC and/or its affiliates and related companies, whichever the case may be, shall be named as additional insured. 5. Crossing_Pipelines with Heavy Equipment To protect ETC's pipelines or related Facilities from additional external loading, ETC may perform a field survey and an engineering study to determine the effects of any proposed activity over its pipelines or related Facilities. Mats, timber, bridges, or other protective materials deemed necessary and appropriate by ETC may be required and placed over ETC's pipelines or related Facilities for the duration of any loading. 6. Excavation,Cuts,or Fill near ETC's Pipeline Facility a. Unless otherwise agreed to by ETC in writing, an ETC representative will be on location prior to and during construction activity within ETC's Pipeline Facility. b. No heavy equipment of any type will be permitted to work directly over ETC's pipelines or related Facilities,unless otherwise agreed to in writing by ETC. c. All excavation within eighteen inches (18") of any pipeline will be performed by hand. At the discretion of ETC's onsite representative, excavators may be required to hand dig beginning at a distance greater than eighteen(18)inches. d. All excavations within ETC's Pipeline Facility shall be backfilled with a minimum of eight (8) inch lifts of backfill material, clean and free from rock, trash, concerete, rubbish, or hazardous material and compacted to a minimum standard proctor density of 95% using mechanical compaction equipment. Soil backfill must be compacted to the satisfaction of the ETC onsite inspector so that settling does not occur. e. No grade cuts will be permitted within ETC's Pipeline Facility unless otherwise agreed to in writing by ETC and with ETC's representative on location. An engineering study may 2 be performed to ensure that the lateral stability of FTC's pipelines or related Facilities are not affected. f. When boring under ETC's pipelines or related Facilities, the party with the approved Crossing plans and drawings shall expose a minimum of twenty-four(24) inches below the bottom of each pipeline to ensure vertical separation of not less than twenty-four (24) inches of clearance. Plan and profile drawings are required for all proposed borings. g. No fill shall be permitted within ETC's Pipeline Facility unless otherwise agreed to in writing by ETC. In no event, shall more than twenty-four inches (24") of earthen fill material, free from any rocks, trash, concrete, rubbish, rebar, hazardous materials, etc., be permitted within ETC's Pipeline Facility,unless otherwise agreed to in writing by ETC. h. Earthen cover over ETC's pipelines shall be thirty-six(36) inches or no less than what was originally there prior to any construction. In the event that ETC determines that a lesser cover will not increase the risk to the public or increase the risk of a break, leak, rupture or other damage to ETC's pipelines or related Facilities, ETC may allow a lesser earthen cover, in a minimum amount as determined solely within the discretion of ETC. i. No trash or debris shall be placed in any excavation or left in or on ETC's Pipeline Facility. 7. Aboveground Appurtenances,Structures and Obstructions Unless otherwise agreed to in writing by ETC, no aboveground appurtenances, structures, or obstructions of a temporary or permanent nature shall be located within ETC's Pipeline Facility that, in any way, interfere with operating, maintaining, accessing, inspecting, repairing, modifying, replacing or relocating such Facilities. The appurtenances, structures, and obstructions include, but are not limited to,the following: buildings, structures, signage, utility poles, steel towers, guy wires, other structures supporting aerial lines, satellite dishes, manholes, catch basins, utility pedestals, transformers, fire hydrant, large spoils of earthen materials,decks,pools, boats,RV's,trailers,storage of hazardous or non-hazardous materials. S. Proposed Pipe and Utility__Line s a. General Guidelines: 1. For the safety of the public and to lessen the risk of a break, leak, rupture or other damage to ETC's Pipeline Facility and in furtherance of the Texas Health and Safety Code, ETC's Pipeline Facility shall be positively located by ETC before any Crossings are constructed or installed near ETC's Pipeline Facility. Unless otherwise agreed to in writing by ETC, ETC requires a minimum clearance of twenty-four (24) inches be maintained between ETC's pipeline (top, bottom, and sides) or related Facilities and any foreign line or facilities. 2. All foreign lines shall fully cross ETC's Pipeline Facility at an angle of not less than forty-five degrees (45"), or as near as possible thereto. Buried utility lines must be identified with permanent above-ground markers where lines enter and exit ETC's right-of-way, which rights to install and maintain the markers, shall be the responsibility of the foreign line owner.Longitudinal occupancy of ETC's Pipeline Facility will not be permitted. 3 3. No manholes, valves or other appurtenances will be permitted within ETC's Pipeline Facility. 4. Vertical and horizontal bends shall be minimized within ETC's Pipeline Facility. 5. ETC's Pipeline Facility is cathodically protected. All other cathodically protected facilities that enter or cross ETC's Pipeline Facility must have test leads installed. Any inquiries for cooperative testing should be directed to the attention of ETC's Field Representative on location. b. All underground utilities (other than residential telephone, cable TV and 24 volt DC power lines) may require plastic identification tape installed no closer than eighteen(18)inches above the line. b. Water or Forced Sewer Lines All water and sewer lines shall be either (1) ductile iron or steel casing (coated to protect it from ETC's cathodic protection) or (2) encased plastic schedule 80 PVC for a minimum of 5-feet on either side of any ETC pipeline or related Facilities. Forced sewer lines shall have no piping connections located within 5-feet of any ETC pipeline or related Facilities or placed within ETC's pipeline easement. C. Communication, Power or Combustible Material Lines 1. All underground fiber optic cables, telephone and television cables (other than residential telephone and cable TV) crossing ETC's Pipeline Facility shall be, either installed-in rigid steel conduit or schedule 80 PVC conduit encased in orange concrete (4-inches thick in all directions) for the full width_ofthe right-of- way. 2. All underground electric cables except 24 volt DC power lines (including single residential service drops)crossing ETC's facilities shall be either installed in rigid steel conduit or schedule 80 PVC conduit encased in red concrete (4-inches in all directions)for the full width of the right-of-way. 3. ETC recommends that all underground residential telephone, cable TV and 24 volt DC power lines be encased in plastic conduit for the full width of the right- of-way. 9. Proposed Roads,Streets,Driveways,Access ways and Parking Lots a. Load stress will be calculated by ETC to determine if any protection of the pipeline is required for roadways, streets, driveways, access ways, etc., planned to cross ETC's Pipeline Facility. In the event it is determined by ETC that the roadways, streets, driveways, access ways, etc., will increase a risk to the public or increase a risk of a break, leak, rupture or other damage to ETC's Pipeline Facility,ETC may require, at the sole cost and expense of the party requesting such Crossing,the installation of protective material as may be deemed necessary by ETC to protect the public or ETC's Pipeline Facility. b. The preferred minimum earth cover over ETC's Pipeline Facility is forty-eight(48) inches at all roadways, streets, driveways, access ways, etc., including adjacent ditch lines. In the event that ETC determines that a lesser cover will not increase a risk to the public or 4 increase a risk of a break, leak, rupture or other damage to the pipeline or related Facilities, ETC may allow a lesser earth cover, in a minimum amount as determined solely within the discretion of ETC. In the event the required amount of cover is not obtainable as reflected in finalized plan and profile drawings, ETC may require the installation of protective material at no expense to ETC. Cover shall be measured from the top of ETC's pipeline to the surface of the road. c. Roads and streets crossing over ETC's Pipeline Facility shall cross at an angle of not less than forty-five degrees (45°), or as near as possible thereto. Crossings should be over straight pipe and at locations free of any crossovers. Longitudinal occupancy of the right- of-way ight- ofway will not be permitted. d. No parking areas or the like will be allowed on, over or across ETC's Pipeline Facility unless ETC determines that the parking areas, etc. will not increase a risk or restrain access to its facilities, increase a risk to the public and/or increase a risk of a break, leak, rupture or other damage to the Facilities and the party requesting such Crossing installs, at its sole cost and expense, any protective material as deemed necessary by ETC to protect the public or ETC's Pipeline Facility. c. Permanent pipeline marker(s),provided by ETC,will be installed at all road crossings. 10. Disposal Systems No aerobic septic systems, septic tanks, liquid disposal systems, or hazardous waste disposal systems will be allowed on ETC's Pipeline Facility or within twenty-five (25) feet of ETC's Pipeline Facility, unless otherwise agreed to in writing by ETC. This will include, but is not limited to, affluent from sewage disposal systems, the discharge of any hydrocarbon substance, the discharge or disposal of any regulated waste, or any other discharge that may prove damaging or corrosive to ETC's Pipeline Facility. 11. Impoundment of Water a. In order to provide for the adequate maintenance and operation of ETC's Pipeline Facility, the impoundment of water on ETC's Pipeline Facility will not be allowed. b. Temporary soil erosion and sediment control devices and storm water detention basins/traps will not be permitted on ETC's Pipeline Facility unless otherwise agreed to in writing by ETC. 12. Blastiniz To the extent it impacts the lateral stability or otherwise endangers or interferes with the efficiency, safety, or convenient operation of ETC's Pipeline Facility, no explosive detonations will be permitted within 300-feet of ETC's Pipeline Facility without: (1) prior analysis and written approval from ETC and(2) ETC's representative on site during blasting. To determine if the detonation stresses will be detrimental to the safety of ETC's Pipeline Facility, information required to complete ETC's "Blasting Data Sheet" must be submitted to ETC for evaluation and approval no less than 30 days prior to the proposed date of blasting activity. The contractor performing the blasting will be required to verify by signature the proposed blasting plan. 5 13. Landscaping& Irrigation Systems Landscaping within ETC's Pipeline Facility is limited to lawn and low growing(less than three 3-feet at maturity), shallow rooted shrubbery. Unless otherwise agreed to in writing by ETC and the party requesting such Crossing in an encroachment agreement, planting of shrubbery and installation of irrigation systems within ETC's Pipeline Facility shall be at the risk of the landowner and, in any event, will not be permitted closer than five (5) feet from either side of ETC's pipeline or related Facilities. Irrigation systems shall not be directly installed longitudinally over ETC's Pipeline Facility and shall not be buried deeper than 12-inches, regardless of location, from the surface of the ground within ETC's Pipeline Facility. No trees or crepe myrtles (unless dwarf variety)are permitted. 14. Pipeline Markers The party request such Crossing will ensure that all temporary and permanent pipeline markers installed by ETC are protected and maintained at all times during construction or Crossing related activity. Any permanent markers damaged or removed will be replaced by ETC at the sole expense of the party requesting such Crossing. No work will be allowed to commence until, in the opinion of ETC, sufficient pipeline markers are in place. Unauthorized damage or removal of pipeline markers is punishable by Federal law. 15. Right of Ingress and Egress The party requesting such Crossing shall have the right to install fences on, over and across the Facilities, provided, however, that ETC shall have the unrestricted right of ingress and egress- to its Facilities at all times. ETC, at its sole option and discretion, may require the party requesting such Crossing to install, at its sole cost and expense and for ETC's benefit, a walk gate at least three (3) feet in width for residential lots or gate at least twelve (12) feet in width for rural areas at each fence crossing. ETC shall provide a lock for such gate(s). Said gate(s) shall be installed as to provide ETC with ingress and egress access to its pipeline or related facilities and to minimize vehicular and equipment travel over ETC's pipeline or Facilities. The party requesting such Crossing shall be responsible for keeping the enclosed portion of ETC's pipeline or related Facilities free of any debris or trash. ETC's pipeline or related Facilities shall be positively located by ETC before any fences are constructed or installed near ETC's pipeline or related Facilities. Post hole excavations for fencing placed upon ETC's pipeline or related Facilities shall not be greater than a depth of eighteen inches (18") below the undisturbed grade level nor closer than five feet(5') horizontally from ETC's pipeline or related Facilities, unless approved in writing by ETC. No other excavations of any kind may be made in the pipeline or related Facilities without the prior written consent of ETC. 16. Statement Regarding_Existing Rights NOTHING CONTAINED HEREIN SHALL BE CONSTRUED TO CON VEY,WAIVE,OR SUBORDINATE ANY OF ETC's EXISTING RIGHTS WHATSOEVER. SHOULD A CONFLICT EXIST WITH THE LANGUAGE CONTAINED IN ANY ETC ENCROACHMENT AGREEMENT, EASEMENT, Olt PETITION IN CONDEMNATION AND THESE GUIDELINES, ETC's ENCROACHMENT AGREEMENT, EASEMENT, OR PETITION IN CONDEMNATION SHALL CONTROL AND BE DECISIVE OF THE ISSUE. 6 17. Statements Regarding Guidelines for Construction and Maintenance Certain construction and maintenance activities may be reviewed and approved by ETC at one point in time, but not immediately installed or performed. Therefore, all construction and maintenance activities are subject to the Guidelines in affect at the time the work actually takes place. In addition,the guidelines described in this document represent those industry standards that ETC believes meet the minimum acceptable standards regarding third-party construction and maintenance activities in the vicinity of ETC's Pipeline Facility. Therefore,after review of the final plan and profile drawings, ETC may, in the event that ETC determines the construction and maintenance activities will increase a risk to the public or increase a risk of a break, leak, rupture or other damage to ETC's Pipeline Facility, require fortifications in furtherance of the Texas Health and Safety Code. The party requesting such Crossing agrees to alter, modify or halt any construction activity, which in the sole opinion of ETC's, will increase the risk to the public or increase the risk of a break, leak, rupture or other damage to ETC's Pipeline Facility. All written correspondences and your final design plans are to be addressed to: Energy Transfer Company 1300 Main Street Houston,Texas,77002 Attention: Encroachment Department [END] 7 -"' seat�x etaarn nxla�tw,uto f'I rae §wl 13 s g'W t "M Moll ITHti.!'*.'w.l r .. �� �+'•„�„i'._.�:J .rly, •� ; a L]B' a a* {kI r 3� LL� CC P I- 2" I f 14 5� � blw:iimrr d M A Ln s Q w wea IY f -r < { —J#f E } co a w q CO CC a.' r + k cm c a 41 CO ui LU g�� �A w.`n a E a aw ;,,<.,,,:;,,�,,-,-r z.a 6,-..*::��ax::::�•�e1.a-;rt m,:,�:.:�-as;a:nx+r�a a:�;,; 4°88YZX RC2'OiGYYtlJ10. !ld.Etp E # • i Y8 1111M! YldMdid# w 11 n n 77=7777777m;_- y&yy E e -0 10 — I owa S` f `I. not EON b'-snY 1$ 3 I WO ° £1- ubw 111 oil s Axa "ails 8` I ° 8 1 4b21Y I awl k #� 1 NUNCIO a E. �Y' Y`. s .� p ffi� Yapegg@ ���', P? Sas + `w o I!` 1111 ef{s��` Mull 358 �cg� y[[[v B �gg �$� y q� ds8'_-5ai'maim, •iYs=� ?:4_: ., I I�56�&�S�o ONES SSS 1 �� �� �9r� ij., k�4 z #�[�K�� ,R$$ q e p1 MIT", M,l MA751 Q IE 3r + _ .,, CL {!i rI L tee:• � V �� '% � I - - -- p 4 'xc „a ;r „ �. I. ' ' r.'..I• uw.�lx c' � rl j R 'I POL- I vv- Lu ILLINN .�J qyi gad F FKr Hyl. �y I df�-. +y iid0 / h4I 1� I I ° S e P ', p5 '�l �a 4 A i F Iy]�,���Ii'i ���Ilr ��.[r + q = qM R ,e „ I �, �rnu W.v,9" x' 41 +al I ik .IC rclu #IIS u lSfi1 Si► 4}j+'{y vx5 � .�, F. 18ATGl� mil���r.-*w'• � C] 3 O p h3T3 01 1 h rs h, ry tk �J.�£.4T#YFss.•.,'�F+Irytw,.,_ ., - - aa:�"mow.{.x'n„ a.'rrM1: Brenda Eustasio From: Vaughan, Charles <Charles_Vaughan@xtoenergy.com> Sent: Thursday,June 1, 2017 8:40 AM To: Brenda Eustasio Cc: Cook,Cameron; Darville, Randy Subject: RE: Sanitary sewer line Brenda it the line is abandoned then there will be no Encroachment Agreement however if the line is active them we have a Contractor Agreement Sheet that would need to be signed. Charles Vaughan Supervisor Damage Prevention Barnett Gathering 4800 Blue Mound Ind Fort Werth Tx 76106 Cell:817 584 5371 Email :Charles_vaughan@xtoenergy.cum From: Brenda Eustaslo[maiito:beustaslo@tnpinc.com] Sent:Wednesday, May 31, 2017 2:02 PM To: Vaughan, Charles Subject: RE: Sanitary sewer line Good Afternoon Mr.Vaughan, Have you had a chance to look at my previous email> I appreciate any help you can provide, Thanks, Brenda Eustasio From: Brenda Eustasio Sent:Wednesday, May 24, 201711.:46 AM To:'Charles_Vaughan@xtoenergy.com'<Charles Vaughano_Dxtoenergy.com> Subject:Sanitary sewer line Good Morning Mr.Vaughan, would just like to fallow up with you on behalf of Teague Mall and Perkins in regards to the existing 10"abandoned gas pipeline within the city of Crowley. During our record research we were able to find two easements pertaining to Barnett Gathering, LP.The first is a 20, pipeline easement D208115034,which runs north to south parallel to the city line. The second is a 20' multiple pipeline right-of-way and easement D208115032 located just south of Crowley intermediate School. Is there an Encroachment Agreement we are required to sign prior to construction even though the line is abandoned? Please reference the attached exhibit for our project location. Thank you for your time, Brenda Eustasio tnp Top 100"Best Companies to Workfor in TC AS 2017" Brenda Eustasio, F.1J. Civil Engineer lieys!asio@_tnginc.com 11113 i 5237 N. Riverside Drive I Suite 100 Fort Worth,Texas 76137 817.336.5773 main 1 817.66571 50 direct Coniiect with us. Linkedin Twitter From:Vaughan, Charles [mailto:Charles Vaughan@xtoenergy.com Sent:'Tuesday, November 01,2016 3:31 PM To:Sam Knight< Subject:sanitary sewer line 2 lir 'll # ,A ar'idnrr 10 ppeline �T II t l.lflrk �Fb t 'fTlri;[Rk�%j[Tf it tuly W141.I�f M ,, ( '1 �� 4 t"v r :ail 1Pri EIJQI&br ��II fIP I � y Y Uzi Warch,Texas Parks & Wildlife, Esrl, F Charles Vaughan Supervisor Damage Prevention Barnett Gathering 4800 Blue Mound Rd Fort Worth Tx 76106 Cell:817 584 5371 Email : Charles vaughanextoene[gy.com 3 GR-6160 00 Product Li equEIlremento CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised duly I,2011 City Project No.100276 FORTWORTH CITY OF ]FOIl3`iC WORTH WATER DEPARTMENT S'TANDAllBIID I?IlBODUCT LIST Updated: December 6, 2018 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. TaWe of Content (Click on items to go directly to the page) Items Page A. Water& Sewer 1. Manholes&Bases/Components ........................................................... 1 2. Manholes &Bases/Fiberglass ...............................................................2 3. Manholes &Bases/Frames& Covers/Rectangular ...............................3 4. Manholes&Bases/Frames & Covers/Round .......................................4 5. Manholes &Bases/Frames & Covers/Water Tight&Pressure Tight ..5 6. Manholes&Bases/Precast Concrete ....................................................6 7. Manholes&Bases/Rehab Systems/Cementitious ................................7 8. Manholes&Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert(Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12.Utility Line Marker ............................................................................... 12 B. Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16.Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19.Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC(Pressure Sewer) .................................................................20 21. Pipes/PVC* ...........................................................................................21 22. Pipes/Rehab/CIPP .................................................................................22 23.Pipes/Rehab/Fold&Form ....................................................................23 24. Pipes/Open Profile Large Diameter ......................................................24 C. Water 25. Appurtenances .......................................................................................25 26. Bolts,Nuts, and Gaskets....................................................................._ ..26 27. Combination Air Release Valve ...........................................................27 28. Dry Barrel Fire Hydrants ......................................................................28 29.Meters ...................................................................................................29 30.Pipes/PVC (Pressure Water) .................................................................30 31.Pipes/Valves&Fittings/Ductile Iron Fittings .......................................31 32.Pipes/Valves&Fittings/Resilient Seated Gate Valve ..........................32 33. Pipes/Valves &Fittings/Rubber Seated Butterfly Valve ......................33 34. Polyethylene Encasement .....................................................................34 35. Sampling Stations .................................................................................35 § _ f ] 2 � � k . � 5 . ƒ § " § / � � } 2 . § � � ( Id' k n ca ) 2 § " \ � � � � f S P4 § 4 \ � KU \ k k e \ § § 4 in Jm � & \ CA _ _ _ _ _ � � 2 � ■ . tea _ a N pas W 90 CD It z z N r-i w � M 7. a .ra ' ra i �ng v .i a yr � P F � u a o P4 F o ® u F � o rn P , q h L 6� 'y N ~ � r F m r. a 'tom i w U m m }" RIp1 c � 9 � � m Qs M DO s P b n N N ^a t N � W a. 'a r`7 uy d u yy i v tA � .Ni O 'y� O f0 U W H � a _ a L � G] .� GI• i. fl W e� � q H Qf Y ' a - N L [Mry R y ice+ 0 � R Fa Yy � ' E o o ei a s A A A �dEq Ag Ag 5 cz �q A g A A G A q q tv n ry ry m m n ev n m m m M m m m M b O N N d � y R � a co 00 q c `.�E�.' F..7'. H��' .fix m soh a v v v v d ee ee m F E7 bilC v e A PGG ry � C�7 qq cv A `{ 4 o qj DPQ a a e r 16-4 m. b CD d y� e t E b ed A$ ed fu M pa S3 �i �J R 9 W W �j �i S3 WW 4i >» Y Y Y > U UY U U U u U U U U U U U U V U U U U J! r I z9 0 0 0 0 0 o a y m ,x _ ti 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a 4 m CJ c Ocl � r7i +��• � M o M o � d � o ��v O � ry z° LL V O N v L6 Ri a s� N i. N F{ rI�•j� rFr��yj Id, hoG 'C Y7 m I � •� I V 9 Y rL ok d r/t w o y r� m Vl 9 Y KVV 1 22 22 cd U U U S U U _ m d u .54 �rr f k'•y 3 � � o 0 0 0 0 0 10 v 0 0 39 _ o N � s o C) a � aQ o a a - CA N � N � �yy C_t1 0. Q, w rn 'T7 U V U U U U U V a IL 27 b 'a m p o U a b o U m V u d p, p m 3 N LJ pura Fa 3 _ a H to 'u YW H � � C I F� tI a Q ti O �a p W Iia m pcu u p � w cu a � � v L � a q U I. ti � c ' c B g u in V n o a a r ku w .5 _n Vl 3 a o 0 0 0 0 0 4? f6 _ a m C .m + + + N o 0 0 rl U O N N d y d dc) F.. at N L to W � aQ- L 6 - a r�- L Id, 'v c oj �y e p m 9L — w o o .. O r o Lrl w V Vl H L � ti CA. � b QI fi N � .7 yN xi i-� 9�VI Qf a f " u L � AD vi - CI m 3 Y 4 V V 0 2 o � o b W a r�7 m N � F 41 .fl " r4 R �+ F C 'p .O W g P Phi N p °OOy 11111 m _ F=d C] ° s c m 0 a (y� F U d it ri is ' J M J c 3 CA is c c M p D W ^M Q O R C q � 128 � O 1 o o a o z "- a w w w w w 0 11 ,,,,,11111 sl fes^, cr 'O N � y � pl w C6 a a a O ( ¢ k a H t ¢. E-4 R C , o -a 01 Y. Q a ro � � L H �I lu u L ti � 00000 N M M L d � O i- Y N N Z a o s s s 0 N N 'O tom. R R � m s, w .6 N s. fV a ca m u _ Q7 4 M bd A G y G R1 H ® N ® ww .. a y a d u a a. 4? 0 m rf'. m lu WLn IS 52 U U U a h � � � m c o rn n o o m m :oe § \ \ \ j k 6 ƒ B :t W § W5 § k uuuuu \ \ \/\/ \ (. ® } _ ) § \) « ° § 2 a F-4 �F, } � ) ] 0 / 9 0 � q § — � q R 0 m d f } �/� \ a E � 2 2 ° a � 2 ; 7 � - � § Z a k fg A . Ln ' } /// / ApE E N N rl O ' b rl W d' P- C H L V❑n b L G] S-a N Q CRC i-I .a N P �V G1 VI 42 V d gH{ za � o w W A � - � Q E✓t �, A 3 .� e Vl H L e a� U _ f. � s7 p x L � V F � 'fl . y. l C W � .. 3 [n a L 4. a n � R i r 12 a o c z m A 6 '+ A •C r � a 'Q � m m E b b bf � � o 4 N C E•a a Q rq O fx� •� Y � � u a a a m ,n R� y � w w v 10 .50 q � 3 50 �✓ ey9 I � c�' � a � � � k � \ ƒ k � \ �} § \ /di 9 .. \/\ \ \ u § a ki k % / / [ 2 CU @ a )' §6lu k j \ . ) u _ s / \ u ) � � � � ) `2 \ fq \ \ \ z «� Lei 4 N b O N b 6�i y 6S � G R m 0 O w I w w 73 ai 91 ar .0 a [I � Tf N N ti] q�q 8 0 !C F N d R I _ C � R Al w — v 5 0 a V1 Y Q] y yyJJ u ? ar7 R `` Qj A � c $ c � si C _ oo do ' o E § \ ® § .- tD � � � \ U UU I bs it ® § § d2 \ � _ © § . ) d) K ra / / a 2 ) i a Pro . . wo � � d % G � ) k � � • 2 § o � ) o \ k f k . ) ) 2 $ / _ = k ■ ; it, \ ) } R 7 g � 16"C4 7c $ \ § G ; aa $ k ] \ g § 4 < k \ � � § . ) [ \ J $ \ J § R rq rL Cd ] § � - Q ` a � / G \ 0 j d § Q � — e e G z - ] E: � / § � _ 7 � � m N � U e � o o -• o. .a U tom. GI C .fl fl v cu W 14 V] Y 4pAA�7y� � U ° m H a+ FK D cu W Jd U H p cu won 0 �J N b "y7 SV 4 � u JJ � 51 R° C C .S ffi �yCD a m L rr � i C L � w C t� r d g LA / { � § \ I� \ / � t � . k . ] & 2 2 � 2 { k u O 7 U r to3 ca di LO � § o \ � � . . , , � 2 Ell / G � � \ 2 . � m � § ) ) § - - % m = ƒ k � E 4 < \ § � \ . ƒ � f _ n ± H 1 � 12, \ � 061 O � § © J9 CL ce cu y / O \ n ) }z # k , k } \ \ § / ) J � [ \ � k \ � B ) k 6 ` k N - � ;o aj I w v, 0 m •` F'' I � v 3. V7 W m m N w Q N d a-. ® N d o L 45i' a v 0 R A m m s, SG Al Ln r ID u U c) u u c) u v > > > > a `� 5 �► a. a, a a a a a a a a a a s c'3 a s v � •� �{_ N N N N M N N N N N N N N N h N � N r5 r5 ri .n en r%, m m m m m m W m m ra o E z N N 06 M C^ O N Pa 'O Y di "CV di a m, a� ai o a b vn L # 'u r a W) a vi ya F u j .5 F � a+ � � d o +' w —0- -0 0 CL n a, a b � t 14 fn w M i, 1 Q. 3� y O � L � N fO } C O N � ! q q ok \ \ } g / ƒaj — rr ! § § a) \ ] cl \ ) 7 � ( { ) ) % Pl tj fl Zu ? / u \ § � . G } J } de � � Q CO) ; & \ § Z 7 ' k � 2 : o m faaaaa ] � 2 — } a_ S \ a 2 k Q . § / - � \ � j {. ) � \ } � � � ) ] f § \ - j Z ) ` ) w � � . \ � � � 2 OT-, _ | � z N u v Av P o' I N Y Lia cu J r r r 0 b b b N41 PrI N N N p d d d b a �.. y o vJ - CU A A 4 ! v' 'U tt yy1y W a o mO ® y� � •L' � � {4 W ki � Q Q Q� w fTl w m w roj cj roi g a r.. is a L 4` L sm fd jz a � M a _ B 7IF V $ yQ Fr A VJ IM LJ .J. p A L L L G O �� g V V U U V � � � U E F F F F .°-. o< d a U U V N +� a vv� vv�� O Cl �`+ O ['� M 'A cu l0 c. h a _ ¢� z N I W F-i O b O N rl O r LA L I lu a, 'a 0 -C - y. , a. .a 6 v' L � ' i9 I. d p Q + .fl V e Yom+! N o sem. O yt.I O A A- A c' v M u � d N :3 a � � m N ` Flay � x p o ° � rl � cu / 91' - P § �a KU � & ) \§� a � # m E d 2 � !)to ] \ 7 � 2 � aj E • L � a a >4 � > .. ■ § $ � $ ,y � 7! Ln m {: 24 ! e � _ ) ) ) k _ a j k � 2 ) � 404 � Q ,? � § � � N O Sib- e4 e4 •a Y N SR � d 7 W h N h YS h Y� h V1 K h �5 md d d d d d d d d d d L F. S: "C O p w � zzNA o z CD � o s 5 U U � •� N f• W '6 F ami Rf _ N � •I J•1 i" d a"i w. LO x x x x x x x x x x x x W W Miy _ u •��„ N N N N N L n U N N y ani f su w da w w w ai 4 w P� P5 A a H M {p C a c t � � c O 0 0 0 0 0 O O 0 0 0 0 O ) � } — cn f � C31 , , | j \ \ \ � ` 2) � Z � > , � f 2k ` $ k } � aw � / w El A � 2 2 § \ / 41k a I k ) , J Ln ® z � 2 $ - � 2 ° I � \ a § : ) ( 2 A � 0 m b M �I �C C '3 O I L.1 V d J 4 A e� b b .v p a u. y F Y F Z a u° o d .C+ ® m w w F > P. Ps > F w f a v 0 a v r' m N v Y r T d Y d N Aa Ln a a a. c. 0.. & h a a x a N N N N N E3 U O Ol Y 4 I vii k. m O f+ 'O }} c G zz N N 0 � M M Y1 Vl 0 M - � e G N w .d a "a Ei jg y, h vi U U U b[ u pp V yy � a4 Ar m A yr IM 0 W v :5• i a o '7 � o o P4 '� a� � � �"" � � � o OCG qX�i p Q� is Fn Fn Fl- 'd a a �1 Wai w m Q rri.' LZ � c 0 R m d > > v W a m ea J o 0 o n 3 ; m � w wwwwwwwc;, �;, wwwww In j . M M m m m ns m nr �. n • c O m 1 a UNi � � a O+ O .N•. N. 6 o T o O � +D OG 00 00 m z N P'1 `dk m fY O N pq m Y N � o m o � 4 0 0 (U d r .di IPIL f� W E•w � o v yN U V U U U d e pp e pp V [] U U U m C W U U V U U v u HQ 2.+ 2 .g2 .g§ -gR gv .F U Y w t 4. CL �p MI v d w � Z v ^� V1 � ky l7 a ag > > > > > > > > > > > > > > > > > > >> > > J • CC 1� N N N N N N N N a _f7 C OU U O O Qi O Qui O O � 00 Qui � O � � b DO OD � � � a � � � • • o `mv .mom. m N � o � �o + n� O � N OD V� O 0�0 V1 4 h O 00 � f m m via ] d ry'7 .0 0. d 0. 6 O O O O O W N N N N N N m s;r d d d d d d m El C .Q a v � � � o M !Q N c y O oo V II A cu U a m Y ^ 4A y y � y m w v4+ o � a � m � J s lr.l wwm° ' m' co Y N 04 m m M M m N 4 = L N N t9 � bo 3 r & os � o a O a M � aa � 0 N N ai N d N-! G y G o 0 0 U U U w LL y d C C i.. Cd 61 A rq � i Y L'6 V i q H 40 w YN o a I i in X w — .b d o n n m m b � w � L N G r � U Pew �,4 6 L mu N Ql 0 0 0 ►wa y y T p � rl O a m fi7 W W v o L h R C zz 0 0 0 t § � � k 2 ® ( / � ] \ \ ` \ . i 00 3 bt \ } \ � / � E-4 0-4 / � § u ® q ? 2 k Q / ■ . . . 2 -45 � � ± O \ [ k. k \ � k Ln . 2 \ ' � � ■ 2 — / \ . - E i I I ODOR CONTROL SEWER VALVE cJ.(k. ) The 1800 Odor Control Vent Valve connects to a candy cane style pipe,and is designed to allow for ventilation in the open position.The valve body may be easily disassembled with two quick release lockable metal latches.The interior of the body contains a canister filled with odor media.This media is in pellet form allowing for better airflow thru the media bed,and is highly effective in removing hydrogen sulfide gas(H2S)found in wastewater treatment applications.Pellets are non-toxic and landfill disposable.The media A contains blue indicator pellets that turn white when the media is spent A complementary lab analysis is also offered to determine the remaining life of the media.This is especially helpful in creating an effective preventative maintenance program for odor control. Flanged 4.or 6- alumlrlunr Ezady RlleEriO �. flange upon r"uest 4.4 Tamper proof lockable latches I. , - — l f %Yager media contains I _ rn rvtsdis Lire lndreaEor 5'r pellets Recyclable transparent canister tar easy replacement {.4 t t AG � I i I 3 &c � N p N r G / � �4 WORT OR W N ffl� kM1 �y �'•� �t W 4f T3 Q�Vt�+W N ry z 4l 4 \ V3 .TP M ,Y. uo r°n nj 51 Y �P m'a C 3amiisp � CONOM ill Product Guide and Specification Product Description/Overview: Testing and Strength: What is a S=0811`100111111'and why is it unique? Multiple S800W COVOV'units have been tested by The Setvpew COvePTm is a Heavy Duty FRP an independent 3fd party and signed off by a US composite manhole registered licensed Professional Engineer. .I cover that is The 1J5 Department of Transportation requires engineered to gratings and manhole covers to be tested for load remove ALL +, � r rating under AASHTO M-306. In order to be negative aspects of Y classified H/HS-20 _ cast iron, such as: Heavy Duty product must withstand o Corrosion/Seizing 16,000lbs for 60 * Weight for Safer Handling seconds without e Scrap Metal Theft cracking or breaking.A 2.5 times safety factor is o Infiltration/Odor Seal required which brings the total proof load to 40,000lbs. When opening and installing heavy cast iron products it is both extremely rigorous and dangerous to employees,which greatly increase the risk for injury.Safety is and has become a very important to SBWperCOverz"1 Test Results: 7v1�3:8scskoxg fiis.ng:6 of aLs 7:a#cl iEardiolo['arcus owners who want to protect their employees as well UIapWMryiaPl F43�m as better manage daily operational risks,thus row.y ryaY leaKr Gi Nmpl "HI dor■ ��� � �J Urr� Wsplarauen4 making the SCWperCOvefr''''the preferred option. +q 1 14000 350 ' 79.73 1 115 37,25 1.23 2 138013 345 28.64 7.13 29.8E 1.13 Sewper Covers are used for municipal Sewer& 3 112843 x01 23.18 0.91 23.79 1.13 Storm water manhole applications, underground cable/electrical vaults,and/or any structure twid Vs.Dlgflac;emMpt requiring a secure access point for human entry. 1P0000 ., ---- Standard Sizes: 1ppppp ................... .........._-........ . SeWperCoverT"comes in the two most common � a0000 -......_.................._.............................. .... � standard sizes a 24"and 30"clear opening which accommodate 95%of what's used or required for w new and/or existing construction today.These are "'I r.a the most common sizes and we mass produce them to lower the cost as much as possible.OSHA has n>;rJa_em .m adopted a 30"clear opening for human entry Fi�ire lq:C.c�Ys;li�dr;ct('tee i'.x:1€f dm 4ga.n«as confined spaces and State agencies are slowly integrating that into design requirements.We meet this requirement and are fully compliant. The SeWpef COvef7h6 was able to average 130,000lbs *See Detail Sheet for Dimensions total force weight before failure.That's 90,000lbs over the requirement for Heavy Duty/HS-20 rating. Specification' *Full test reports available upon request Manhole ring and cover is made of non-metallic composite materials capable of withstanding traffic loading requirements that meet or exceed HS-20 rating.Cover is affixed to ring using a double hinge capable of 180 degree opening.A rubber gasket seal is embedded into the ring so that it provides a means of preventing inflow. t1et 7r17!!P Municipal Solutions bluegreenmunicipal.com/sewper-cover/ 832.384.5542 Sewer Coveff Product Guide and Specification Installation Recommendation: Unit installation method is the same as traditional Double Hinged Lay-Flat Opening standard cast iron manhole ring and covers. The double hinge provides a safer guided way to However you have the option with our units to open the access cover. Unlike standard un-hinged secure and/or fasten them down through various units that can fail and roll off 360°uncontrollably, methods utilizing the bolt holes in the ring flange: our unit is guided and keeps worker in a 100% 1. Anchor bolt them down using the ring bolt safer position. holes at the various locations. 2. Rebar/J-Hooks can be placed through bolt holes on ring to secure into uncured ct�€zsiv Anti-Corrosive Material concrete or grout. Corrosion and rust are inherent to all metals as a Once the ring and cover is set flush with final natural occurrence.When exposed to higher than support/resting surface,grout or concrete can be normal levels of corrosion this process only used to hold the unit in place speeds up causing negative effects to the ,w =- +. _ and protect it from any outside structure. Our composite material is inert to the forces. When installing in corrosion meaning it will not have a negative asphalt paved areas it is highly reaction like seizing which is a major issue. , recommended that concrete or ` ,,,. -y high strength grout be used to create a square or circular apron no less than 12"from Optional Locking Latch Anti-Theft the outer edge of the cover. Our units have an option of a secure locking latch built in to the unit.Since our units are not made of This will protect the unit from any side wall damage metal they have zero scrap metal value as a as asphalt has a tendency to derogate and compact natural theft deterrent. faster than concrete leaving the edge walls exposed to direct impacts. d Toxic Gas and odor seal Additional Product ima es: Every unit we offer has a built-in rubber gasket seal that greatly reduces the release of toxic gases and odors.This greatly reduces exposure and 1 , health hazards to humans and surrounding y environments. tea" Heavy Duty Traffic Load Rated LL' Our unit truly is a Sewper Cover as it exceeds its load limits by as much as 10 times.The unit has reached as much as 140,000lbs before cracking which far beyond the highest levels any road way r A in the United States could ever support. 5. k titi� Infiltration Water seal Water will make its way into just about anything /A, and can be a huge problem especially for sewer system. Our rubber gasket seal is able to greatly reduce storm water inflow. Blue, l l mt"Col sauliana bluegreenmunicipal.com/sewper-cover/ 832.384.5542 Manhole Restoration WARREN S-301 -14 B IRONMENTAL High-Build 100% Solids Epoxy MORPORATED t 25 Years Experience In Manhole Restoration SBVIP Ihetlr;ands al gallc-n!%©VAH&t End khuum,16 of loll%n tua#mnl myka w!h t4'arron Eirv.wmalal IODY.Sallda i S'mcbjnel L long 5 powm for v-Pas mg d irrgnFmlm,1ludk%Il ;hawrk lVol S Ci q the ho5l 3-F1pm-almm ie9Wj In I.Flla 113 I'a � radii,t- n Wt I S 1.rtua la lr wal®r ha Iwraerr the howl Opa and Diu ling-lVia m Env;rr Haat-r U prauVam ti vocii um I+jh1 3yn.'errl Mail tae the mala Ilk a ITL IQ Iho marft*m,roe I -�Iq fit a 1 Dm roduauI10 1&1. Why Choose Warren's Single Coat Application? t al 1Narry;rsd;Ilolrgl klrirrQ�Vyiems UHW;I nruyp dewpuIammwlL of 531 44 dmV Whh aur pakffnlrad a" -,iprlkafan proeqtas wftra lakais of iffid6ap produch mre syr;M 611WS lvr;I Slt "P&abf?tip 10 Ilnd .•r-+.1-.�. a�ylllnd lo the s�rr.4:�lilre kn i�i1n n Ir�prma$afe mrrar auer�Ilf�rralg f1=s Qi�e�s l�ltkal+as:���6s��u..y X31 Uuranq mulUpA ma!zLppk mdo,*,lv&vHLml raye-d are d0amhalim Iret vm4Ld Inym,prvalm cvmroon a o%ri cmia rllra!W with gr m:letim aN vroxg0kn marl lyormV chanElc�and pairs@,�trl'� �. 'I' nif. &I 11milf awt cmmpmrr,ae me br rA bolm-mi be MMPg true and"drng Morel Oe"#3 the d� ti'ario�e 16 �r9,c��rainq�raa,n grrd ile;ar1111I�LIoa13'€slrl�n"h rt i'hA �- Warron 61al-14 Mi1d-1WV4fAPPAVIvan t. 4lnpl+rcoca applrtiptfow r ;� �.tl�4h�-`X?iY i1Fs+l'f rf�Mnl!�'�i 4M .tinMhgllCdAPriP.ti15d1:J JilNn4}�yY4Y7�.JIFM*lY,uh�J!yri Ir1ni f a "*- ' 3'YdRffina4ig4 steal�ilAi b ak3f o�rxb�ik:Y1 ' -Jnwwmm LL"mw fpdouf if it im MLB�r ff #rrl,�twyrtllrrrl+Yyi',�f.,.1Fly+lrriAl - � Prrlyr%r vV-AA min rrkr 5341-11 Rrimor coa: J4'pia roa•n..�l a rr1dad•rx'NI�II y 1wlrl�hals 4�rrrh --- , Luta x1ma!im rtrur z■ r 11f* Rohabilitaking the Invert Channe13WAWAn_g umare TOSU" Won"and Ike mopr vpf kY171ftPl monffihemt w ampwRrrrJJINAW emetic'Ut lrtPFrmX41sl4gP J*W fhrnoQll P WIrF ro through our xn*m pmmim Invr'trEs., ntrrijimLi, mirlAOLP,AMR rtRrnVma Ln7A-xa t7Yr truer#b an anYmika fruf arc P rtlrimrfalrr,rcwj of IWA10mRZA P."F U.141 AtOWAl t CKUM INS" kiwrif f&ml litre matdhn4 R J,RpXMjpzro-jttw Puv" AOX IRtgml AWN�amlfmr 1 hyAawfAwPrlwMpm.rfruFr khnmAnrf=4g iii aed ,t✓ iiewle-4 the rmrtkae wff r+1r rIrurmiJ bond �. °wrrperemw to irfA:rw#hr 4?gyylelh.�Clw}Isin orl�rrr.otlVeArb..rwF ,rpy""."P+I Ju'Jkbxut : amFor CjL rcm vrvrar: 'M rw rlrir,-ier.rfj.Fl e4a%41 I Far rltiore Intornia11 n on W6",m Er}virori,ne.nt;il opoxy r;o.aling s caII ( 888 ) 592=7736 a wwr.vu-.irrenenviro.com .Manhole Restoration S-30144 High-Build 100 Solids EpGx DESCRIPnOW Typical Properties A 400 owl,in I h�Ihcmv*L:. Fmxyrjwkmrumdalofor sprnygw4+ UgUldPropertlea (Systems) ftirrtinFrivJmnlnlnlel.le%loposn1 V90"ly !'fix1]•I2b,1im --� megr(mIx VW qulpmanL Thnabo k Index Mo ,p�-Crflc C7.-atid I_lu Flaar)i,W1icIcS�d r 3r'F Cl• A ACTERMT40 °%r Vntws FGrn d1o.ad with isWial ed 'as and inu*krs b aohwKe G401 ry � 2T rnkl+kpi tFe 4aAi r mo islmca "Vlanc%wd band TKnFilm Sat fQ 7710 2 altos elrurigdi to a var"A s Ltzm as wall as b iw IMWW T4 FIM SW(Q 4VF� Min Siforig lh. Tt+a ttgh lhwArWr.index uNwe W up its a T+f bW&Up W'rardrrd sudicm k4iluut ffQq_ Physl l Proper'klos oaffca") APPLICCAMN: Designed for Crev wqh Wamm Errwranrnvrcni'a pal-Med Temla StnqnM(As dfDOW 70M W malar,a*and spray qWrnvmiL Thu PM t:aaeomrK Flay m 51renglh ASTM 11794 a) 1 t,Olfg pal Alinas a 2{rte tae to I PM e[#valor Trim ratio by Perur�W#kdus&JOr 5W.1300 pa Mwm.Tib pmduc!is ouM and irrsha%ct ark 5y (ASTM 07fAf S- ) 'ochrmm spedli m y lrntned and 16.wwacl in our Cwmre&Qi&SIrenglm 12, DGO p9 ,�fflo�lad l Eniai:a (A-STM DMS- ? Cues rranKftn Tonve a l51T ADVANTAGEW (ASTU 11)34116Z�) i_rng Open&na for Mkil 7apoitkrg WxEa EJnegrskn 124 4-8% Excilawl Cum ai Low Tm.pftry Th-A Rm Sex[ 77"F� 7 Mm- ftcr< &M GLe ed Hp Kjrr dlty ore fl lardrim 93,85 zatu lydls h Irm Chemical Resistance 0%VW& (73 Gtry I MWE CO) Il 9t4ds ng WoriK 4 Tlnvr flallaM to Cure Time c1homical weEoh! n {7rL} qaadr4o4lse(No TWmlrq ttequlml) Tobram 0.5 xt aaWherr Una CNM�2l resce Wr1Iti Ethanal 4,$a! .amdlwA Cue 1f Aco9okid In Acfiv4 highr dd lhl k Ian Mfisaua sett 7 Sint tkm 0,17 9 sc dluln Hyrlwma 0,09 Obffind'Xa r Ill CERTTFIGAT#OW Meal rol %156 ISO"01 )%rj 0 dr&kuafue tit t Meter EtTyI Katim 11-19 SPIEVAL SAFETY AND HANOI ING! 10%-Laor AiD d 3.24 Thme am no old swo 4 as handing pr naadura BSrmrh 0,93 ;puna flvwpvhiiMettanIfAmvewanda 1,1,11`4r DF*ffa-AM 0,43. Ilal�dal 7a fely haler 10%heti AcA 2.05 %Wft AcW 4.17 Frn iviore informafinn on War(u r En iranmenlal epoxy coatings call