Loading...
HomeMy WebLinkAboutContract 52107S REc&1VED AR 2 0 2019 RI 1" OF FORF U1YsfcRErgRYrq CITY SECREIRRY CCiwrPI,ACT NO. 5 a I ()-I ORT WQ TH CONTRACT FOR THE, CONSTRUCTION OF FOR VILLAGE CREEK ASIN Part I Betsy Price Mayor City Project No. 100276 Christopher Harder, P.E. Director, Water Department David Cooke City Manager Steve Cooke Interim Director, Transportation and Public Works Department Prepared for The City of Port Worth Water Department December 2018 Prepared by. tnp league nail & perkins 5237 NORTH RIVERSIDE DRIVE, SUITE 100 FORT WORTH, TEXAS 76137 (817) 336-5773 e FTW 16077 TBPE REG # F-230 E .... $� P.E. Date: - - -- a°i SEC-0°- 1? I'. offfti, TX 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 0011 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 004511 Bidders Prequaliflcations 00 45 12 Prequalification 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 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 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 01 57 13 Storm Water Pollution Prevention PIan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 7123 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 Reliefinlerceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised February 2, 2016 City Project No. 100276 0 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 31- Earthwork 31 1000 Site Clearing Division 33 - Utilities 3305 10 Utility Trench Excavation, Embedment, and Backfill 33 05 22 Steel Casing Pipe 33 05 26 Utility Markers/Locators 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 39 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: https:llprojectpoint.buzzsaw. com/fortworthgovllnfrastructure%20Projects/ 100276°/42O- %20Crowley%2ORelief /o2Olnterceptor%20M-%20325/Construction°/u2OSpecificatiom7public 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 03 80 00 Modifications to Existing Concrete Structures Division 31- Earthwork 31 25 00 Erosion and Sediment Control 31 37 00 Rip Rap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramp_ s 32 13 73 Concrete Paving Joint Sealants 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 3301 30 Sewer and Manhole Testing 33 0131 Closed Circuit Television (CCTV) Inspection CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 Crowley Relief Interceptor M-325 For Village Creek Basin City Project No. 100276 00 00 00 - 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 50 Cleaning of Sewer Mains 3305 13.01 Frame, Cover and Grade Rings -Composite 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 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 3331 12 Cured in Place Pipe (CIPP) 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 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,. Texas Mayor and council Communication COUNCIL ACTION: Approved on 3/5/2019 - Ordinance No. 23584903-2019 & Resolution No. 5064-03-2019 DATE: Tuesday, March 5, 2019 REFERENCE NO.: **C-29051 LOG NAME: 60CROWLEYSSPI-JACKSON SUBJECT: Authorize Execution of a Contract with Jackson Construction, Ltd., in the Amount of $4,587,826.00 for Crowley Relief Interceptor M-325 for Village Creek Basin, Part 1, Provide for Project Costs for a Project Total in the Amount of $16,295,053.00, 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 1 Project; 2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the Water and Sewer Commercial Paper Fund in the amount of $5,106,498.00 for the Crowley Relief Interceptor M-325 for Village Creek Basin, Part I Project; and 3. Authorize the execution of a contract with Jackson Construction, Ltd., in the amount of $4,587,826.00 for Crowley Relief Interceptor M-325 for Village Creek Basin, Part 1 (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 1, 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 December 13, 2018 and December 20, 2018 in the Fort Worth Star - Telegram. On January 17, 2019 the following bids were received: BIDDER IF MOUNT IME OF VOMPETION Jackson Construction, Ltd. $4,587,826.00 365 Calendar Days William J. Schultz dba Circle C Construction Company $4,883,749.00 S. J. Louis Construction of Texas, Ltd. $5,041,167.83 Venus construction Co. $5,143,525.00 Ark Contracting Services, LLC $5,348,075.00 Thalle Construction Co., LLC $5,426,791.23 Mountain Cascade of Texas, LLC $5,792,850.00 http,llapps,efwnet.org/ecowicil/printme.asp?id=26798&print true&DOCType=print 3/14/2019 Belt Construction, Inc. $6,054,889.50 In addition to the contract cost, $381,037.00 is required for project management, inspection and material testing and $137,635.00 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 cash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. 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 1, is anticipated to commence in March, 2019 and be completed by March, 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 — Jackson Construction Ltd., is in compliance with the City's BDE Ordinance by committing to 0.00 percent MBE participation and documenting good faith effort. Jackson Construction Ltd., 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 12%. The project is located in COUNCIL DISTRICT 6 and within Tarrant County and the City of Crowley. FISCAL INFORMATION I 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 1 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 $75,615,829.00 for future capital projects. Funding for the Crowley Relief Interceptor M-325 for Village Creek Basin project is as depicted below: FUND Existing Additional Project Total* Appropriations Appropriations http://apps.cfwnet.org/ecouncil/printme.asp?id=26798&print=true&DoeType=Print 3/14/2019 W& S Commercial Paper - Fund 56016 $g 094,061.00 $5,106,498.00 $14,200,559.00 Sewer Capital Legacy - Fund 59607 $2 094,494.00 $0.00 $2,094,494.00 Project Total 1$11,188,555.00 $5,106,498.00 $16,295,053.00 * Numbers rounded for presentation. FUND IDENTIFIERS (FIDs): TO Fund Department ccoun Project Program ctivity Budget I Reference # moun ID ID Year I (Chartfield 2) Fund Department ccountl Project Program . ctivity Budget Reference # mount ID ID Year I (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. 60CROWLEYSSP1-JACKSON - REIMB RESOLUTION.docx (Public) 2. 60CROWLEYSSP1-JACKSON Compliance.pdf (CFW Internal) 3. 60CROWLEYSSPI-JACKSON FID Table (Carol).docx (CFW Internal) 4. 60CROWLEYSSP1-JACKSON Form 1295 2019-449322 Redacted.pdf (Public) 5. 60CROWLEYSSPI-JACKSON MaR.pdf (Public) 6. 60CROWLEYSSPI-JACKSON SAM.Pdf (CFW Internal) 7. 60CROWLEYSSPI-JACKSON 56016 A019r.docx (Public) http://apps.cfwnet.org/ecouncil/printme.asp?id=26798&print—true&DocType=Print 3/14/2019 000510-1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page I of 1 SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION (M&C) /;9susembler: Fot- Contract Docitmeni execution, remove this p age and replace with the crpp oved fcSc("%a the iativcrarl ref tlae rrlject. .Iir�C ins:;ri slieill Cie ort bhie l?uper.1 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 fADDENOUTA NO. I Met CROWLEY RELIEF INTERCEPTOR M-325, DART 'I City Project No. 100276 Addendum No. 1 Issue Date: January 14, 2019 Did Receipt Date: January 17, 2019 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). Note receipt of the Addendum in the Bid 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 -RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. ATTACHMENTS TO THIS ADDENDUM. - Section 00 42 43 — Proposal Form, Page 1 R Revised Plan Sheet — 48R Pre -Bid Meeting Minutes and Sign -In Sheet INFORMATION: 1. A link to view the record drawings of both Rosemary Ridge and Summer Creek Lift Stations: https:Ileroject g nt.tauxasa�t srtw 11 avllniras ct�Pro e t 1 0027t;� %20Craw1e %20Rellef%201nterce torO/o20M-%20325/Bid%20Dggumgn!a%ggEacka IM- 315 °f.20ParP/.2 I llRe rdrd"/-2 ra"ra" inc�s?ouhq c 2. The following sanitary sewer flow data is being provided to assist the Contractor in assessing the Bypass Pumping requirements of the project. Please note that the data below is approximate and based on available wastewater analysis reports and modeling information, NOT ACTUAL MEASURED FLOWS. Sanitary sewer flows can fluctuate significantly. The Contractor's bypass pumping plan implemented on the project will be based on actual flows encountered during construction. If actual flows encountered in the field differ from the data provided below, the Contractor will not be entitled to additional compensation. Plan Sheet _ Reference _ ' L.iICB�iOrl Approximate Wet Weather Flow Sheet 21 Junction Structure #1 7.1 MGD Sheet 231 Sheet 24 rehabilitation of Existin Lg ino at FM 731 2.5 MGD Sheet 27 - Rasenin fid- eg. _Lift Station 4.2 MGD _ Sheet 28 i - - Summer Creek Lift Station _ 0.2 MGD ADDENDUM NO. 1 PLEASE MAKE NOTE OF THE F'®L.L.f WiAfG REVISIONS: CL.ARIF1CA TIONS: 3. Tunnel liner plate will NOT be allowed as a substitution for steel easing. This is necessary to abide by BNSF Railroad and TxDOT permits. SPECIFICATION ANQ CONTRACT DOCUMENTS. 4. Section 00 42 43 — Proposal Form: Replace Section 00 42 43, Proposal Form, in its entirety with the attached revision. Bid item 64. 66" Fontaine Series 95 CW Stop Log, Bid item 65, 0135.0101 Railroad Coordination, and hid item 66, 0135.0102 Railroad Flagmen, were added. The amount of Construction Allowance (Bid Item #59) was also adjusted. CONSTRUCT ON PLANS: 5. Revised Plan Sheets: Replace sheet 48 with sheet 48R. The stop log material was changed to stainless steel 316L. Receipt Acknowledged: Water Department: By: By: Tony Sholola, PE Senior Capital Projects Officer Company: Jackson Construction IM Water Department 2 ADDENDUM NO. 1 W 4243 Boplkopom L' .1R"r1R SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Add®dmm No. I Bidder's Application pmjcct Tt= tofu matiom Biddle Propmssl Hidlid Item tlm iptioa Rpwifi"V.. R-6-No. Unit of Bid Quantity unit Prica Hid Vahw we. Mm m 1.A• 3331,4601 42" DIP Sewer Pipe w/ Protecto 401, Acceptable Backfill 33 11 10 LF --1,584 1.W 3331.4501 42" Fiberglass Sewer Pipe, Acceptable Baaklill 3331 13 _ LF 1,584 2,A• 3331.4502 42" DIP Sewer Pipe wl Protects 401, CSS Backfill _ 33 11 10 LF 40 2.8" 3331.4502 42" Fiberglass Sewer Pipe, CSS Backfill 3331 13 LF 40 3-A• 3331A503 42" DIP Sewer Pipe wl Protecto 401, Select Backhll 3311 10 LF 3.381 3_B" _ 3331.4503 42" Fiberglass Sewer Pipe, Select Backfill 3331 13 LF _ _ 3,381 4 3331,4423 36" Fiberglass Sewer Pipe, Select Backfill 33 31.13. LF 63 5 - 3331.4310 21" PVC 05 46 ASTM F679 Sewer Pipe, Select Backfill 33 31 20 29 6 330b.1111 66" Casing By Other Than Open Cut (ASTM A439, Grade B) 33 05 22 .LF LF_ -.-- 343 7 sW8.-1111 66" Casing By Other Than Open Cut A 139, Grade D} _ 33 05 22 LF _ ,.,. _ 2B2 _--- .... ..,... 8 3305.3014 42" Sewer Canter Pipe 33 05 24 LF 625 ..,..,. _ .... ____ _.. .._ 9 . ,. ._._... ........,... 333i.0100 15"SewerPipe,_PointRepair 333122,333123 ...... . _ LF -_100._- ..,.. _ 10 3331.2105 15"CIPP ..... .. 333112 .- LF 487 _..,_ ... .. .....,.... 31,.,... ... ..,.. ..a ..., . it. _ ......... ...._..... ... .. 3331.4217 15" Sewer Pipa, SelG Beclfill . .. 3311 10, 33 31 24 LF. 33 12 3331.4209 12" Sewer Pipa, CSS Backfill_ 3311 10, 33 31 20 LF _ 20 _ 13 3331.4216 12" Sewer Plpa, Select Backfill _ . - _ 33 11110, 33 31 20 - LF, 182 14 3331.4206 10" DIP Sewer wIProtecto461, CSS Backfill - _ 331110 _ -_ _LF ,., ,,, _. 23 15 , 3331.4117 8" Sewer Pipe, Select Backfill 331110, 33 31 20 LF .... 48 ... ...,.., 16 .. ...... .., .... __. - - __, 3339.1101 5' Manhole 333910, 333920 EA ....... ..... 7 .. 17 3339.1 i02 5' DrDp Manhole 33 3910, 33 39 20 EA_ _ is - _ _ ... _ 3339A 103 V Extra Depth Manhole 33 3910, 33 39.29 VF _ .__., 216 ........ 19.A" 3339.1105 5' Type A Manhole 3339 10,33 3920 EA 10 19.B' 3339,1111 5' Tee Base Manhole 33391D,333920 EA - 10 20 3339-2901 Sanitary Sower Junction Structure #1 (STA 0+72.98, M-326) 33 39 10, 33 39 20 _ - EA _ 1 . , _ . ..- _ _.,. .. 3303.0001 Bypasspumping_--_ LS ....,., ., i .... .. .. .,_- ... .21..... 22 -- -__ .._........ 3305.0109 Trench Safety ........330310 - _ _ _ 33 05 10 _ LF _ , -- 5,403 23 3305.0207 Imported Embedment/Backfill, Select Fill As Directed By,Engineer) 33 05 10 CY 500 24 3365.0116 Concrete Encasement for Utility Papas .. :......... - - ... .. 33 05 10__ _ _. _ CY _._ _ - 200 _ _ _- _ - 25 _ . 3305.01 i0 U.Wily Markers (Swface Markers) -,_ _ 33 05 28 - _ EA _ - - 1.6. _ - y _ _ 26 _ _ 3305.0110 Uglily MarkersMarkers) 330526 LS 1 .. ... .,(Buried _-__-- - ..... 35.0112_ Concrete Caller - 30 ..,..,. 33 05 17 EA 19 2B 3305.0113 Trench WaterStopa .330518 EA 5 _ 29 3339.0001 Epoxy Manhole Liner (WarrenEnviammental) _- - 33 39 60 ... . . .. .......VF .... .____._... _. 373._,._„ 30 3301.OQ61 Pre CCTV Inspection 330131.. LF 24.730 31 .... 3361.o002 Past -CCTV Inspection .ww....... _ ... ... 33 01 31 ... ..., �LF _ - 6.515 32 , _ . -. - 3301.0101Manhole VacuumTesgng _ - - _ 330130 - .FA,.. _.,.., _.. 21 _ 33 .. _ 3339.0002 Epoxy Structure Liner (Warren Enviromrmental) 333960 SF ---- 34 0241.1061 Water Line Grouting __-- - .. .......... ............_.. ._ ........ .. 62 41 14 , .....,. ..... CY --_-EA. ... ...1,44tl_- ,1 35 0241.1612 Salvage 1" Water Motor , 02 41 14 36 6241.2001 Sanitary Line Grouting ....... ........ - „ _....... 024114 CY 9,027 37 0241.2013 Remove 8" Sewer Line 02 41 14 ............ . ..... - _ _ LF _ 67 _ 38 .. ... ............ .......... 0241.2103 8" Sewer Abandonment Plug .... 0241 14. EA 9 39 _ 024'L2164 10"8awarAbandonment Plug - N_ _ a0241 14 _„__ .__,_EA 40 _ _ 0241.2105 12" Sewer Abandonment Plug 0241 14 _., EA e 41 _ _ 02412106 15" Sewer Abandonment Plug - 02 41 14 EA - - _ 1B 42 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 3 . 43 - 0241.6001 Abandon Manhole - _ 02 41 14 ... EA ... -.. _ 20 . _ - 44 3137.0105 Medium Stone Riprap, grouted 31 3700 SY 45 3201.0117.1a' Wido Asphalt Pvmt Repair, Residential 32 0117 LF 25 46 3201.0614 Cone Pvrni Repair, Residential 320129. SY 360 47 321&0301 4" Canc Sidewalk ___ - . - - ___ 321320 .. SF .. ...... 1.,7W .. ........ .............. .,. .. ....,.. ..,.. .... ........ .. .......... .. .. .. 3231.6361.4' Gate, Steel (16 Wid)_-_-_- 32 31 25 EA" ..-...._._ - ...4B........ 49 _.-- _.- _,,. ..... .........._ 3292.0100 Block Sod Placement ....... .... _. 32 92 13 ...., SY .... 1,131 50 3292.6400 Seeding, H dromuich 32 92 13 -, SY 27,442 51 _ .., - _- 3471.0001 Traffic Control _.347113.._... ._..,... MD 12. . - _ ._........ ..... 52 3125.0101 SWPPP L 1 acre 31 2500 LS 1 53 3110. 102 W-12" Trea Removal 31 I0 00 FA 201 64 3110.010312"-18" Tree Removal 31 1000 EA 13 55 3110.010418"-24" Tree Remaval 31 1000 EA 3 65 0171.01011 ConstnrctionStaking ,.,,. 9171 23 .__.__ LS 1 57 0171.0102 As -Built Survey (Red Line) 0171 23 LS 1 68 9999.0001 Sanitary Sewer Manhole Ventilator with Odor Control device 00 00 00 EA 8 59 9999.00026ristructionAllowance 606006 _ _ LS 1 $156,0D0.00 $15f),000.60 60 9999.0003 Decamission Lill Station _ 00 00 00 _ EA 2 _ 61 9999.0004 Remove SawerAlr Release Valve & Vault 00 00 00 EA 3 62 9999.0605 Construct Manhole Drop STA 112+95.21 M-325 00 00 00 LS 1 63 9999.0006 66" Type 'B' Fontaine Series 95 FE Stop Log, wl Two Way Sea_ I 00 00 00 EA 1 64 9999.0007 56" Fontaine Series 95 OW Stop Log, wl Two Way Seal 00 00 00 EA 1 65 0136.0101 Railroad Coordination ... 01 35 13 LS 1 - 66 0135,0162 Railroad Flagmen _ .. .. .. .. 01 35 13 WD. 5 * CONTRACTOR TO CHOOSE ONLY ONE ITEM LABELED A or l3 TAW Bid END OR SECTION CnTOPrORT WORTH STANDARD CoNsTRucriox SPECOMAMOx xOCAMEWS Form R.A d20120120 M41gnLM4313 004343-004337_004511 403513 Bide mw1WmV-LXh o Av e HE. 9� U K N n ra ,w 'dq x 319M3335 qq pp p p �z z��§ xauwais z z a9 to at5 's� fir o 50 u a ,� 3a Ga ' o $ EHM d n o. a l7 Ul § 4 aE b�wza x� 3� m s �o8�i��� a,exi aas � i i � Om I a 5 o n3,ou 3suxH3Hw' ti Nisxd, a `� O ` ss3,x°o nods 33@Y1335 .P $$o 6 Z U \ J .zhf mrc 21 s �,tl San s aWH ° S i $ (] c )'o I® IL :'z'J r z Z jo w 7 cc w lza mo�� o � V S•8o= U 5 J3 p .�i .ei w U Wm E a �gmxmmsse n� z9� 0 tnp teague nail & perltins Weekday: Monday Date: 1 /07/2019 Time of Meeting: Project Name: Crowley Relief Interceptor M-325, Part 1 Subject: MEETING MINUTES TNP Project 9:00 Number: FTW 16077 Pre -Bid Meeting PRESENT AT MEETING: Rakesh Chaubey — FTW Water Department J.B. Conant — DFW Infrastructure Ty Hilton -- TNP Michael Young — Ark Contracting Services Brenda Eustasio — TNP Doss Whetstone — Thalle Construction Brad Hunemuller — Hobas Pipe Brad Miller — Condie Construction Cody Sears — S.J. Louis Construction Joshua Ivy — Ortega Land Clearing Jackie Earle — Rain for Rent Chris Windsor — Mountain Cascade of TX Aavon Huttel — Thompson Pipe Group DISTRIBUTION: Attendees PREPARED BY: Brenda Eustasio DATE OF REPORT: 1 /08/2019 The following summation represents our interpretation of the items discussed at the referenced meeting. Any persons desiring to comment on or correct the minutes are requested to put their comment in writing to Teague Nall and Perkins, Inc. within 10 days of the date of the report. Otherwise the minutes will stand as written. 1. Overview Ty discussed how this project will tie all three parts of the Crowley Relief Interceptor. Coordination may be required with at least one or two other contractors. Brenda provided an overview of the project. o The plan and profile sheets notate the required backfill for the proposed 42" sanitary sewer main. o One junction structure will be built near Bicentennial Park and will require bypass pumping during its construction. o The proposed 42" sanitary sewer main will cross under Williams Pipeline and BNSF Rail Road t: All requirements for crossing Williams Pipeline and BNSF Rail Road are stated within their respective permits ■ Permits are provided in the Appendix of the contract documents o Rehabilitation of an existing sanitary sewer 487 LF of 15" SS by cured -in -place -pipe method o Line will need to be tested and approved by the city prior to introducing flow. o Connect 36" sanitary sewer main M-325 Part 2 to the existing 10" sewer main at STA 1 12+95.21. o Abandon existing 10" & 15" sanitary sewer per sheets 17 & 18 in the set of plans. o Decommissioning of two lift stations will be required. Discussion regarding the connection of M-325 Part 2 and the decommissioning of Rosemary Ridge Lift Station. o The plan and profile sheet 27 show the connection of M-325 Part 2 to the existing sanitary sewer mains. o Bypass pumping will be required for the connection with existing 36" sanitary sewer (South Fork), existing 8" sanitary sewer (5-15908), and existing 12" sanitary sewer (M-646*). o Rosemary Ridge Lift station removal requirements are stated on the "Lift Station Removal Notes" of sheet 18 of the plans. o Abandonment of existing 8" force main M-645* are detailed on sheets 18-19 of the plans. Page I tnia teaqu3e nail & perkins MEETING MINUTES Discussion regarding the connection of M-325 Part 3 and the decommissioning of Summer Creek Lift Station. o The plan and profile sheet 28 show the connection of M-325-A Part 3 to the existing sanitary sewer mains. o Bypass pumping will be required for the connection of an existing 1 2" sanitary sewer line (S-16260) and an existing 10" sewer line (S-15369). o Lift station removal requirements are stated on the "Lift Station Removal Notes" on sheet 20 of the plans. o Abandon existing 10" force main M-597* as detailed on sheets 20-21 of the plans. 2. Miscellaneous ® If cattle are present, temporary fencing will be required to contain cattle. Reference special notes on sheets 7-13 on the set of plans for the requirements. • Issues with Buzzsaw were brought up and how plan holders are not able to upload their information to the project folder. The sign in sheet for the pre -bid meeting will be used along with the Buzzsaw plan holder list to distribute any addenda. a BIM 360 will be replacing Buzzsaw by the end of January 2019. Brenda stated that the City of Fort Worth will be offering training sessions for the new BIM 360 system. o Epoxy Coating was discussed. If a structures is precast, then the epoxy coating can be immediately placed. However, if a structure is poured in place they require 28 days for curing before epoxy coating can be placed. Please reference Specification 33 39 60 — Epoxy Liners for Sanitary Sewer Structures. e Rain for Rent requested flow numbers to be provided for bypass pumping calculations. Page 2 0 0 4 y O p 0 O u 0 V 0 0u u x a .a ® D E O e •w 4) .0 9 E U � u ti 13 � m u „O.. E C1 u 'A u O C " u G q -C O 4 C b O w E c a O u = � �. jIf `ti "ice � v � 61 � O 'w �0. r •�� A m � r. g C � ' Cy y PY � 4f r X w O d C1 �° O � U A O m X U O 'ys ~ IT v1 0 V' O CC) M ►� CT i"1 N 0 r� ; !7 Gi Irl- OD N In OD a' CO) OD N In ref %a 0 rsf w CT �O Ln N Cr .0 rrj O ® OO I' �O CV a, % in •A In 16 Cl) ■. L OT [� O: •O �' N l 11i N N OR li� OO Li "Ili �C1 Ch �. aD Op CT V C47 CT N OD co N N OD OD OD > Z IJ LM # a m h A � N O 0 tj � G 6 N i. _ P �in b.�: c u 8 Q► P N O a� a ii u � A C 0 O `7 � Qf X O u Au �J CS � O ® w u m O n! g �` y p uN y •0 v� m ,0 fie aLZ y D H 8 •� L` e M u z � z t- 3 � c � •• a O —0 a z�® ra A m al y :2 M y N � c a-419 a ° O u ✓+ C � y gu FOR CROWLEY RELIEF INTERCEPTOR iUM-325, PART I City Project No. 100276 Addendurn No. 213sue Date: January 15, 2019 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). Note receipt of the Addendum in the Bid Form and on the outer envelope of your bid. Failure to acknowledge the receipt of Addendum No. 2 could cause the subject bidder to be considered "NON -RESPONSIVE°, resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. MACUMEn►7����EN®UM- Section 00 42 43 — Proposal"Form Section 33 3120 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer ripe IN 14MA7i N: 1. Specification 33 31 20 was revised to allow 42" PVC ASTM F679 as an alternative bid to items 1,2, and 3 in the Proposal Form. ��A�� MA�C� NdT� O� i�� t�'t�f,�,�l�lF+/� t�:EVl�1pN�• SPECIFICATION AND CONTi4ACr Q O1J11 2. Section 00 42 43 e Proposal Form Replace Section 00 42 43, Proposal Form, in its entirety with the attached revision. Bid item 1, 2, and 3 now include Option C", 42" PVC ASTM F679, as an alternative bid. 3. Section 33 3120 — Polwinvl Chloride (PVC1 Gravity Sanita Sew Plne• Replace Section 33 3120 in its entirety. The specification now includes Polyvinyl Chloride (PVC) pipe 4-inch through 42-inch for gravity sanitary sewer. All pipe furnished shall be in conformance with ASTM D3034 (44nch through 15-inch) and ASTM F679 (18-inch through 42-inch). ADDENDUM NO. 2 Receipt Acknowledged: BY, Company: Jackson Construction, LTD Water Department. B A v5: Tony Sholola, PE Senior Capital Projects Officer Water [Department Fff41110010]M 0042 43 em PRom'S Y.� lRarlR-.W dwAw, N".l SECTION 00 42 43 PROP06ALFORM UNIT PRICE BID Addwdam Na 2 Bidder's Application Feaj,,d aem Rd'elmalleR Bld&esPmpos d Bidll4)1em Duaiplinn spwi6wtim sw&a Nn. Mm� Bid Qualdity Unit Feke Bid Val= 1.A' 333174505 42" DIP Sewerw/ Proteldo 401. Acceptable Backfill 3311 10 _ LF 1,584 I.B. 3331.4508 42" Fibergrase Sewer Pipe, Acceptable Backfill _ _ _ _ _ _ 3331 13_ IF 1,584 1.C• 3331.4501 42'r PVC ASTM F679 Sewer Pipe, Acceptable Backfill 333120 . LF 1.564 2.A- 3331.4506 42" DIP Sewerwl Protecto 461, CSS Baekfill 331 I 10 LF 40 2.B' 3331.4509 42" Fiberglass Sewer Pipe, CSS BacklIll 33 31 13 LF 40 2.C' 3331.4502 42" PVC ASTM F679 Sewer Pipe,. CBS Backfill 33 31 20 LF 40 3.A' _ 3331.4507 _42" DIP Sewer Pipe w/ Pratecto 401, Select Bar_�Y 3311 10 LF 3.381 _ - - 3.B• 3331.45f0 42" Fiberglass Sewer Pipe, Baled Backlill _ - - -_ - _ ---- 333113 -- --- _ _ LF 3,3B1 - -3,381 -- � - - ---- _-- - 3.C• .. .,., . 3331.4503 42" PVC ASTM F679 Sewar Pipe, Soled Bac kill .. ..... ..... .... ...... ..........._..........._�.�. .._-......�.... 33 31 20 �.�.._......._.... .,..... ...... ...... LIF _ . ...... .. ........... ......,. .................... ._ ....... 4 3331.4423 36" Fiberglass Sewer Pipe, Select Backfill 33 31 13 LF 63 .............. 5 ...... .............. ... .. ....... T ...7 ...we ......le ........... ._....... 3331.4310 21"PVC PS 48 ASTM F679 Sewer Pipa, Select Backfill .._........... _.. ..... ......... 33 31 20 .. ........... LF . ....... 29 , ....._.... ........ ... - .. 6 3305.1111 66" Casing By Other Than Open Cut (ASTM A-139, Grade B) __-- - - 33 05 22 r - LF- 7 3305.1111 66" Casing By Other Than Open Cut (ASTM A.-139, Grade D) 33 05 22 LF 282 _ 8 - 3305.3014 42"Sower Card rPlpo .,.... ....... ., ....330524 _-....,.LF ... _.- 625..- _ 9 333LOi06 15" Sewer Pipe, Point Repair 33 31 22, 33 31 23 LF 100 .. ... 10 _ .. ..... ............... ... .... .. ............ ............. ....... ......................... ...... 3331.2105 15" CIPP .... ......... ......._.. _... 3331 12 ........ ... .... LF ..._.. .. 487 _..._........ ................................... .. 11 3331.4217 IN'Sawe rPipe,Salert Bedcfill 331116,_333120 LF 33 12 _ _ 3331.4209 12" Sewer Pipe, CBS Backfill - _ 3311 10, 33 3120 LF 20 13 _ _ _ _ _ 3331.4210 12" SewerPlps, Select BBWII _ 3311 in, 33 31 26 LF _ 182 . , 14 ... ... c ..... ............. .. ... 3331.4208 10 DIP Sawerwl Prolacto 441, C55 Backfill .._.... _ ..... _. 3311 i0 __....... <J .. 23 ... ....... _...... .. 15 MIA. 17 8" Sewer Pipe, Select Backfill 331110. 33 31 20 LF 48 16 _ _ 3339.1101 S Manhole _ _ 33 3910, 33 39 26 _ EA 7 17 3339.1102 5 Drop Manhole 33 39 10, 33 39 20 EA 1 16 3339.1103 9 Extra Depth Manhole 3339 16, 3339 26 VF 2i6 ..,.. ..... 19.A .. .. .......... ................................._......._....................._........-.................... _ 3339.1105 5' Type A Manhole .....3........................ .................. 33 39 10, 33 39 20 _....._............. EA ............ 10 .........,............ ...... .............................. 19.8• 3339.11111 3TeeBaseManhole _ _ _ - - _ 33 39 10, 33 39 26 _ _EA 20 3339.2001 Sanitary Sewer Junction Structure #1 (STA 0+72.96, M325) 33 3910. 33 39 20 EA 1 21 33O3A001 Bypass Pumping 330310 1 22 3306,0109 Trench Safety _ - - _ _ 33 0516 _ _LS _ LF _ 5,403 23 3305.0207Imported Embedmenl/Badk011,Select Fill (As D_ i_rectedByEnginssr) _ 330510 CY 500 24 -_- 3305.0116 Concrete Encasement for Utility PLpes _......._....... -_ 33 05 10 CY _ _ _ 200 _.... ...25... 3305.6110 Utility Markers (Surface Markers) ...... ........... - ._ ............. ....-........_._...._.._ .............. 33 05 2B_._............._. ......._. EA..... .._._ 15 .... ..........._ . ........._.... 26 .. ......................._...._.......................,..................,......... ... 3306.0110- Utility Markers {Buried Markers) - .........._._.._...........r. 330526 _...._..__ ......... LS ............._.....__. 1 ... ........ _...._........... - - _ 27 -3305.0112 Concrete Collar - - __ 330517 ----_ _ EA_ -_ - t6_-_-- - --- _ 28 _ _ _ _ 3305.0113 Trench Water Stops - 330515 EA 5 29 3339.0061 Epoxy Manhole Liner (Warren EnvommentaQ 33 39 66 VF 373 30 3301.0001 Pra-CCTV Inspection _ 33 of 31 LF 24,730 31 3301.0002 Post -CCTV Inspection _ _ _ _ _ 33 01 31 _ _ LF _ 6,515 32 3301 0101 Manhole Vacuum Testing 33 01 30 EA 21 33_,_, - 3339.0002EpoxyStructureLiner(Wanen,Environmenlal}. .- .......... ....._-... .........333960........... ....___SP t,444 ........... .......... .......... ............ .._.... 3A 0241.1001 Wales Line Grouting 02 41 14 CY i 35 6241.1512 Salvage 1" Water Meter - - - - - --- - --- --_- 02 41.14-- _ - _ EA - - - 1 36' 0241.2001 Sanitary Line Grouting .. .. ..... .................. .. ..._......_........ 02 41 14--- ........... ...,.....,..,.., .,..,. CY %027 ..,,.,._..... .., ._.,....._. _ 37 _... 0241.2013 Remove a" Sewer Line - 0241 14 LF 67 --- 38 0241.2103 6" Sewer Abandonment Plug C2 41 14 ..,...:: EA 9 39 6241.2104 10' S13War Abandonment Plug 02 41 14 EA 48 ... 40 .. .......... ... .. ... ., .,.,.,....,. ._.._ . 0241.2105 12"SewerAbendonmantPlug ...... 0241,44 EA .... .. B ..... _ ..........._.. _ 41 _ _ 02412106 15" Sewer Abandonment Plug 024114 EA is _ _ 42 _ _ _ _ _ 0241.2201 Remove 4' Sewer Manhole _ 0241 14 EA 3 _ 43 - ..... 0241.5001 Abandon Manhole .. ..........., ........,... ........... ............. ........ 02 41 14 .........._. .. _....._,...,.. EA ....... ... ...... .. 20 .,..,... _,..,_,.-.., ..,....,.. ..,...,..,.. 44 3137.0105 Medium Stone RipraP, grouted M rap, 313706 SY 100 45 _ 3261.0117 10' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 25 46 3201.6614 Conc Pwmt Repair, Residential 32 01 29 ,_. _- _ BY, _ .,_ 360 47 _ _ 3213.6361 4" Conc Sidewalk _ _- - - -- - _ - - 32 13 20 -- - -- _ SF -- 1.700 _-- -3 -- _- --- 48 3231.030141 Gale, Steel (16' Widek _,_„- 32 31 28-- EA 49 3297.0100 Block Sod Placement ..... .. ........... ... ... . ... .. 32 92 13 ...... .. ..,.... SY 1,131 ., ..... .. .,.__...,. 50 3292.0400 Seeding, Hydromulch e 32 92 i3 SY . _,. 27,442 51 3471.0001 Traffic Control 3471 13 MO 12 52 3i25.0101 SWPPP a 1 acre -- 31 25 00_ LS _- t 53 - 31l O.0102 W-12" Tree Removal 31 1000 _ _ EA 201 54 3110.610312"--18"Tree Removal 31 1000 EA 13 55 _ 3110.01114 18"-24" Troo Removal _ 31 10 0D - Fes, - 3 _ _ 56 0171.0101 Construction Staking 017123 -- _ --- LS -- 1 -- 57 0171 0102 As-BuiO Survey (Red Line) 0171 23 LS 1 58 9999.0001 Sanitary Sewer Manhole Ventilator with Odor Control Device 00 00 00 EA 8 59 9699.0002 Construction Allowance 00 60 00 LS 1 $150,000.00 ,. $150,000.00 60 9999.DD03 Decamission Lift Station 00 OD 60 EA 2 61 9999.0004 Rernove Sewar Air Release Valve & Vault 000000 EA 3 62 9999.0005 Construct Manhole Drop STA 112+95.21 M325 OD 00 00 LS 1 63 9999.00D6 56" Type'B' Fontaine Series 95 FE Stop Lag, wl Two Way Seal 00 00 00 EA 1 64 9999.0007 56" Fontaine Series 95 CW Stop Lag, w/ Two Way Seal 00 00 00 EA 1 65 0135.0101 Rairmad Coordinafion 01 3513 LS 1 66 0135.0102 Railroad Flagmen 01 3513 WD 5 ' CONTRACTOR TO CHOOSE ONLY ONE ITEM LABELED (A, B, OR C) Tole) bid END OF BEcnon CITT Or rORTWORTH STANDARD CONS MUCMN SPRCmCATION NOWKWIS ra m R*rilad 2012Rne 041 W W 4313_W 42 43_00 43 37_N 4512_W 33 ]3_Hid V N'wifioukHs 33 31 20 - 1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 111 of 6R SECTION 33 3120 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) pipe 4-inch through 42-inch for gravity sanitary sewer applications B. Deviations from this City of Fort Worth Standard Specification 1. 1.1.A.1 -Polyvinyl Chloride (PVC) pipe 4-inch through 42-inch for gravity sanitary sewer applications 2. 1.9.A.1.c - All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 15-inch) and ASTM F679 (18-inch through 42-inch). 3. 2.2.B.I.c - Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26 and ASTM F679 for 18-inch through 42-inch 46PS/115PS. 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 0130 — Sewer and Manhole Testing 4. Section 33 01 31— Closed Circuit Television (CCTV) Inspection 5. Section 33 05.10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 26 — Utility Markers/Locators 7. Section 33 3150 — Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the manhole or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Pipe" installed for: 1) Various sizes 2) Various Standard Dimension Ratios 3) Various embedments 4) Various depths, for miscellaneous projects only 3. The price bid shall include: a. Furnishing and installing PVC gravity pipe with joints as specified by the Drawings b. Pavement removal CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised June 19, 2013 City Project No. 100276 333120-2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 211 of 611 c. Excavation d. Hauling e. Disposal of excess material f Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction of backfill h. Trench water stops i. Clean-up j. Cleaning k. Testing L3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO). 3. ASTM International (ASTM): a. D 1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. e. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large -Diameter Plastic Gravity Sewer Pipe and Fittings. 4. Texas Commission on Environmental Quality (TCEQ): a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.53 — Pipe Design. b. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying Pipe. c. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.57 — Testing Requirements for Installation of Gravity Collection System Pipes. 5. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Product data sheet 2. Manufacturer 3. Nominal pipe diameter 4. Standard dimension ratio (SDR) CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised June 19, 2013 City Project No. 100276 333120-3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3R of 6R 5. Cell classification 6. Laying lengths B. Certificates 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of this Section and has been air and deflection tested and meets the requirements of ASTM D3034 and ASTM F679. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size per project, unless otherwise approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through i 5-inch) and ASTM F679 (18-inch through 42-inch). t.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 10 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. 2. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0I 60 00. a. The manufacturer must comply with this Specification and related Sections. 2_ Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Performance / Design Criteria 1. Pipe CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised .Tune 19, 2013 City Project No. 100276 333120-4 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 4R of 6R a. Meet all requirements of TCEQ. b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26 and ASTM F679 for 18-inch through 42-inch 46PSli 15PS. c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. e. Use green coloring for ground identification as sanitary sewer pipe. f. PVC meeting the requirements of ASTM D1784, with a cell classification of 12454 or 12364 g. Deflection Design 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 2) Design pipe according to the Modified Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the following parameters: a) Unit Weight of Fill (w) = 130 pounds per cubic foot b) Live Load = AASHTQ HS 20 c) Trench Depth = 12 feet minimum, or as indicated in Drawings d) Maximum (E') = 1,000 max e) Deflection Lag Factor (DL) = 1.0 f) Bedding Factor constant (K) = 0.1 g) Mean radius of the pipe (r), inches, as indicated in Drawings h) Marston's load per unit length (W), pounds per inch, calculate per Drawings i) PVC modulus of elasticity (E) = 400,000 psi j) _ Moment of inertia of pipe wall per unit length, (I) = el I 2,.(Wlin), per pipe type and size (1) Where (t) = pipe thickness, inches k) Maximum Calculated Deflection = 5 percent h. Pipe Flotation: If the pipe is buried id common saturated soil (about 120 pounds per cubic foot) with at least 1'/z pipe diameters of cover, pipe is generally not subject to flotation. If shallower, check groundwater flotation potential. Flotation will occur if: Fb > Wp + Wf + Wd Where: Fb = buoyant force, pound per foot Wp = empty pipe weight, pound per foot Wf = weight of flooded soil, pound per foot Wd = weight of dry soil, pound per foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site specific soil conditions. i. Verify trench depths after existing utilities are located. j. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. k. In no case shall pipe be installed deeper than its design allows. 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance with ASTM D2412. 3. Pipe markings CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised June 19, 2013 City Project No. 100276 333120-5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page SR of 6R a. Meet the minimum requirements of ASTM D3034 and ASTM F679. b. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) PVC cell classification 4) ASTM or Standard Dimension Ratio (SDR) designation 5) Seal of testing agency that verified the suitability of the pipe 4. Joints a. Joints shall be gasket, bell and spigot, push -on type conforming to ASTM D3212. b. Since each pipe manufacturer has a different design for push -on joints; gaskets shall be part of a complete pipe section and purchased as such. 5. Connections a. Only use manufactured fittings. b. See Section 33 3150. 6. Detectable Metallic Tape a. See Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 33 05 10, and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC pipe in accordance with Section 33 05 10. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and rejector repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised June 19, 2013 City Project No, I00276 333t20-6 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 6R of 6R b. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that identification marking on each joint are oriented upward toward the trench opening. d. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. D. Connection Installation 1. See Section 33 3150. E. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD too] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection a. Provide a Post -CCTV inspection in accordance with Section 33 0131. 2. Air Test and Deflection (Mandrel) Test a. Perform in accordance with Section 33 0130. 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 6/18/13 D. Johnson 2.2.13.Lb—Pipe Material Clarification CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised June 19, 2013 City Project No. 100276 ADDENDUM NO. 3 FOIl CRf:]WLEY RELIEF INTERCEPTOR M-325, PART 1 City Project No. 100276 Addendum No. 3 Issue bate: January 16, 2019 Fild Receipt Date: January 17, 2019 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). Note receipt of the Addendum in the Bid Form and on the outer envelope of your bid. Failure to acknowledge the receipt of Addendum No. 3 could cause the subject bidder to be considered "NON -RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. ATTACHMENTS TO THIS ADDENDUM. Section 00 42 43 — Proposal Form PLEASE MAKE NOTE OF THE FOLLOWING REVISIONS: SPECIFICATION AND CONTRACT DOCUMENTS: 1. Section 00 42 43 -- Proposal Form Replace Section 00 42 43, Proposal Form, in its entirely with the attached revision. The quantity for Bid Item 36 Sanitary Line Grouting has been revised. Receipt Acknowledged: _ By. Company: JaCkson Construction, LTD Water department: By: In 0 Torly Sholola, PE Senior Capital Projects Officer Water Department ADDENDUM NO. 3 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE, 810 '33 1?'A3liilxlY'.ST?. t'sfe. 3x "1 tft-AC:iruJun *in• 9 Addcadum RN iddees Application Ployect trcm Infanlsei,ott Rfddcrs Proposal 9!dILS1 Suva %ra VCScnpUg3l .`,j+:�i i�diWa+C11�01=9. till9i 6C t"SCR91tSC ••-��::!:1� _......` n nidV.d- 1.A• 3331.4505 42" UP Sewer wf Prolectc 401. Acceptable 6ackfill - 3311 10 I.F 1,684 1.5' .5331 ASUS 42" Fibergiass Sewer Pipe, Acceptable Backfill 33 31 13 LF 1,584 1.(;, . 333i.45W 42" PVC ASTM F879 Sewer Pipe, Acceptable Backfill 33 31 20 Ll= 1,584 2 A• 3331.4506 42" DIP Sewer wl Pratecto 401, CSS BacMll 33 11 10 LF 40 2.B' 3331.4509 42" Fiberglass Sewer Pipe, CSS Backfill 3331 13 LF 40 2.0 3331.45G2 42" PVC. ASTM F679 Sewer Pipe, CSS Barkliig 3331 20 LF 40 ... 3.A' t3331.4507 42" CIP Sewer Pipe wl Protacte, 401, Select Backfill 3311 £0 LF 3,381 3.0' 3331.45t0 42' rube rglaea Sewer Pipe, Select Backfill 3331 13 LF _ . 3,381 3.C' 3331.4503 41" PVC ASTM F672 Sewer Pipe, Select Backfill 313120 LF 3,361 4 3331.4423 36" Fiberglass Sewer Pips, Select Backfill 3331 13 LF 63 5 3331.A310 21" PVC 0§ 46 ASTM F679 Sewer Pips, Select Backfill _ _ 33 31 20 _ LF 29 .. _ a 3305.1111 66" Casing By Other Than Open Cut (ASTM A-139, Grade W - 33 05 22 LF - „ - 343 - 7 3305.1 it 166" Caeing By Other Than Opea Cut (ASTM A-139, Grade 0) 33 05 22 LF 282 9 3305.3014 42"SowerCarrier Pipe 330524 LF 625 8 3331.0106 IS" Sewer Pipe, Point. Repair 33 31 22, 33 3123 LF 100 - 10... 5331,2105 15" CIPP 113112 LF 487 11 3331.4217 15" Sewer Pipe, Select Backfill 33 11 10,3131 20 _ LF 33 -- _ - 12 333IA209 12" Sewer Pipe, CSS Backfill 3311 10.33 3120 LF 20 13 3331,42,10 12" Sewer Pipe. Select BacIM 33 11 10.33 31 20 LF 192 - - 14 3331.4206 to" DIP Sewer wl Prolecto 401, CSS Backfill 33 11 10 LF 23 15 3331.4117 8" Sewer Pipe, Select Baektifl 33 11 10, 33 31 20 LF 46 16 3339.1101 V Manhole _ _ 33 39 10, 33 39 20 .,. EA 7 i7 - .. .. ,. 3339,? i02 5'Drop Manho[a 333910, 33 39 20 EA 1 18 3339.1103 5' Extra Depth Manhole 33 39 10, 33 39 20 VF 216 19.A- 3330.1105 5' Type A Manhole 33 3910, 33 39 20 EA I a 19.6' 3339.1111 5' Tao Base Manhole - 33 39 10,33 39 20 EA 10 20 3339.2001 SewerJunclion 5vuclure #1 (STA 0+7Y,96, M-325) _33 39 10. 33 ae 20 ....... EA 21 _Sanitary 3303,0001. BypastPumping_ 330310 LS 1 22 3305A109 Trench Safely 336510 LF 5,403 23 3305.0207 Imported EmbedmentlBat:411, Select Fief (As Directed By Engineer} 230510 CY 500 _ 24 3305.0116 Concrete Encasementfor Utility Pipes 33 0510 CY 200 25 3305.0110 UtIlty Markers (Surface Markers) 330526 CA t5 26 3305.0110 Utility Markers (Budsd Markers) - - _ 330528 LS_ .i - - 27 .... ......... 3305.D112Concrete Collar 330517 EA- 1s - _ 28 33o5.01 13 TrenM Water Stops 330515 EA . 29 3339.0001 Epoxy Manhole -Liner (Warren Enviornmental) 33 3960 VF 373 30 3301.0001 Pre-GGTV inspdciion 330131 LF 24,130 „ 31 3301.0002 Po"CTV Inspection 33 01 31 - LF 8,515 32 3301.0101 ManholoVacuur"Testing 3301 36 EA 21 33 3339,0002 Epoxy Structure Liner (Warred Environments[) 33 39 60 1,440 34 0241.1(101 Water Line Grouting 024114 CY I 35 0241.1512 Salvage 1" Water Motor 0241 14 EA 1 _ 36 0241.2001 Sanitary Line Grouting 0241 14 CY 540 37 0241.200 Ramcve 0" Sewer Line 0241 14 LF - 87- _ 38 0241.2103 8" Sewer Abandonment Plug - 0241 14 CA 9 39 _ 0241.2104 10' Sewer Abandonment Plug 0241 14 EA 48 40 0241,2105 12''' Sewer Abandonment Plug 0241 14 EA 6 _ 41 0241,2106 15" Sewer Abandonment Plug 0241 14 EA 16 42 0241.2201 Remove 4--ewer Manhole 0241 14 EA S _ 43 0.241.69-31 Abandon Manhole _ _ - .0241 14 to 20 _ 44 3137.0105 Medium Stone Riprop, grouted 3t 37 00 SY 100 _ 45 3201.0117 10' Wede Asphalt Pvmt Repair, Residential 3201 17 LF 25 46 3201,0614 Cone Avmt Repair, Residential 32 01 29 3Y 360 47 3213.0301 4" Cone Sidewalk 32 1320 SF 1,7110 48 3231.0301 4' Gale. Steel I l6' Wide) 3231 26 EA 3 - 49 3292.0100 Block Sod Placement 329213 SY 1.131 50 3292.0400 Seeding, Hydromulch 32 92 13 SY 27,442 . ca geil rmns TrafHrtf'.nnl'nu 34 71 13 MO 12 52 3425.Oi0i SWPPP Af acra 312600 LS 1 53 31 10.0102 6"-S2" Tree Removal 31 10 00 EA _. _ 201 _ - 54 3110-0 €0312-10" Tree Removal 31 1006 EA _ 13 55 311 .0104 111=24" Tree Removal 31 10 00 EA 3 56 0171.0101 Construction Staking 01 7123 LS 1 57 0171.0102 As -Suitt Survey (Red-Llnel 01 71 23 LS 1 53 9999A001Sanitary Sewer Manhole VentilatormthOdorControlOavice 000000 EA e 59 9999.0002 Construction Allowance _ 00 00 00 - „ 1.5 1 S 150,fl00.00 $150,000,00 60 9988.0003 Decomissicn Grl Station 00 no 00 EA 2 61 8999.0004 Remove Sewer Air Release Valve & Vault 09 00 00 EA 3 62 9999.0005 Canelruct Manhole Drop STA 112+96.21 M 325 00 0000 LS 1 93 3999.0006 50" Typs'B' Fontalne Series 95 F'E, Stop Log, wl Two Way Seal 00 00 00 EA 1 64 9950.0007 55" Fontaine Series 05 OW Stop Log, wl Two Way "at 00 00 90 EA 1 65 0135,0101 Rallfoad Cdcldfnatian 01 3513 LS 1 86 0135.0102 Railroad Fla men 1 013513 1 Vvu 1 5 ' CONTRACTOR TO CH00% ONLY ONE ITEM LABELED (A, B OR C END OF SECTION =1rvl V F,Wr WORM gTvl:ti [:OFP51':flil:lTnN %YRATIVATER:u n(Rx3M41TS ..em ltevisu4:91.43:C .�aF Ei:. 0410 Wq{,AI, 44 n}1'1 uG is la W131+,a,J&Nul u-oarccc.�.J: 001113-1 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Crowley Relief Interceptor M-325 for Village Creek Basin, Part 1, 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, January 17, 2019, 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: S 1,584 LF 42" Sewer Pipe, Acceptable Backfill a 40 LF 42" Sewer Pipe, CSS Backfill m 3,381 LF 42" Sewer Pipe, Select Backfill 0 63 LF 36" Fiberglass Sewer Pipe, Select Backfill 0 29 LF 21" PVC PS 46 ASTM F679 Sewer Pipe, Select Backfill e 343 LF 66" Casing By Other Than Open Cut (ASTM A-139, Grade B) 6 282 LF 66" Casing By Other Than Open Cut (ASTM A-139, Grade D) 0 487 LF 15" CIPP m 18 - Manholes _ ® 1-- Sanitary Sewer Junction Structure 0 2 - Decommission Lift Stations 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 EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at htW://www.fortworthtexas.gov/purchasind 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 https://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, TX 76137 The cost of Bidding and Contract Documents with full size drawings: $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 (not mandatory, but highly recommended for a clear understanding of project scope) will be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: January 7, 2019 TIME: 9:00 AM C:,S:.T. PLACE: 3I1 i'i : IV" Street ,Fort Worth, Texas 76102 LOCATION: City of Fort Wirth Water Department 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@fortworthtexns.gov Phone: 8I7-392-6051 AND/OR Attn: Ty Hilton, P.E., Teague Nail & Perkins Email: thilten ngtnnpi-nn-C—co n Phone: 817-665-7145 ADVERTISEMENT DATES December 13, 2018 December 20, 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 No. 100276 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 002113-1 INSTRUCTIONS TO BIDDERS Page I of 9 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. Prequalification requirement worst types and documentation are as follows: 3.1.1. Paving — Requirements document located at; https•//proj ectpoint.buzzsaw.com/fortworthgov/.Resolirces/02�/`20- %20Construction%2ODoewnents/Contractor%2OPre ualification/TPW%2OPavin %20Contractorl/u2OPre ualifcationO/o2OPro ram/PRE UALIFICATION%20RE UIREMENTS%20FOR%20PAVINGo/©2000NTRACTORS.PDF? ttblic 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; lit s:/1 roiec oint.buzzsaw.co. /fortworth ov/Resources/02%20- °/o20Con.struction°/©20Documents/Contractor%20Pre ualification/TPWo/a20Pavin %20Contractor%2OPre ualification%2OPro am/PRE UALIFICATION`/„20RE UIREMENTS%20FOR%20P.AVINGo/v2000NTRACTOR.S.PDF? ublic 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 4. 0021 13 - 2 INSTRUCTIONS TO 13IDDERS Page 2 of 9 3.1.3. Water and Sanitary Sewer — Requirements document located at; https:Hprojectpoint. buzzsaw.com/tbrtworthgov/Resources/02%20- %20Construction°/a2ODocuments/Contractor%2OPrequalifcatio /Water%2Oand%2 OSanita %20Sewer°/u20Contractor%20Pre ualification"/o20Pro ram/WSS%20 pre q ual%20requirernents.do0public 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 PP.EQUALIFICATI^rdS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 5.1. 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 tiie Contract Doc rnents. 3.5. Special qualifications required for this project include the following: none 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 Docurneiits Wild wiiciat►y promulgated addenda thereto, shall be binding upon the City. 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. 4.1.8. 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 o£ 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 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 - 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 inkfur cation. 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 fiirnishing 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 4.05. of the General Conditions, unless specifically identified in the Contract Do'currents. 5. Availability of Lands for Work, Etc. 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 littps://proj ectpoint.buzzsaw.com/fortworthizov/lnfrastructure%2OProj ects/ 100276%20- %20Crowley%20RelieP/o20Intereepttor%20M- %20325Bid%20Documents%20Package/M-325,%20Part%20l?public 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 reasonab-IC chance -f receirng 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 Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6,05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1, In accordance with the City's Business 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 maybe 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 wordsand 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 wlie.m 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 lilay ruodify then "Bid by eieotrorliG CuliiriiuYlication at any time prior t0 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 uiig wlificd or of uvuvtiui narlcial 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 outer or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 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 002113-9 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 SECTION 00 32 15 CONSTRUCTION PROJECT SCHEDULE PART1- GENERAL 1.1 ,SUMMARY Page 1 of 10 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 too] 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, 201 S 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 ihroughout 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 VMS structure in Section 1.4.1-1 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 cast 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 Crowley Relief interceptor M-325 STANDARD SPECIFICATION For Village Creek Basin Revised 1ULY 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. o Baseline Schedule File Name Format: City Project Number _Project Name_Baseline Example: 10 1376North Montgomery Street HMAC Baseline • Progress Schedule File Name Format: City Project Number _Project Name _YYYY-MM Example: 101376 North Montgomery Street HMAC 2018 01 o Project Schedule Progress Narrative pile 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. 0 Arterials a Aviation o Neighborhood Streets a Sidewalks (later) o Quiet Zones (later) ® Street Lights (later) e Intersection Improvements (later) 10 Parks a Storm water a Street Maintenance ® Traffic e 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 Re] ief 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. 1. 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: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. 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 (601/6) 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 nXXnXX.oa.eU Landscaping 13 _g XXXXXX,90 Closeout )OCX)M.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure .. fey Standard Midlestw:res 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 Re] ief 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 tO 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.5 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 (xer, .xm1, . mpx) and the second in a ptlf 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 .xis 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 Far Village Creek Basin Revised JULY 20, 2018 City Project No. 100216 00 32 15 - 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) • 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: o lthe llLRelGttient status of the work tvr the repot Ling 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 o 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, 2019 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. m 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 SUBMITTALSANFORMATIONAL 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—13ASELINE EXAMPLE Page I 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 Creek Basin Revised JULY 20, 2018 City Project No. 100276 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE— BASELINE EXAMPLE Page 2 of 5 ------------ F_-------- i--------- i------------ f---------- i---------- i----------- i---------- ---------- i'•-----•-i----._._._4---------- i---------- {--- Gp u. ! I I I 41............ _ '0 h 1 _._._ } ............ ....... ._.__. I ._____ 1 .___. I __.___ I .___ J _.... ..... ...... l.......... s i _g . _ _ I. i iI --.1--• 0 'J '�. `_i `� I i+l{, I i� W `h ;'�i I i _ _ • rlr 7�:W 1� Cd • iuk7 ::1 i. J1:�7 ri ',i':A Wi .4 :, ''`:+' pr-K-5i q .. A 9 ,.;; r`';I ,r a � , ' d u j u a3 l �'•Y .�" W. fix{ ia'1 � •F W w 'Sit �^ d u '� .fF V 'iui9 : .i+L ray yyyy�� aa �n Y ippk .. w „ w. �l {� • a .% .L av � ,ya ,+l � .r ., r y�i a w {,{: ,yi yF {� r i �,SY� a I I 'p(J •'TII .F #I n,: i{ yF w� 12 19 T I JiY� r11 y *} ''I 4 • 1., +} �.`�jj1 Q Y0 yQ qy1 WI, { A Y, {� il' n •r '� u A ;[.! Kd Fi r 5 _2 {^-.' `+ ii] i' •1 Ilr +.I iFr .I f� i+�i� I ��I I m w ��^' .(f .,^,y-iI ryCr G U.til by'+'I 1 'I • o +`4{1 4'T � �` �I x4. r� y; IQ XI hY !f 1A w 4. fi.2 L'.1 9 'i .• ,w .�I +M *ice. .x� �� R V. iY S4.3ii} ."l y iyM u1 W M. %I 1 Ifl ,13 �I !.1 '� '} ',r I , IJx � "L 1yy7�� rl rl � U at � P � f �l � I �g-.s L4 -�� i� •� `. �j LY` � �' c.. a�.. Y �j 6: I. L; y�Y' ILI zi S✓ ('� � _ MY�. o J u. �. � 'fir CY rI r"1 y5 C '1r h ry IiY YI N it � � �, ,a 'i.:: onyx a � n•� 1r u iY i C ,L L 1V I ry S IiM Y4 .�•a ry i{ .1 � +1 /4 W iY I+� +1 � � ; _ 'a( C� C,.J M1' �r{L i ,y al YL p9 IA IIIj .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. 100276 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE— BASELINE EXAMPLE Page 3 of 5 -•------------"---------- ----------- -------¢---"-'"-._._._.—__._-._._.}__....-.-4_.___---..__....._-' ----'---------'-a 4 C -. .. _.{' _.? ` _.---tI ------•i._ -4#-. _ j4 ._..-�--•-" i `i w i rL i t i 6 I i i ' �1.4 i rK1 ,� - ---------- i---------- i--------- i----------- --------- ______________ ____ ________-- ______ ul .J.i, •1 co co a0 I fkl �L,:i1 0 i it I �Fi �l .6'J'eayy :� d� ti •+ 4� 4 #1r� .1 _ ib �a�(4 q 00 i n i O, rn'.n it il, tl• :R ii ni i .+ W 0 rV 'S'ri m e, 1T .Ie is ii `; '" 14 Rd i i .II i, ;� n r .` •9 �. ''rL :1 I !} Y Fi ird .F � �.a � ,� ±� r # �y �i r, YS �1 � �• I R g : , i1 ii :s' I'�F 1111..,1 I i E •'� mIn E10 AV Ed V R ! a ,F } :rI. I i'i. Ik ry ¢¢ ni A t$. -Nd Y " H F � ;o L �.F tri �+'4 l� pie ;, -� 1" 41yr� IC i.l ii r .I imk.' l! r LF fr% d NI In b vi a }X t.F re [ 3 113 I _J CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JUL.Y 20, 2018 Crowley Relief Interceptor M-325 For Village Creek Basin City Project No. 100276 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 4 of 5 W Rn `,�a t • ---------- ---------- ea — �-- r> _________ _ --I . •rvY 51....: i ' cl IV: 0iaM: n LA t_M F4 w. 1 —.;: -H o U ad A ;-4 CIO 40 u 4 v }„ ilJ U e L + Jy C i12 Lu CL CrrY 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 3215.1 - 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 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE Page I 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 i .............. ; ; i ---------- ----------- .__.-______ 47 r i s ' , i s ey rr ............ i—..... -_J---------- J_--------- 4------ --J----------4----------- i--------- ---------- 1__.._.._..L.._..._..4.........___�-__ !� I3 ----- ._.. — -- -- -•-_-- LT - - . _... ----------- IF iYt•U rr-GI u'4 :.. i'a J ,:, � :: rY rl-rY •iI nl YY n nI ry ra-(J cy.N YV �.,M nJ rl�rt ., .,'n s! ci�cJ: t f11 I 'h Sl I, :I 4 - s r1 a� lir :.i -1, Y _ _ _+-+ �. 11.1.1:1:r �Y...Y r YF �: r l•I r• II O.ilKl- 'a� wIrYFJI �-�'� ,' tI, �i .0 m •4:w .�.•, " yrMhyrl}I YI Y -N: #F .�1 'rtJ M +�:I[]�iyy{ Yl M14�yi.Tl T 1r1p!}h► i,...I4,i � h'.� 1�j.''�''q i���� � 'Sr •IR' � ,5 �2�I � ,+J�II l; :�' r :.. :y r b .: r } .1 m T ✓a VI V nom xt w w w._r: i LL u „ •% V yF b :^ it;p SVJ q. .:J +� 7.r TI �T.l l.lfi y7� .! 7' i G �iw , i �, � i }: � � � w •{ " �y ±: � �'1 +h a� FI Nr u. �.:n .� �n '!'w w. Ir _.,I� �_-..�t..Y �. NI..•1 n,. h.�l .� .� u +I e, .i:.i IR w. dd _ 1 ..:kk :- r� I =4 rl ,- n m [4a +-+ I II1444 hhh •J:i :4 �i�3�bb �J r "� - 4! Q `4 nY n na Yr n, m R W nt s, t, �i n� i:� i� ^ m �I 9i Imil r_ it 22 �J1r',y'u 'r'� � L}' :�: �.,.J� � CMG 11}} :l -!» ": - � � j �1 1, J; ,S I l5px#, cl:S Th ��1 ii 6 ZJ 2] O IS L} it i7 L] .J }.9.6O 99 O 9 O r} 0 g: o - � '.or qy1 p ' + r a 'r 1. lit144 r �I wi :.N! il� �I -I .1.. w� ,fJ 1 Ill III WJ ?l P+1 •..I' Lf FP•^9M• ' Y� Y =L n i:r G: w Ii-�r..,h.4a r��• r�yl y�. f .f fl r' {t � .Ill ul P) q:—, :n W J +*'�F Mh... i l 2'Il!•I:f �.� IT" r yl x[ " . .zj I �VJ p_ fL u u e it �I + {^.LL N v4 �I Y ' �• r I V�' a •J ! i y' �T.l' !�1; .'4 I'A7 i!4 .S y z y� i {rf1L Ili{ y 7 L rr iJ ,� I:} 1 fc �I:fi Fes' N f7 Ill V iE IY l rr'F YY I ei r �� C. ire ; a I!'i:i ir�Ir,Ni � 1 CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS For Village Creek Basin Revised JULY 20, 2018 City Project No. 100276 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE Page 3 of 4 —#I----..-.-! ................................r....----.I_..—..------._..--'---------`----------i----------'---------- — •-------- : : ::i r ti , --- ---- - I ----._ -.._. kt - _ - - - ---- '--------= - - - '--- - - ---- - - -- - -- _ dY t�s •'•-----1'----'---1---------- ----------L--------- J---------- J--------- -�-= f r . L..........�lw-......, .J..-..F....A_........-J... r]n 3 CA C, '#i it SG,6'1 N N,fl°i r# Yi;l1 ,! gr'S1.EV i'! rV `E i/ F tV 1- ii ;w•N [Y,0 eA r11.. r+ rl ri rr li`=. CL ' I , 'L-. ��5 le li 1� ra 11 u'u:15 a is of .. n 1d a n ■i :.: u-Ws s - " a � �I U m k5 1 H 4 r1 1 ; 14 4114 n iv �{'c a •�6 .} .4 { .r ._ 0 � �{'ti iu n .i -i .II iF �:,�i �.H,i•` T � 1, u, m � �i � m h +•' :+� a3, . f R.PI y L� .4' � •f � j1, r - .Sa _9C�r]a VI k R s 11 h u J:l i}r3 3 'g LL.o.1n y =- m �+ e, u. 11 .n w :.: w'111 .n ''} ;• ,fi F rc �� M n� :, � ,ry �• 11. II 'q� �1 iF} I�.: kyI :} It:�I f� - €� :; �3 I Si ` }^ 1I� �'• I I '7 11r_IL �• :+ v 9 I ml'n �Tk Ir; N b� Ik k x.ru17 .R -••'� 4 'I/ Y. ' N & f:l r! .41.4 F9 F. t✓.1i. ki c Q T x"g it C1 1 L Ls# q a id '1E7 tJ 39ta 2 VIP 2 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 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, 201 S City Project No. 100276 00 3215.3 - 0 —PROGRESS NARRATIVE Page i 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 repowling period. I. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) M. List of activities to ne accompusned in the next 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) C. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) 3. 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 Cf W Projects TPW Official Release Date: 7.20.2018 Page 1 of 1 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE— SUBMMAL PROCESS Page 1 of 7 SECTION 00 32 15.4 CONSTRUCTION PROJECT SCHEDULE — SUBMITTAL PROCESS PARTI- 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.Griffm@fortworthgov.org 817-392-8868 Using your registered username and password log into the City's Buzzsaw Site hops:Hproiectt)oint.buzzsaw.com/clienUfortworthgov .1 . 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, 2018 City Project No. 100276 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 2 of Ev T?a JY f. ....�. Fd Forms � J' �. jJF 'i�due.:r�1c- Frew" :!a + - ] EA Reaerrses ' _] Gans"stx�an - w.f tens_dtanl& '� Canis-hfr ,� f ';] Correspon[ience - �C_nePaiCwsGaetOac�n�acd9 _] Fa6ucb?eetrc}a Ley co:Eentraldust�. Y -* t; � tl�)�5-L:rt+�-i v'iCat��.�iiral Cluster-' i,f,. � i;'� f:9]T75-t;r6a:e'v!f'�gas.5E GYwlzr Eerry . r) GQX6-1;rbw V.R wr iE G'651e:r P: Ar: otrm-;anilary;roarpm�m Ewkt 09755-fde6cuke Rd i4 Cilt Tw 14 '.� CEP763-Cfrits Reef- arrant loon to G1 Sr MM-At, S+w-ff I�- Syaa Yriw:w- rrre Lfz �Sycamuse Ed, T +re.0.i `tre#zY RDad- ni.9n'_—i.i son-+�----+ 7rn,1 F+T. : • r. T,1. Pel—rn 1 wma*i rmu t umqdq c6E4 3msmdi11bar4o*di 01 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: 0070 1 -FlaxseedDrainagelmprovements-Baseline Schedule submittal updates will be labeled with Schedule Submittal ovate `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 1p . 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 3 of 7 He EM %re* r_-ds ?to q- Adl$* 13 X X! 0. 1 zyu 1 -0 kmi W 14 1 IV." I q L ,6 JW 0 Ned —ki +ii1701 - Fl*.E,,ed Darage impmm'.7. k Fu !� hdv&4PwCes tJ (7nstricbm 46 - -f: C] General Contract Don meats and Spec Vs3jedDrzyfflhgg _�J pl"c flee, ngn i_:j Real Prnputy SFtmbFiuck_-x-A lit , Wes W705. 00706 -LVa Vj11age%SE0us:w MV6 - Urban Vftws SE Cluster New Lad W755-MemqwWAd ZQ04CIP Yew I Wes. 1; rq3M-- Wks Road - aevanl Ir-M to Grunt (107M -U �-w Chanel mS&.00i:v rohhMN Select BFowse and go to the location of the files on your desktop. Select Open M .Loi 0 1 It 1A i1i J 10 M"* UM &01ct k.bw WT&U,:uLa kid ti 4 Dc-MIIL rkwuibw'(v". T2 —c- "dFieaomNarlAAA, Yir L. o � Ell. 'Dedftp Al Lv Pro 7 Player % JR4 KetwwkPlaces _JA.'J'ePF*Kts A_Ijkre ATGWA Tu"h x'I "3uzz6av; 2GUS 41_rod Record WA P'o CH2M.WILYM �.r,CrowRWPN1PExam 3M 7.3. 6 1kZ113 client J1 CryuUIRkports "8 n) Gov91e Earth ;tLW -� W&a�z�Gude,pdf L�,PIP Photm�-, Exurfts oiskuehaw&nter V Phohrmart Pre-Mer Free Sound Renardu SuUivn C�nbu ITIne- Mrr aff Vis"1e4oq 100ZTrcWe Cut eH.ek -',ON*WfAg PFIN FWnO r- rCe F4TW F,4 FA, The file will appear in the Buzzsaw Add to Project — Select Documents window Select Next. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 Crowley Relief Interceptor M-325 For Village Creek Basin City Project No. 100276 00 3215.4 - 0 CONSTRUCTION PROGRESS SCHEDULE— SUBMITTAL PROCESS Page 4 of 7 Do not select Finish at this time. - '—'� [] �eel�ue�nslb�ai14�11!■prnpR4nnhc,prm+�+�o-�ina�nrrarp�l�tup�p. •select �. BAw�I.:. I' , . . , . I --- .. Documents Atiach.Corrnneri �r!��{!1rfR 1-P44a YI'fP'�F.. pre 7R701J-t�Y�ce i7ra sseil 'r rlw'1t! '1a49j�w1� c1E533mmmhmd.-- 0?J4- 1-UM 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. � R:re�6ra.ameel�t@,Mk+vruoervyon6"Mwlan4bnkdgaw Iihimfc Unb4iroaddw. %ilr.R*gvm" M Se!ec comments I �rr�sk bneme d�luu 1� -1 s ! F 1 R A R, L�J _i�J !A 1 _ J .erxiEma!E '�te'ir I0�701-!!weed?JrainagaSmlxavements-F�sel!ne lase!Yr+e S_I:r-s;le Svbn!ttal fionx'Campa<y Flame' rniacttisme Contact Phane- Or L!pdaL 5,hedd..e SLbnOtal from:Campany Nance` for work ve formed tip to January 31, wov cont�= Name Contac, Phorid I I v�} � ■ _Fr_.il I C�nced -- ---..¢- � CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised .IDLY 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. 11. iwvwia lalN FS1. 11 m —tlavrlSUA T: T,-,- T 11 7i- 1] H.. 47... kip 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 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 6 of 7 .:<I "mi Io npVf"V tmmAf.l� rl A- w upR!Aed Res, irn Tiep is oQGund Seleet Qoa:rr�n;� _ Attach Comment ' Miierfd.:Emait- ra� �reS Gl,ffin -- PtoEiFicalfon _---�mm..- qa.,, Project Controls Team I. .ram_ ��qa-tii-Flaxsee�aina�elmpravenrent>�seEs:fe Sumcettal ITM Companv Flame - `plate Schecule Rboittal.*om'Compam Flame' inr v:-rk perfmned up to January. 31, 2009 CatYactName- Ca -I-hwa The schedule file is uploaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist. I �I � a idrF+ , i .l - i Y' , • �' W III iCT - I i it - 1 L: ' I" p,+,� t�,.,.nlns,t. 4..wi, rt� I illy 7rt TIP =YtlJril � ,};�xna: shN_+.�k F-N4k'k i{.3+ Fkac•i"', t !1.7 U.?i..+ JCt— I.I :y;l CGYkS(pMHN:G ,Jc ,,ernlco:,trn�,rba�:I��isa�; • .�1. �Yo;rxt_ aain;s F _� 6"died�dzY , uv�viz aYseedr�a�Ni,<o�� "-� 9ch�11es ilvsx,xis x �. , I�f {'%p5-'_!^. Y+�4re9 CnnPf2i l;h'stc ]7KF - i� P.-P7S-'..'i osf: �kF<YS GE�bal Ckslt+�.w OG-."M-u'r::- ',IiI ns U0USiYA 5 �- •'E, 67705 lrs��o - .,•'�ro�;,3.. �eacwsxncrxeha5 u,'ahl Ll ,l-755-�esr R720MCI2Year!Ms lk'`-M-Nt.R-d-5rvam ua Gram TO" 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 IULY 20, 2018 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 00 35 13 BID FORM Page 9 of 9 SECTION 00 36 13 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 CIQ 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. http://www.ethics.state.tx..us/forms/CIQ. df http://www.ethics.state.tx. us/forms/CIS. odf CIO Form does not apply CIO Form is on file with City Secretary CIO Form is being provided to the City Secretary CIS Form does not apply F CIS Form' is on File -with, City Secretary _I CIS Form is being provided to the City Secretary Jackson Construction, Ltd. By: Troy L. Jackson 5112 Sun Valley Drive Signature: ,-14.� Fort Werth, Texas 76119 Title: President ENO OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 Crowley Releff inter M-325 Part t Adm#3 - FTW.As TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: City Project No.: 100276 Units/Sections: M-325, Part 1 1. Enter Into Agreement SECTION 00 4100 81D FORM Crowley Relief Interceptor M-325 For Village Creek Basin, Part 1, CPN. 100276 004100 BID FORM Page 1 of 9 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TQ BIDDERS,_including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance, certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Crowley Releif Inter M-325 Part 1 Adm#3 - FTW.xIs 00 41 00 BID FORM Page 2 of 9 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalifiication The Bidder acknowledges that the following work types must be performed only by prequalifed contractors and subcontractors: a. Wastewater New Development, up to 42" by Open Cut b. Wastewater New Development, up to 42" by Trenchless Methods c. Wastewater CIPP, up to 24" d. Concrete Pavement < 15,000 SY 4. Time of Completion 4.1. The Work 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: k , a. This Bid Form, Section Oil 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 "if necessary, CiQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6,1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Crowley Releif Inter M-325 Part 1 A6m43 - FTIN,xls 004100 BID FORM Page 3 of 9 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 7. Bid Submittal This Bid is submitted on 1/17/2019 Respectfully submitted, By: (' nature) Troy L. Jackson (Printed Name) Title: President Company: Jackson Construction, Ltd. Address: 5112 Sun Valley Drive Port Worth, Texas 76119 State of Incorporation: TX Email: office@jacksontx.net Phone: 817-572-3303 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 by the entity named below. Receipt is acknowledged of the initial following Addenda: ,Addendum No. 1: ✓� Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: Crawley Releif Inter M-325 Part 1 Adm#3 - FTW.xls fj241 111nrR0rclSAL kxp [Rof IR�h'kla�Jum i:a.3 SECTION 00 42 43 Adderd.. Nn.3 PROPOSAL FORM UNIT PRICE BID Bidder's Application Pmlecs uuu Inrrnmauer. I Biker €.paral Didlist h- €7ewripaw 1 5pxiilcarivn S.-xrinn N . lied 0£ But Quanlrh Jail Price Bid Ynlne Rteasure 1_A' 3331.4506 42° DIP Sewerwl Pretecto 461, Acceptable Backfitl 33 11 10 LF 1,584 I-B' 3231.4603 42" Fiberg€ass Sewer Pipe, Acceptable Backfill 33 31 13 LF 1,584 1.C° 3331.45DI 42" PVC ASTM F679 Sewer Pipe, Acceptable Backfill 3331 20 LF 1,584 $256.00 $405,504.01 2.A' 3331.4506 42" DIP Sewarwf Proteclo 401, CSS Backlill 3311 10 LF 40 2,B' 3331.4509 42' Fiberglass Sewer Pipe, CBS Backtill 3331 13 LF 40 2.C' 3331.4502 47PVC ASTM F679 Sewer Pipe. CBS Backfill 3$ 31 20 LF 40 $551.00 $22,040.01 3.A' 3331A507 42" DIP Sewer Pipe wif Proteeto 401, Select eaoldii€ 3311 10 LF 3,361 3.B' 3331.4510 42" Fiberglass Sewer Pipe, Select 8acktill 3331 13 LF 3,381 3.C' 3331.4503 42" PVC ASTM F679 Sewer Pipe, Seled Backfill 335120 LF 3,381 $256.00 $866 53&OS 4 3331.4423 36" Fiberglass Sewer Pipe, Select Backfill 3331 13 LF 63 $593.00 S37,359.0( 5 3331.4310 21" PVC PS 45 ASTM F679 Sewer Pipe, Select Backftl€ 33 31 20 LF 29 $171.00 $4,950.0( B 3306.1111 W' Casing By Other Than OPa" Cut (ASTM A-139, Grace B) 33 05 22 LF 343 $1,574.00 $539,862.0( 7 3305.1111 66" Casing By Other Than Open Cut (ASTM A-139. Cuade D) 33 05 22 LF 282 $1,574.00 $443,6680 8 3305.3014 42' Sewer Carder Pipe 33 05 24 LF 625 $260.00 $158,125.0( 9 3331.0106 15' Sewer Pipo, Point Repair 33 3122, 33 31 23 LF too $110.D0 $11,000.01 10 3331.2105 15" CIPP 3331 12 LF 487 $142,00 %9,154.0( 11 1331.4217 15" Sewer Pipe, Select Backfill 33 11 10, 33 3120 LF 33 $128.Op $4,224.01! 12 3331.4209 12" Sewer Pipe, CBS Backtill 3311 10, 33 3120 LF 20 $17G.00 $3.520.01 13 3331.4210 12" Sewer Pipe, Select Back1IH 33 11 10, 33 3120 LF 182 $88.00 $16,016,0C 14 3331.42M 10" DIP Sswarw/ Protedo 401, CBS Baekiill 3311 10 LF 23 $259,00 $5,957.0C 16 3331.4117 8" Sewer Pipe, Select Backfill 33 11 10. 33 3120 LF 48r $03.00 $3,984.0C 16 3339.1101 5' Manhole 33 3910, 33 39 20 EA 7 $6,700 00 $46,900,00 17 3339.1 fat 5' Drop Manhole 33 3910, 33 39 20 EA 1 $7,600.00 $7.600.00 18 3339.1103 5' Extra Depth Manhole 33 $010. 33 39 20 VF 216 $221 00 $41,736,00 19,A- 33$9.1105 5' Type A Manhole 3339 10, 3339 20 EA 10 $13,400.00 $134,000.00 19.B` 3339.1111 5' Tee Base Mtantiole 33 39 10. 33 39 20 EA 10 20 33392001 Sanitary Sewer Junction Strrtcluro #1 (STA 0*72.96, M-325) ' 33 39 10, 33 39 20 EA $186,000.00 $iB8,000.00 21 3303.0W1 BypasgPumping 330310 LS 1 $423,000.00 $423,0000) 22 3305.0109 Trench Safet, 33 05 10 LF 5,403 $2.W $f 0,806.00 23 3305.0207 imported EmbedmenU6acidill, Select Fill (As Directed ey Engineer) 330510 CY 500 $50,00 $25,000,OD 24 3305.0116 Concrete Encasement far Utility Pipes 33 05 10 GY 200 $180.00 $36.000.00 25 3305.0110 Utility Markers (Surface Markers) 33 05 26 EA i5 $140.00 $2.100.00 26 3305.0110 Utility Markers (Buried Markers) 330528 L$ 1 $300.00 $600.00 27 3305.0112 Gamete Goilar 330517 EA; 18 S500.00 $9,000.00 28 3305.0113 Trench Water Steps 330516 EA 5 $1.100.00 $5;5o0.W 29 3339.0001 Epoxy Manhole Liner (Warren Enviommental) 33 39 60 VF 373 $270,00 3100,710 00 30 330f.0001Pre-CCTV Inspection 330131 LF 24,73G $3.00 $74,190.00 31 3301.0002 Post -CCTV Inspection 33 0131 LF 6,515 $2.00 $43,03p,00; 32 3301.0101 Manhole Vacuum Testing 33 01 30 EA 21 $500.00 $10,800.00' 33 3339.0002Epoxy Stn,ctureLiner (WanenEnvironmental) 333960 SF 1,440 $18-001 $25,920.00 34 0241.1001 Water Line Grouting 02 41 14 CY 1 $146.001 $145.00 35 0241,1512 Salvage 1" Water Motor 0241 14 FA 1 $1 50.001 $150.00 36 0241.2001 Sanitary Line Grouting 0241 14 CY 540 $145.00 $78.300.00 37 0241.2013 Remove 8" Sawar Line 0241 14 LF 67 $4.00 $348. W 38 0241.2103 a" Sewer Abandonment Plug 02 41 14 EA 9 $800.00 $5,400.n13 39 0241,2104 IV' Sewer Abandonment Plug 024114 FA 48 S800.00 $38,400.00 40 0241.2105 12"SewarAbandonmentPlug 024114 FA 8 $950_00 $7,60D.00 41 0241.2106 16" SewerAbandonmerlt Plug 02 41 14 FA 18 $1.100.00 $19,800.00 42 0241.2201 Remove 4' Sewer Manhole 0241 14 EA 3 $500.00 $1,500.00 43 0241.5001 Abandon Manho€e 02 41 14 EA 20 $500.00 $€0.000,00 44 3137.0105 Medium Stone Riprap, grouted 31 37 00 5Y 100 $57,00 $5,700. W 45 3201.0117 10' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 25 $77,00 $1.925.00 46 3201.0614 Critic Pvml Repair, Residential 220129 Sy 360 $87.00 $31,320,00 47 3213,03014Conc Sidewalk 321320 SF 1,700 $6.00 $10,200.00 48 3231,0301 & Gate, Steel (16' W€de) 32 3f 26 FA 3 $2.80p.00 $8,400.00 49 3292.01Do Block Sod Placement 329213 -BY 1,131 $500 $5,655.00 5o 3292.04130 Seeding,Hydramulen 329213 SY 27.442 $1.50 541,103.00 $1 13471.0001 Traffic Con" �312&0101 34 71 13 MO 12 $1,20010 $14,400.00 52 SWPPP 2: 1 acre 312500 LS 1 $52.0DIN0 $52.000.00 53 3110D102 W-12" Tree Removal 31 10 06 EA 201 -Ww.coi $120,600.00 54 3110.0103 12'-`!W Tree Removal 311000 EA 13 $900.00 $11,700.00 55 3110,0104 18"-24" Tree Relnaval 31 1000 F-A 3 $1,300,00 $3,90o.001 56 0171.0101 Construction Staking 017123 LS 1 $24000.00 424000.co 57 0171.0102 As -Built Survey (Red Line) 01 71 23 LS 1 S5 000.0o $5.000.OEs 68 9949.0001 Sanitary Sewer Manhole Ventilator with Odor Control Device 00 00 00 EA 8 56,0pp.pq $48.0goA0 59 990.0002 Construction Allowance 000000 ; LS 1 $150,000.W $150,000pq 60 9999.0003 Oecomiswon Lift Station 00 00 W EA 2 $32000,00 $64,000.00 61 9999.0004 Remove Sewer Air Release valve & Vault 00 00 00 EA 3 $900.00 $2,700,00 82 9999.0005 Construct Manhole Drop STA 112+95.21 M-325 000000 LS 1 $0000 $4,300.00 63 9999.0006 66" Type'S' Fontaine Series 95'i E Stop Log, w/ I m Way Seal 00 00 00 EA 1 $16,000A0 $fs,000LOO 64 9999.0007 5a' Fontalno Series 95 CW Stop Log, wf Two Way Seal 00 W 00 FA I $16,000.Oo $16,000W 65 0135.0101 Railroad Coordination 013513 LS 1 $15,000.00 $15000.00 69 0135.0102 Railroad flagmen -- 013513 IUD 5 $2 500.00 12 508.00 _ ' CONTRACTOR TO CHOOSE ONLY ONE ITEM LABELED A B OR C -- ToulBid $4587826,p0 €ND OF SECTION :F'r Or FORE ulna III SIAknARDLui4sr4r%:rum punFivATon!.%.Icvyr No, F-:m Rcs.u�t.uie012n ...anrsr rt'N:d lMrl ih•I7{f'oi51 T,�na±-FTi�afs SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 004313 BID BOND Page 4 of 9 That we, Jackson Construction. Ltd. , known as "Bidder"herein and Su mty Name I lore, a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, helVnd mly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, k ow,erein, in the penal sum of five percent (S°/a) of Bidder's maximum bid price, in lawful money, oft Uni d Stat s, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be ode, bl urselves, our heirs, executors, administrators, successors and assigns, jointly and severally, fir y the a presents. WHEREAS, the Principal has submitted a bid or p posal to perform Work for the following project designated as Crowley Reli f Interceptor M-325 For Village Creek B in, Part , CPN. 100276 NOW, THEREFORE, the condition of this tion is such that if the City shall award the Contract for the foregoing project to the Principa and t e ri I shall satisfy all requirements and conditions required for the execution of the Contract and shall nter int a Contract in writing with the City in accordance with the terms of such same, then this obligation sha a and b me null and void. If, however, the Principal fails to execute such Contract in accordance with the to s o ame or ails to satisfy all requirements and conditions required for the execution of the Contract, this bond s all beta the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty h eof, and shai'be used to compensate City for the difference between Principal's total bid amount the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal attion be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District o or the Northern District of Texas, Fort Worth Division, IN WITNESS WHEREOF th rincipal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers o his the day of 2019. PRINCIPAL: 6 BY: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised Wt71109 Signature Name and Title Crowley Reled Inter M-325 Part 1 Adm#3 - FTWAs 00 43 13 SID BOND page 5 of 9 Address: SURETY: BY: Signature - Name and Title Witness as to Surety Telephone Number: Attach Power of Attorney (Surety) for Aft /rnne in-F t *Note: If signed by an officer of�m�usEEpravicled, mpany, there must be on file a showing that this pers to sign such obligation. If Sure its mailing address, both The date of the bond shal is awarded. EMID OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 2G171109 certified extract from the by laws ty's physical address is different from I not be prior to the date the Contract CroMey Releir inter M-325 Part 1 Adm#3 - FTw.xls Conforms with The American Institute of Architects AIA Document 310 Bid Bead CONTRACTOR: SURETY: (,Varrte, (game, legal status atlrl rillcrP(!I pinGe l�ltlreixlertij Jackson Construction, Ltd. The Hanover Insurance Company 5112 Sun Valley Drive y 440 Lincoln Street This document has important legal consequences. Consultation Fort Worth TX 76119 Worcester MA 01653 with an attorney is encouraged with respect to its completion or OWNER: modification. (,Faun, kt ,alsiatrts and addrrrss) Any singular reference to City of Fort Worth, TX Contractor, Surety, Owner or other party shall be considered plum[ where applicable, Fort Worth TX BOND AMOUNT: $ 5% GAB Five Percent of the Greatest Amount Bid PROJECT: I'v`aate, locationoraddrev& andProjectnumber, iifat{tj Crowley Relief Interceptor M-325 for Village Creek Basin Part I/ Project 100276 The Contractor and Surety ara bound to the Owncr in the amount sat forth above, for 111c payment of which the Contractor and Surat bind themselves, their licirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond aro such that if the Owner accepts the bid of the Contractor within the time specited in the bid doonnients, or within such tirne period as}nay be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordenve lvith the terms t3f snetl, hid, and gives suoli bond or bonds as may be specified in the bidding or i D33tiaCt I1oc€ir116nts, with a surety admitted in the jiltisdiction of the lirviect and otherwise acceptable to the O►emcr, for the faithful performance ofsuch Contract and for the prompt par'ment of labor and material frimished in the prosecution thereof; or (2) pays to the Owner the difference. not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to la:rtbrni the Nvork covered by said bid, then this obligation shall be mull and void, othenvise to rentain in lull force and ell'ect. The Surety hereby vqi Lcs any notice ut'an of reentcut betwwen the Owner and Contractor to extend the time in which the Oweer Wray accept the bid. waiver of notice by the Surety %hall not apply it) ally extension exceeding %ixty (60) days in the aggregate beyond the time liter acceptance of Bids s ied lied in the bill documents_ and the Owner and Contractor shall obtain file Suretys consent for ail e�lensioi3 beyond r:ixiy (60) days. If this Bond is issited is connection with a subcontractor's bid to a Contractor, the taut Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Band has been litmixhetl to comply with a statutory, or other legal requirement in the location of the Project, any p" ision in thi% Bond contlicling tvi th said statutory air legal requirement shall be deemed deleted herelroin and pelt i.6011S confiiniting to Such statutory or other legal requirement shall bt deemed inctsrporaled bereni, When so lurnislied, the intent is that this Bond %hall be coostrued as a statutory bond and not as a common law hood_ Signed and scaled this 17th dny of January, 2019 (jl• Itf1L�5:51 Jackson Construction, Ltd. (Principal) (Seal) By: / t� fTrtle) � roddent The Hanover,] urance Comp} 13y: , ri ('Title)Jack M. Crowley A t ey-in-Fact h1L 5�D0541AS 8110 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWER OF A'T1 oi=i N Y THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL. PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS lNSU12ANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, (hereinafter individually and collectively the"Company") does hereby constitute and appoint, Steven R. Foster, Jack M. Crowley and/or Tonie Petranek Of Willis of Texas, Inc. of Dallas, TX each individually, if there be more than one named, as its true and lawful attorney(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested bythe secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Five Million and No1100 ($35,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its narrie and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED! That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one oc more of any such signatures thereon may be facsimile. (Adopted October 7, 1981 — The Hanover Insurance Company, Adopted April 14, 1982 •- Massachusetts Bay Insurance Company; Adopted September 7, 2001 — Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 12th day of February, 2018, "-hs #tan ver 10*orame Crmp»ny massacitus tts Bay ihs4 arsee company Oticens 3r . ra rtc:a (-�M,uany of America John C. Rothe, E'1�7* and Pre side= THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. Th. r-lann— r.v urar a C.—Pony ¢fa�acFricaa�lts Spy 1es�rxrans:se-fcrna pasty �.a4izasss assaur�e*cn £:.z`rrvrs�,ny z>r,Arnrr:c:x. 14 Tarze3 H. Ka%%4ecl;i, 'vi" President on this 121' day of February, 2018 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance: Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Coroorations, uARnmup f. L. 5 Y 'tiw bra,ea] sU. '*oEvq PaissFit AI, Cummxssitm L""zpirra t'Iar.:h 4.'02_^ 1, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Flay Insurance Company and Citizens insurance Company of America, hereby certify that the above and foregoing is a fu€€, true and correct copy of the Original Power of Attorney issued by said Corn panies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 17thday of January 2019 CERTIFIED COPY i ILTA erG C7. K'IasEmecR P r id£;m _ "4 Fes, .., The �'"� ri ovehr The Hanover Insurance company 1 440 I.incoin Street Worcester, MA 01653 Insurance Cxrotip7� Cdj=ns Insurance Company of America 1645 West Grand River Avenue, Howell, MI 48843 Texas Complaint Notice IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: You may call The Hanover Insurance Company/Citizens Insurance Company of Amenca's toll -free telephone number for information or to make a complaint at: 1-800-608-8141 Para obtener informacion o para someter una queja: Usted puede llamar al numbro de telefono gratis de The Hanover Insurance Company/Citizens Insurance Company of America's para informacion o para. someter una queja al: 1-800-608-8141 You may also write to The Hanover Insurance Company/ Usted tambien puede escribir a The Hanover Insurance Citizens Insurance Company of America at: Company/Citizens Insurance Company of America al: 440 Lincoln Street Worcester. MA 01615 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may Write the Texas department of Insurance P. 0. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http-./fwmw.tdi.texas.gov E-mail: ConsurrlerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: 440 Lincoln Street Worcester, MA 01615 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas ah 1-800-252-3439 Puede escribir al Departamento de Sdguros de Texas: P. 0. Box 149104 Austin, TX 78714-9104 Far: (512) 475-1771 Web. http:%/www.tdi.texas.gov E-mail: ConsumerProtection ra tdi.state.tx,us DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium or 5i tiene una disputa concerniente a su prima o a un rec- about a claim you should contact the agent or the com- lamo, debe comunicarse con el agente o la compania pany first. If the dispute is not resolved, you may contact primero. Si no se resuelve la disputa, puede entonces the Texas Department of Insurance. comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: This notice is UNA ESTE AVISO A SU POLIZA: Este aviso es solo para for information only and does not become a part or con- proposito de informacion y no se convierte en parte o dition of the attached document. condicion del docurnento adjunto. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 7 of 9 SECTION OQ 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State here or Blanik , our principal place of business, are required to be "% k euo percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here 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.l] Jackson Construction, Ltd. 5112 Sun Valley Drive Fort Worth, Texas 76119 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 201/0627 By: Troy L. Jackson (Si ature) Title: President Date: A A i Crowley Releif Inter M-325 Part f Adm#3 - FTW.xIs 00 45 11 -1 BIDDERS PREQUALIFICATIONS Page t of 3 SECTION 00 4511 BIDDERS PREQUALIFICATIONS t. 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) listed 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 3lst 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 prequalification. 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 00 45 11 - 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. (8) 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 reflecting 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 a new 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 00 45 11 - 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 Project No. 100276 00 45 12 BID FORM page 8 of S SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Expir alifation DatDate Expire Wastewater New Development, up to 42" by Jackson Construction, Ltd. 4/3012019 Open Cut Wastewater New Development, up to 42" by Skaggs Road Boring, Inc. 10/31/2019 Trenchless Methods Wastewater CIPP, up to 24" Insituform Technologies, LLC 4/3012019 Concrete Pavement < 15,000 Jackson Construction, Ltd. 4/1/2020 SY The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequaiifted for the work types listed. Jackson Construction, Ltd. ByJroy L. Jackson 5112 Sun Valley Drive 'gnature) Fort Worth, Texas 76119 Title: President Date: A -71 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Crowley Releif Inter M-325 Part 1 Adm#3 - FTW xls VO-TH FORT SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box City Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company 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 76102-6311 AND MARK THE ENVELOPE: `BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 nu"�Ir�EaB CI.ASSIFICATIt)1'� The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has Iess than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller 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 00 45 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller X 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, t2-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller X_ 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 X 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 S 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT I 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? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO 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 S S. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? ]f 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 I 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? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT 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. 100216 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Cbarter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20, 2012 City Project No. 100276 14. Equipment 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCESHEET VALUE 1 2 3 4 5 6 7 8 9 10 ll 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 seeking 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 004513-9 BIDDER PREQUALIFICATION APPLICATION Page 8 of S BIDDER PREQ'UAI_,IFICATION 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 answersto 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 WORKERS COMPENSATION LAW Page I 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 1, 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: Jackson Construction, Ltd. Company _5112 Sun Vallgy Drive Address Fort Worth, Texas 76119 City/State/Zip THE STATE OF TEXAS § COUNTY OF TARRANT . § By: I'm Q .. Mason (Please Print) Signature: Title: (Please Print) BEFORE ME, the undersigned authority, on this -day personally appeared TrA p t��s;� , known to me to be the person whose name is subscribed to e Q goi eng I0'ffi went, and acknowledged to me that he/she executed the same as the act and deed of PffiekbW for the purposes and consideration therein expressed and in the capacity therein stated. i' 1 eA GIV DER MY HAND AND SEAL OF OFFICE this day of j4 4I' 20�� . Er 40 •- Nicole McCollum a?' `:; My commission Expires NotPublic in �andfor the State of Texas °� 1013012022 i ID No. 129952648 END OF SECTION 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 00 45 40 - 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 12% 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 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 MR..2 dar-omen ation in person to the appropriate employee of the purchasing division and obtain a date/lime receipt. Such receipt shaU be cMde=e that the City r1=1vcd the doeum tation is the time allocaled. A faxed ondlor emalled copy will not be accepted. i. 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 alter 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 all 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 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 DISQUALIFICAITON PERIOD OF THREE YEARS. Any Questions, Please Contact The NUWBE Office at (Sly) 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 00 52 43 - 1 Agreement Page 1 of 5 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on is made by and between the City of Forth Worth, a Texas home rule municipality, acting byand through its duly authorized City Manager, {"city" and Jackson Construction, Ltd. authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Crowley Relief Interceptor M-325 For Village Creek Basin, Part 1 City Project No. 100276 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Four Million Five Hundred and Ei h -Seven Thousand- and Eight Hundred and Twenty -Six Dollars ($ 4,587,826A0 ). Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will be complete for Final Acceptance within 365 _ days after the date when the Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City six leunrXreti-ffty Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised l l.15.17 City Project No, 100276 00 52 43 - 2 Agreement Page 2 of 5 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1). Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as. incorporated by reference and described in the Table of Contents of the Project's'Centract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sou . ht were caused in whole or in part, by agy act omission or negligence of the ci This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised 11-15.17 City Project No. 100276 00 52 43 - 3 Agreement Page 3 of 5 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part. by any act omission or negligence of the city. Article 7. NUSCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the unenforceable by a court of remaining provisions shall CONTRACTOR. 7.5 Governing Law and Venue. Contract Documents held to be unconstitutional, void or competent jurisdiction shall be deemed stricken, and all continue. to be valid and binding upon CITY and This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised 11.15.17 City Project No. 100276 ft 005243-4 Agreement Page 4 of 5 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.8 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to pe66rlxt such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE- TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 79 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.10 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. SIGNATURE PAGE TO FOLLOW CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.15.17 Crowley Relief interceptor M-325 For Village Creek Basin City Project No. 100276 005243-5 Agreement Page 5 of 5 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: Jackson Construction, Ltd By: Signature) Troy L. fackson (Printed Name) Title: Pldent Address: 5112 Sun Valley Drive City/State/Zip: Fort Worth, Texas 76119 a uq Date City of Fort Worth C Jesus Chapa Assistant City Manager Date Attest:r� City Secrefayy, (Seal) M&C 0,-2.Ct>5 Date: 12� 145 /1 f Form 1295 No.2j�>L9 — 44 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Raks sh Chaubey, P.E. Project Manager, Water Department nmzr gality: Douglas W. Black Assistant City Attorney APPROVAL RECOMMENDED: �m dc" C Christopher Harder, P.E. Director, Water Department CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.15.17 CPTV FT. I THE STATE OF TEXAS 0061 13 - I PERFORMANCE BOND Page I o€2 Bond #1074846 SECTION 00 6113 PERFORMANCE BOND ]KNOW ALL BY THESE PRESENTS - COUNTY OF TARRANT § That we, Jackson Constructio Ltd. known as "Principal" herein and The Hanover Insurance Company , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or mare), are held and fmnly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sutra of, Four Millior>_ Five Hundred and Eighty -Seven Thousand and Eight Hundred and Twenty -Six Dollars (S—AA 7,&26-00 A lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sutra well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the day of 20_�_, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Crowley Relief Interceptor M-325 for Village Creek Basin, Part 1, City Project No. IM76. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall He in Tarrant County, Texas or the United States District Court for the Northern District of Tcxas, fort Worth Division. CITY OF FORT WORTH Crowley Relief li>t=cptor M-325 STANDARD CONSTRUCTION SP£CMCATION DOCifI,iEIM For Village Crack Basis Reviscd My 1, 2011 City Project No. 100276 006113-2 PERFORMANCE BOND Page 2 of 2 This band is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WrFNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of VYl 1 20 - ATTEST: �e Q�_ VIM _-1- 1,1 PRINCIPAL: Jackson Constmcfion LtcL BY: l Sign Troy L Jackson, President Name and Title Address: 5112 Sun Valley Drive Port Worth. Texas 76119 SURETY: The Hanover Insurance Company. BY: _ Signature Jack M Crowley, Attorney in Fact Name and Title Address:15305 Dallas Parkway, #1100 Addison, TX 75001 Telephone Number: 9 7 2--385 --9800 *Note: If signed by an officer of the Surety Company, them most be on file a certified extract from the by-laws showing that this person has authority to sign such obligation, If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CrFY OF FORT WORTH STANDARD CowsTRUCnON SPECIRCATION DOCUMENTS Revised Sn1y 1, 2011 Crowley Relief1nterceptorM325 For Village Creole Basin City Project No. 100276 006114-1 PAYNEMIaOND Page 1 of 2 Bond #1074846 SECTION 00 6114 PAYMENT BOND THE STATE OF 'TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Jackson Construction, Ltd. known as "Principal" herein, and The Hanover Insurance Company a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the pedal sum of Four Nl llio Five Hundred and Ei -Seven Thousand and Eight Hundred and Tbventy-Six Dollars {$ 4 587 825.00 , lawful money of the United States, to be paid in Fort Worth, Tan -ant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, furnly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the day of�ir , 20 which Contract is hereby referred to and made a part hereof far all purposes as if fully set forth herein, to furnish ail materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Crowley Relief Interceptor M-325 for Village Creep Basin, Part 1, City Project No.100276. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work sander the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF FORT WORTH Crowley Relicf bikreeptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCLMENTS For Village Creek Basin Revised July 1, 2011 City Project No. 100276 Al 0061 14-2 PAYiWUWr BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duty authorized agents and officers on this the day of ' 20 . PRINCIPAL: Jackson Constructiaa. Ltd. ATTEST: BY: (Z)Si 1 Troy L Jackson, President (P ' ipai) Secre Name and Title Address: _ 5112 Sun Valley Drive Fort Worth—V MIL MgIaA��--. Texas 76119 _ t ess as to Principal ATTEST, (Surety) Secretary RI • SURETY: The Hanover Insurance Company BY: Jack M Crowley, Attorney in Fact ]Name and Title Address: 15305 Dallas Parkway, #1100 Telephone Number: 9 7 2-385 -9800 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. IF Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Crowley Relief Interoepiur M-325 STANDARD CONSTRUCTION SPECMCATION DOMAENTS For Vifte Creek Basin Revised My 1, 2011 City Project No. tOO276 SECTION 00 6119 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § 006119-1 MAINTENANCE DOM Page I of 3 Bond #1074846 KNOW ALL BY THESE PRESENTS: That we Jackson Construction. Ltd._ , known as "Principal" herein and The Hanover Insurance Company a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Four Million. Five Hundred and Eighty -Seven Thousand and Eidt Hundred and Twenty -Six Dollars (S 4,587,826.00 ), lawful motley of the United States, to be paid in Fort Wortb, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WEIR t•EAS, the Principalhas entered into a certain written contract with the City awoded the 5 day of YM m`r _, 20" which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to fizruish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work) as provided for in said contract and designated as Crowley Relief Interceptor M- 325 for Village Creek Basin, Part 1, City Project No. 100276; and R+HEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period- CrrY OF FORT WORTH Crowley Relief lmm=ptor M-325 STANDARD CONSTRUCTION SPBCIFICATION DOCUMENTS For Village Creek Basin Revised July 1, 2011 City ProjeatNa. 100276 006119-3 MANTEKANCE BOND Page 3 of 3 IN WTiNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrtunent by duly authorized agents and officers, on this the Y day of . .20 . ATTEST: cipalj Sect PRINCIPAL: Jackson COMbMdiOn Ltd. BY: 72 Si kre L Jackson, President Nance and Title Address: 5112 Sun Valley Drive Fort Worth Texas 76119 SURETY: _The lianoyer Tnsurance ompany BY: Jack M Crowley, Attorney in Fact Name.and Title Address: 15305 Dallas Parkway, #1100 Addison, -TX 75001 Telephone Number; 972-385--9800 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is difl=erent from its mailing address, both must be. provided. The date of the bond shall not be prior to the date the Contract is awarded. MY OF FORT WORTH Crowley Relief interceptor M-325 STANDARD CONSTRUCTION SPBCMCATFONi DOCUMF M For Village Credo Basin Revised July 1, 2011 City Project No. 100276 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA PO WER OF ATTORNEY THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. KNOW ALL PERSONS BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing underthe laws of the State of Michigan, (hereinafter individually and collectively the "Company") does hereby constitute and appoint, Steven R. Foster, ,lack M. Crowley and/or Tonie Petranek Of Willis of Texas, Inc. of Dallas, TX each individually, if there be more than one named, as its true and lawful attomey(s)-in-fact to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds, recognizances, undertakings, or other surety obligations. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company, in their own proper persons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the manner stated and to the extent of any limitation stated below: Any such obligations in the United States, not to exceed Thirty Five Million and Noll00 ($35,000,000) in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company, and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attorneys -in -fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or Vice President in conjunction with any Vice President of the Company, shall be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7, 1981 — The Hanover Insurance Company; Adopted April 14, 1982 — Massachusetts Bay Insurance Company; Adopted September 7, 2001 — Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 12th day of February, 2018.. The Ftanover Insurance-Coropany Massachvsatts Bay 7nst+aace Company Citizens Insurance -Company of America John C. Roche, EVT andPresident ' ri�M1'w �049A yl THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) ss. Th-Eiare— Cc,m" y M:as acht 'Us Bay Zms--Cv—p ny Crtlz�e Itasura nce Company of At —Ica J Jaznes'H- $awiec , Vlce President On this 12th day of February, 2018 before me came the above named Vice Presidents of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. AfASiE d. MlIoil rFQ yy �y Qi Not" Petra �'awa/j6 i ajti ��.il OF YYi1it1 - _ M Fr.Gon i?i-7. a a. Notary• NkAic Ak.- i rrn3u�sion�Expirt� March c, 2t3_2 I, the undersigned Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this r , day off CERTIFIED COPY i7tuxrctaree '.lraiuit�..'iN.J'Iririrm - . f Haver Insurance Group® IMPORTANT NOTICE To obtain information or make a complaint: You may call The Hanover Insurance Company/ Citizens Insurance Company of Americas toll -free telephone number for information or to make a complaint at: 1-800-608-8141 Texas Complaint Notice Commercial Lines AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis de The Hanover Insurance Company/Citizens Insurance Company of America's para informacion o para someter una queja al: You may also write to The Hanover Insurance Company/ Usted tambien puede escribir a The Hanover Insurance Citizens Insurance Company of America at: Company/Citizens Insurance Company of America al: 440 Lincoln Street Worcester, MA 01653 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. 440 Lincoln Street Worcester, MA 01653 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi_texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la com- pania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. The Hanover Insurance Company 1440 Lincoln Street, Worcester, MA 01653 181-1457 (10115) Page 1 of I Citizens Insurance Company of America 1 808 North Highlander Way, Howell, MI 48843 1lanover.com STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdmuy2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CON'MRA.0 T TABLE OF CONTENTS Page Article I -- Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies ......... ................................................................. 9 3.04 Amending. and Supplementing Contract Documents...........................................I.....................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................11 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 ............................ Subsurface and Physical Conditions............................................................ ..12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points...... ... . ......................... .................................................................................... 14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 — bonds and Insurance................................................................. 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: FebNazy 2, 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 Indemnif eation......................................................................................................................... 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 Article8 - 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 CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdxuuy2, 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 10.016 .............................................................................................................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 Cit<j 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 ConInletintn lT7Play arj and Partial Rptninage 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 Article16 - Dispute Resolution...................................................................................................................... 61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FeIy2, 2D I6 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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febn3my2,2016 007200- I GENERAL CONDITIONS Page 1 of63 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 defmition 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 farm, if any, and 'the Baid i° Grat with any SupplCla1GI1LS. 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. C= OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehuary2, 2016 00 72 00 -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 11.0 1 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCi WENTS Revision: Fdm®y2, 2016 007200-1 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 PORT WORTH STANDARD CONSTRUMON SPECIFICATION DOCUMENTS Revision: Febat 2, 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: Feln mry2, 2016 00 ]2 00 d 1 GENERAL CONDITIONS Page 5 of 63 51. Project Sebethile—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 fleeting — 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 SPECIFICATION DOCUMENTS Revision: Pebnory 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 Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbnnyy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective; 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: l , 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 — PRELE UNARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of'Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febn3my2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 8 of63 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: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as Shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbru ry2, 2016 00 72 OD -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: Felmka y2,2Q16 00 72 00 - t GENERAL CONDITIONS Page 10 of 63 6.1 i.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: I. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereofl 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: Febmary2, 2016 00 72 00 -1 GENERAL CONDITIONS Page I I 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 tent, 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; WAZA-RDOITS F Rl t IRONRrWENTAlL, CONDITIONS; REFERENCE POINTS 4.01 Availability q '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: Felxuuty2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized.• Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; MY OF FORT WORTH STANDARD CONSTRUCTION SPECIICATION DOCUMENTS Revision: February 2,2016 00 72 00 -1 GENERAL CONDITIONS Page B of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and A ft1e sufefx, and protection of all such Underground Facilities and renniring any damage thereto resulting from the Work. B. Not Shown or Indicated.- 1. if an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febntuy 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property, monuments not carelessly or willfully destroyed by the Contractor. The Contract& 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% wiIl 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: Febrtffy2, 2016 OO 72 OO - 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 My 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 ;Mork may be resuimed. 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; Fdn=y2,2016 OQ 72 QO -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: F'ebmmy2, 2416 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability ms3»ance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 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. R. 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 CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdxumy2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall he 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: Febn=y2, 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 Iiable. 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. Noti ication o Polic Cancellation: Contractor shall immediately n„t;fi, City upon cancellation of'Policy ._.....1 t r 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 Cit�,� has any objection to the coverage afforded by or Other provisions of the bonds or insurashtre 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 CTOR'S R EESPONSIBIELY-1r, S 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 DOC MEN I`S Revision: Febnmy2,2016 0 00 72 00 -1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the -progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 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 CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehamy2, 2016 007200-1 GENERAL CONDITIONS IONS 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 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals " A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is 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: Febmry2, 2016 007200-] GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application- shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebmaryZ 2016 00 72 00 - l GENERAL COND I IONS 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 q) 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.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract. with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnory2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.Q. 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: 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: CrrY OF FORT WORTIi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy2, 2016 00 72 00 - 1 GENERAL GONDI I IONS 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 duo 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 $50 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 SPECIFICATTON DOCUMENTS Revision; Fcbnimy2, 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felmrary2, 2016 00 72 00 -1 (3F-NLRAL UUNDI1 QW5 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 alI construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps,of Engineers Permits 3. Texas Commission on Environmental Quality. Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2,2016 4 00 72 00 -1 GENERAL CONDITIONS Page 26 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 1 S 1.301-335 (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, Subehapter 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. htt .//www.window.state.tx.us/taxin#:o/taxforms/93-ibrms.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 SPECIRCAnON DOCUMENTS Revision: Febrwy 2, 2016 00 72 00 - f 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: Febmary2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, .by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdxuary2, 2016 00 72 00 - I GENERAL CONDITIONS Page 31 of 63 Changes in the Work or variations ftorn 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. is. Should 'die 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. I . Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified perfaftnance and design criteria, materials, and similar data to show City the services, materials, and, -equipment Contractor proposes to provide and to enable City to review the information f6r the limited purposes required by Paragraph 6.18.C. , 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 20I6 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 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: 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 DOCiJMMTS Revision: Febnmy2, 2016 007200-I GENERAL CONDITIONS Page 33 of 63 2. norinal wear and tear undeor 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; the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and. sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERA'pE�A�ND BEE 'STAY EIF IT IS ALLEGED OR PROVEN THAN �L� OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED.1N WHOLE OR IN :P-AR'f-WY-ANYY__AC7`,,Q-JVIISS ON OR NEGLIGENCE IJE TLM_QTTX. 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 INDEMI+MCATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmiy2, 20I6 00 72 00 - I GENERAL. CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN TART ALL OR S{lME nF THE DAMAGES I3F.lNG SOUf;HT WE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCF.-OF 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 6.1 S.C. 0 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: Febmary2, 20I6 00 72 00 -1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Coiitractur fur the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct ,contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fefxuwy2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 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 casements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbnay2, 2016 00 72 00 - I GENERAL CONDITIONS Page 37 of 63 0.07 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 trot 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 game here >, or hislher successor pursuant to written notification from the Director of < insed 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnxuy2,2016 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, subjdot to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORD; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb wy 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of'Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 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 sloes 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 matting 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 10.065 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 surely of any change afiUcting file 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: Fcbwmyy2, 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 CIaim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the.prbyisions 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 SPECTHCATION DOCUMENTS Revision: Fein imy2, 2016 007200-I 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 sure of all costs, except those excluded in Paragraph 11.013, 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: Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felguazy 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. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. £ 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: Fcbnoy2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded.• The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.I or specifically covered by Paragraph 11.01.AA, 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. S. 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 11.013, 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 -hid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febutry2,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed -by Contractor will be made by City subject to the provisions of Paragraph 9.05. q� 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 CONSTRUMON SPECIFICATION DOCUMENTS Revision: Febm uy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63 2_ If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Conntract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.,04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated,bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmiy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT T1I M 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 H.01.A.1, 11.0l.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 H.01.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 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fefma y2, 2016 007200-1 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 11.01.A.6, and 11.0LB; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where_ Contractor is reasonably delayed in the performance or completion of any part of -the Work within the Contract Time. due to delay beyond the control of Contractor, the Contract Time may be extended in an. amount equal to the time lost due to such -delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febn w y2, 201b 00 72 00 -1 GENERAL CONDITIONS Pago 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 thew 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 iri 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 DOCUMENTS Revision: Febrmy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 3, Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs,, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such. uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fe6nay2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective; Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Revision: Febr=y 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall -be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City M y Cot sect DefMfive 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: FchiiW2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 26. days before the date established in the.Gendral Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCLWENTS Revision: Febn=y2, 2016 00 72 00 - I GENERAL CONDITIONS Page 53 of 63 B. Review ofApplications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle'City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or 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 13.49; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy 2, 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 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a, specific bond satisfactory to City to secure the satisfaction and discharge of such Liens, b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbnmry2, 206 00 72 00 - I GENERAL CONDITIONS Page 55 of 63 14.04 Partail LTtili?ation 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 Ciiy's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb uary2, 20I6 007200-1 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. IS 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febamry2.2016 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63 Portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERNIINATION 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: Febnmcy2, 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 #20020-12-2011established under Paragraph 6.06.13); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 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 conthnue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy 2, 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: Febnimy2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his te,rmi--nation claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to. it, the amount, if any, due to. the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdmimy2, 2016 4 00 72 00 - 1 GENERAL. CONDMONS 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 — NIISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if; 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents, by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fchuay2, 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 temaination Or Cornpletion of the Coniiact or terulination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute pants of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febrmy 2, 2016 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.I., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of December 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. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised January 22, 2016 City Project No. I00276 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of December 2018: EXPECTED UTILITY AND LOCATION OWNER None TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: Report NO. DG-16-10112, a Geotechnical Study performed by HVJ 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 Environmentai Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: NONE". SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: 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 Employer's liability $100,000 each accident/occurrence $100, 000 Disease - each employee $500, 000 Disease -policy limit 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 SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000 000 each occurrence $2, 000, 000 aggregate limit The policy must have an endorsement (Amendment —Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: S250. 000 Bodily Injury per person / $500, 000 Bodily Injury per accident / $100, 000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks of Burlington Northern Santa Fe Railway. 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: (2) Each Occurrence: X Requiredfor this Contract CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 $I0, 000, 000 $5, 000, 000 Not required for this Contract Crowley Relief Interceptor M-325 For Village Creek Basin City Project No. 100276 00 73 00 - 4 SUPPLEMENTARY CONDITIONS Page 4 of 5 With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or atagrade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, i9 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: o Heavy and Highway Construction Prevailing Wage Rates 2013 9 Commercial Construction Prevailing ll/age R-ates 2013 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 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-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: a Nationwide Permit 12 o Floodplain Development Permit • TxDOT Utility Permit • Williams Utility Crossing Agreement ® BNSF Utility Permit 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 December 2018 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 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 Authori None SC-8.01, "Communications to Contractor" N/A SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Rakesh Chaubey, AE'., 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 SC-9,01•, "City's Project Representative" wording changed to City's Project 1/22/2016 F. Griffin Manager. CITY OF FORT WORTH Crowley Relief Intereeptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised January 22, 2016 City Project No. 100276 SECTION 01 1100 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: of 11 00-1 SUMMARY OF WORK Page 1 of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: l . Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS. A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 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 011100-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. i} Ali 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 advaiace 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 al] 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 011100-3 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 T Revision Log DATE E NAME SUMMARY OF CHANGE I 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 SECTION 0125 00 SUBSTITUTION PROCEDURES PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 0125 00 - 1 SUBSTITUTION PROCEDURES Page l of 4 The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to I or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the varlous 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 l ) 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 I . 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] riterceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Crcek Basin Revised July 1, 2011 City Project No. 100276 01 25 00 - 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. in making request for substitution or in using an approved product, the Contractor represents that the Contractor: l . 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 1A0 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 I, 2011 City Project No. 100276 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 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 Recommended as noted Firm _ Not recommended Received late Address By Date Telephone For Use by City: Approved City Date Remarks Date Rejected 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 SECTION 0131 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 31 19 - 1 PRECONSTRUCTION MEETING Page l of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements L2 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 I . 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 DOCUMF,NTS For Village Creek Basin Revised August 17, 2012 City Project No. 100276 013t 19-2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. S. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u.. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBEISBE procedures hh. Final Acceptance ii. final Payment J. 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 Log DATE NAME I 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 SECTION 01 31 20 PROJECT MEETINGS PART t - GENERAL 1.1 SUMMARY A. Section Includes: 013120-1 PROJECT MEETINGS Page 1 of3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3. REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor CITY OF FORT WORTH 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 S. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions in. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1, 2011 City Project No. 100276 01 31 20-3 PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 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 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 Log I DATE NAME SUMMARY OF CHANGE I CITY OF PORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1, 2011 City Project No. 100276 0132 16 - 1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 SECTION al 32 16 CONSTRUCTION PROGRESS SCHEDULE PART I - 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 Port 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 U — 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 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 long 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 Intercepfor 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 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 l . 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 Rolief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1, 2011 City Project No. 100276 013216-3 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 orcompletion_time extensions. 1) Under such conditions, ti-te 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 maybe 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 01 32 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 I . 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. L5 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 01 32 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5of5 1.6 ACTION SUBMITTALSAN FORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 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 STAN DARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1, 2011 City Project No. 100276 01 3233- 1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: I. 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 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING ]NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July I, 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 SUN MARY 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 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY 01 33 00 - 1 SUBMITTALS Page 1 of S 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 I. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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 0 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 I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 '/z inches x I 1 inches to 8 %z inches x 11 inches. 1., Rind ghnn 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 F. 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 01 33 00 - 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 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings I. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates lb f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon ficld 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) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH 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 S) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's riaI- n. 2. The City will not be liable for any expense or delay due to corrections or remedies required -to accomplish conformity. .3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) if Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) 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 013300-5 siBMITTALS 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. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 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 01 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 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Viltage Creek Basin Revised December 20, 2012 City Project No. 100276 01 33 00 - 7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) l . Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSlINFORMATIONAL 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 USEDI 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 33 00 - 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 SECTION 01 3513 SPECIAL PROJECT PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 35 13 - 1 SPECIAL PROJECT PROCEDURES Page 1 of S I. 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 L 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 013513-2 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 p. A. Coordination with the Texas Department of Transportation 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 01 35 13 - 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 I) 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 l . 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 I. 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 1 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 i hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if. a) Use of motorized equipment is less than 1 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. 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 0135 13 - 4 SPECIAL PROJECT PROCEDURES Page 4of8 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 29.03 (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 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 on 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 Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20, 2012 City Project No. 100276 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of S 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 4 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 on 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 013513-6 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 USEDI 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 1.4.13 — Added requirement of compliance with Health and Safety Code, Ti tie 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. IA.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CfrY 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: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM 'THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 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 013513-5 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B Fob Wow 0019 I1411e. 7Ixxx fteye" I anw. 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 M R. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTI-1 Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20, 2012 City Project No. 100276 0145 23 - 1 TESTING AND INSPECTION SERVICES Page I oft SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality. Assurance testing. l) 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] L4 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. h. 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 I, 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) I 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 Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE -[NOT USRDI 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] C OON•iDI T ivNS [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 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City I week before water for construction is desired w . 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 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. 13. 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 SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1, 2011 City Project No. 100276 015000-3 rEMPORARY 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] L7 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[ 3A INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 ]REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD lox] 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 July 1, 2011 City Project No. 100276 0155 26 - l STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 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 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 PORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1, 2011 City Project No, 100276 OE 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 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. 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. 1.0 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] Lit 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 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Crowley Relief interceptor M-325 For Village Creek Basin City Project No. 100276 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page I of 3 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART i - 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 I — 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 I 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 . Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1, 2011 City Project No. 100276 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 or 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at jab 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 aitd.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 N01 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 PORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Cieek Basin Revised July 1, 2011 City Project No. 100276 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 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 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART t - GENERAL 1.1 SUMMARY 01 58 13 - 1 TEMPORARY PROJECT SIGNAGE Page 1 of3 A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 . SUBMITTALS [NOT USEDI 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 USED1 1.12 WARRANTY [NOT USED PART 2 - PRODUCTS 2.1 OWNER -FURNISHED IoR] 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 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. ReIocate 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 REINSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT'USED] 3.8 SYSTEM STARTUP [NOT USEDI 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE U 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 July 1, 2011 City Project No. 100276 ot5813-3 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 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 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: 1. 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] 1.7 CLOSEOUT SUBMITTALS [NOT USED) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 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 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART. - 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 CONSTRUCTION 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 PART1- GENERAL 1.1 SUMMARY A. Section Includes: I . Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised duly 1, 2011 City Project No. 100276 01 6600-2 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 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTI4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Crawley Relief Interceptor M-325 For Village Creek Basin City Project No. 100276 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- 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 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site -for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 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 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order oasis 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 Forms and Conditions ofthe 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. 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: l) Demobilization as described in Section 1. I .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 Ci[y 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. 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 filrnished 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: l) Mobilization as described in Section 1.1.A.3.a.1) 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. S. Emergency Mobilizations and Demobilizations_ for Miscellaneous Projects a. Measurement I) Measurement for this ftem 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 I.I.A.4.a) 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. 1.3 REFERENCES [NOT 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 Refieflaterceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creels 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 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1- 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 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities, 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" --- Measurements made after construction staking is completed and before construction work begins to ensure that structures marked -on the ground are accurately located per Project Drawings. B. Technical References 1. City of fort Worth = Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01 Attachment A_Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (quahftcaiions based selection) for this pt-oject. 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. L6 ACTION SUBMITTALSANFORMATIONAL 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 B 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 Ol 71 23.16.01— Attachment A —Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01— Attachment A --- Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) weer prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised February 14, 2018 City Project No. 100276 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required ineasurenlents fair 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. Cerieral 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, siub-outs, ueau-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 alter 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 boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) fj 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 4.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE) CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised Fehreary 14, 20I8 City Project No. 100276 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c_ CSV f11e I.csv), formatted ;with X and Y coordinat s in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental, The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0. lft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft, tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should he maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3. I.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 Crawley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised February 14, 2018 City Project No. 100276 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The Cify reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or Yd 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 WORTII 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,7ohnson 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 texC'; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2019 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 Crowley Relief Interceptor M-325 For Village Creek Basin City Project No. 100276 SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 01 74 23 - 1 CLEANING Page 1 of4 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 4 — 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] 19 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 017423-2 CLEANING Page 2 of 4 LH FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oa] 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 burn on -site. B. Intermediate Cleaning during Construction I . Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. VentiIating 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. 3. 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 rash 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 Relief interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1, 2011 City Project No. 100276 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3A2 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log ©ATE 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 77 19 - 1 CLOSEOUT REQUIREMENTS Page I ol`3 SECTION 01 7719 CLOSEOUT REQUIREMENTS PARTI- 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 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 .S- 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 Belief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1, 2011 City Project No. 100276 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] L7 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 01 78 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 arc 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 01 77 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). K Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR/ RESTORATION [NOT USED] 3.6 RE -INSTALLATION (NOT USED] 3.7 FIELD [oR[ SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Crowley Relieflnterceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July I, 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. ReIated 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 USEDI 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL ,SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 % inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20, 2012 City Project No. 100276 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. c. 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 j 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: 4) '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. 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 Z Drawinrte a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH 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 0175 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 £ Description of sequence of operation by control manufacturer I) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Crowley Relief Interceptor M-325 For Village Creek Basin City Project No. 100276 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, witli 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 USER] 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 Village 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.1 — title of section removed 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 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART 1- GENERAL 1.1 SUMMARY 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of4 A. Section Includes: I. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division D — 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 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. LG ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USEDI 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 I, 2011 City Project No. 100276 OI7839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours aver 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 [oe] OWNER -SUPPLIED PRODUCTS [NOT USED1 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 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 iNSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USEDI 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 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions udder 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 017123, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. in the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. 13. 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 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. if the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. if any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR 1 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] 3A3 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 SECTION 3110 00 SITE CLEARING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 31 10 00 -1 SITE CLEARING Page 1 of 5 I . 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.A1.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 CIearing" 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 31 10 00 - 2 SITE CLEARING Page 2 of 5 6) Clean-up 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 truck 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. Preinstallation 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] LS MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING ]NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 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 311000-3 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-posts 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 Iine, the -T-posts. may be installed no less than S feet from the tree trunk. 4-foot high 12'/z 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 I. 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. Floorslabs 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 £ Drainage structures g. Manholes h. Inlets i. Abandoned railroad 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. 1n 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 Crwk Basin Revised December 20, 2012 City Project No. 100276 311000-5 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 1 of 20 SECTION 33 05 10 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 It. 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 41 13 — 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) Furnishing, 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 lime. CITY OF FORT WORTH Crowley Relief Interccptor 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. L3 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, 2016 City Project No. 100276 1 0 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 20 UNIPAVED AA' -A", 1 i 171IA511 �. H AL EIN 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 5. 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 C 136-01 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 Crowley Relief Interceptor M-325 for Village Creek Basin City Project No. 100276 330510-5 UTILITY 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/f13 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) in. 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 SUBMITTALS/INFORMATIONAL SUBMITTALS A. Shop Drawings I . 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. li. Provide an affidavit that rights have been secured to store the materials on ' private property. c. Provide erosion control in accordance with Section 3125 00. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 1.11 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 33 05 10 - 7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 20 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS 2.2 MATERIALS A. Materials 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/backfill, and graded with following limits when tested in accordance with ASTM C136. Sieve Size Percent Retained 2" 0 '/4" 0-5 #4 0-10 # 16 0-20 #50 20-70 # 100 60-90 #200 4 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 C 131 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 C131 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 C 131 or C535 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 Crowley Relief Interceptor M-325 for Village Creek Basin City Project No. 100276 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFrLL 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, NIH, 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 darner 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 1111 portiand 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 D1633, 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 Gcotextile 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) UV 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 to10 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. t 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. 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 330510-10 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 S. 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. G. 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 10 - 11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page I l 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. 5. 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:specifred 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 BackfilI 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 Creels Basin Revised December 12, 2016 City Project No. 100276 330510-12 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. `. 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:. . ,I) 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. f. Ground Water Control Plan 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 3305 10 - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of20 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 45 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 rock 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) 13 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 12, 2016 City Project No. 100276 33 05 10 - 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) t1 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 fur Village Creek Basin Revised December 12, 2016 City Project No. 100276 330510-15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFII.L 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 t0. I 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. m. 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. e. 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 maybe required if ground wateris•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 �0.1 inches of the elevation, and be consistent with the grade, shown on the Drawings. L 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 c. 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 ±0.1 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 manner 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 33 05 10 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND 13ACKFILL 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 d tol5 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 330510-18 UTILITY TRENCH EXCAVATION, EMBEDMENT, 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. £ 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 methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including: 1) Depth of lifts for backfll 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 330510-19 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 those 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 lab 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 33 a5 10 - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 20 5) Dry density 6) Proctor identifier 7) Percent Proctor Density 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] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — 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 £or pavement protection and positive drainage. 3.4.E-2 — Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench 1.2.A.3 — CIarified 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 SECTION 33 05 22 STEEL CASING PIPE PART i - GENERAL 1.1 SUMMARY A. Section Includes: 330522-1 STEEL CASING PIPE Page 1 of 6 1. Minimum requirements for manufacturing, furnishing and transporting Steel Casing Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. 2.2.11.1. -Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B, unless material specification ASTM A139, Grade D, is indicated in the drawings. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 General Requirements 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 05 20 — Auger Boring S. Section 33 05 23 — Hand Tunneling 6. Section 33 05 24 --- Installation of Carrier Pipe,in Casing or Tunnel Liner Plate 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Furnishing, placement, and compaction of embedment 8) Furnishing, placement, and compaction of backfili 9) Clean-up CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20, 2012 City Project No. f00276 11ns22_7 STEEL CASING PIPE Page 2 of 6 2. By Other than Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open Cut" installed for: a) Various Sizes 2) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Other than Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling S) Disposal of excess material 9) Furnishing, placement, and compaction of backfill 10) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A139, Standard Specification for Electric -.Fusion (Arc) -Welded Steel Pipe (NPS Sizes 4 and Over). 3. American Water Works Association (AWWA): a. C203, Coal -Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. L6 ACTION SUBMITTALSIINFORMATIONAL ,SUBMITTALS A. Product Data 1. Exterior Coating a. Material data 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 330522-3 STEEL CASING PIPE Page 3 of 6 b. Field touch-up procedures 2. Interior Coating a. Material data b. Field touch-up procedures B. Shop Drawings 1. No shop drawings required for Auger Boring 2. For Tunneling, provide the following: a. Furnish details for Steel Casing Pipe outlining the following: 1) Grout/lubrication ports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating pipe b. Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: 1) Calculations confirming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading conditions 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery, Handling, and Storage 1. Prior to delivery of the pipe, end/internal bracing shall be furnished and installed, as recommended by the manufacturer, for protection during shipping and storage. 2. Deliver, handle and store pipe in accordance with the Manufacturer's recommendations to protect coating systems. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. 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 330522-4 STEEL CASING PIPE Page 4 of 6 2. For Steel easing Pipe utilized for tunneling projects, consider the following: a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design shall be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. 3. Steel Casing Pipe shall have a minimum wall thickness as follows: Casing Pipe Diameter inches Minimum Wall Thickness inches 14-- 18 .3125 5/16 20 — 24 .375 3/S 26 — 32 .5 1/2 34 — 42 .625 5/S 44 — 48 .6875 11/16 Greater than 48 Project specific design 4. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 33 05 24. a. Allowable casing diameters are shown on the Drawings for each crossing. 5. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 6. Random segments of pipe will not be permitted for straight runs of casing. a. Closing piece segments, however, shall be acceptable. 7. When required by installation method, provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and internal pressures and loads without leaking. B. Materials Provide new, smooth -wall, carbon steel pipe conforming to ASTM A139, Grade B, unless material specification ASTM A139, Grade D, is indicated in the drawings. 2. Dimensional Tolerances 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 330522-5 STEEL CASING PIPE Page 5 of 6 a. Fumishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 87.5 percent of the nominal wall thickness. 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. All steel pipe shall have square ends. a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b. When pipe ends have to be beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of f 2%2 degrees and with a width of root face 1/16 inch ± 1/32 inch. 4. Steel Casing Pipe shall be fabricated with longitudinal weld seams. a. All girth weld seams shall be ground flash. C. Finishes 1. Provide inside and outside of Steel Casing Pipe with a coal -tar protective coating in accordance with the requirements of AWWA C203. a. Touch up after held welds shall provide coating equal to those specified above. 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] 3.4 INSTALLATION A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 05 20 or Section 33 05 23, Install Steel Casing Pipe for Open Cut in accordance with Section 33 05 10. 1. Steel Casing Pipe connections shall be achieved by full penetration field butt welding or an integral machine press -fit connection (Permalok or equal) prior to installation of the pipe, depending on the type of carrier pipe. 2. Allowable joint types for each crossing are shown on the Drawings. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20, 2012 City Project No. 100276 330522-6 STEEL CASING PIPE Page 6 of 6 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of steel pipe is acceptable. 4. Integral machined press -Fit connections shall be installed in accordance with the manufacturer's installation procedures and recommendations. B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with Section 33 05 24. C. Contact grouting of the annulus outside the casing pipe shall be performed in accordance with Section 33 05 23 or Section 33 05 20. 3.5 REPAIR/ RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR1 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. USiED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12120/2012 D. Johnson 2.2.A — Formatting modified to apply thickness requirements for all casing installation methods 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 SECTION 33 OS 26 UTILITY MARKERS/LOCATORS PART1- GENERAL 1.1 SUMMARY 33 05 26 - 1 UTILITY MARKERS/LOCATORS Page 1 of 5 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.l.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 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1:—GeneralRequirements 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 Marked". 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 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 33 05 26 -- 2 UTILITY MARKERSILOCATORS Page 2 of 5 h. Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Public Works Association (AWPA): a. Uniform Color Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] L5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. L6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT USED] 19 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 lox] OWNERSUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products Dist will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 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) 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 MARRERSlLOCATORS Page 3 of 5 a. Provide detectable warning tape as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weight -- 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within sail (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 hosts, 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 EXAMINATION [NOT USED] 3.3 PREPARATION [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 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 127inch and smaller waterlines 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 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson Removed references to Utility Marker Balls throughout. 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 Creek Basin Revised December 20, 2012 City Project No. 100276 33 3120- 1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 1Rof6R SECTION 33 3120 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) pipe 4-inch through 42-inch for gravity sanitary sewer applications B. Deviations from this City of Fort Worth Standard Specification 1. 1A.A.1- Polyvinyl Chloride (PVC) pipe 4-inch through 42-inch for gravity sanitary sewer applications 2. 1.9.A.1.c - All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 15-inch) and ASTM F679 (18-inch through 42-inch). 3. 2.2.B.1.c - Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26 and ASTM F679 for 18-inch through 42-inch 46PS/1 ISPS. 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 0130 — Sewer and Manhole Testing 4. Section 33 01 31— Closed Circuit Television (CCTV) Inspection 5. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 26 — Utility Markers/Locators 7. Section 33 3150 — Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the manhole or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Pipe" installed for: 1) Various sizes 2) Various Standard Dimension Ratios 3) Various embedments 4) Various depths, for miscellaneous projects only 3. The price bid shall include: a. Furnishing and installing PVC gravity pipe with joints as specified by the Drawings b. Pavement removal CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised June 19, 2013 City Project No. 100276 33 31 20 - 2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 2R of 6R c. Excavation d. Hauling e. Disposal of excess material f. Furnishing, placement and compaction of embedment g. Furnishing, placement and compaction of backfill h. Trench water stops i. Clean-up j. Cleaning k. Testing 1.3 REFERENCES A. Reference Standards L Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO). 3. ASTM International (ASTM): a. D 1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. b. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. c_ F679, Standard Specification for PgXy (Vinyl Chloride) (PVC) Large -Diameter Plastic Gravity Sewer Pipe and Fittings. 4. Texas Commission. on Environmental Quality (TCEQ): a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 — Pipe Design. b. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.54 -- Criteria for Laying Pipe. c. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.57 — Testing Requirements for Installation of Gravity Collection System Pipes. 5. Underwriters Laboratories, Inc. (UL). 1.4 ADNIINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Product data sheet 2. Manufacturer 3. Nominal pipe diameter 4. Standard dimension ratio (SDR) CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised June 19, 2013 City Project No. 100276 333120-3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 311 of 6R 5. Cell classification 6. Laying lengths B. Certificates 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of this Section and has been air and deflection tested and meets the requirements of ASTM D3034 and ASTM F679. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size per project, unless otherwise approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 15-inch) and ASTM F679 (18-inchthrough 42-inch). 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. 2. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Performance / Design Criteria 1. Pipe CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised dune 19, 2013 City Project No. 100276 333120-4 POLYVINYL. CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 4R of 6R a. Meet all requirements of TCEQ. b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26 and ASTM F679 for 18-inch through 42-inch 46PS/I 15PS. c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. e. Use green coloring for ground identification as sanitary sewer pipe. f. PVC meeting the requirements of ASTM D 1784, with a cell classification of 12454 or 12364 g. Deflection Design 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 2) Design pipe according to the Modified Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the following parameters: a) Unit Weight of Fill (w) = 130 pounds per cubic foot b) Live Load = AASHTO HS 20 c) Trench Depth = 12 feet minimum, or as indicated in Drawings d) Maximum (E') = 1,000 max e) Deflection Lag Factor (DL) — 1.0 f) Bedding Factor constant (K) = 0.1 g) Mean radius of the pipe (r), inches, as indicated in Drawings h) Marston's load per unit length (W), pounds per inch, calculate per Drawings i) PVC modulus of elasticity (E) = 400,000 psi j) Moment of inertia of pipe wall per unit length, (1) = t3/12, (in4/in), per pipe type and size (1) Where (t) = pipe thickness, inches k) Maximum Calculated Deflection = S percent h. Pipe Flotation: If the pipe is buried`in common saturated soil (about 120 pounds per cubic foot) with at least 1 %Z pipeKdiartieters of cover, pipe is generally not subject to flotation. If shallower, check groundwater flotation potential. Flotation will occur if: Fb > Wp + Wf+ Wd Where: Fb = buoyant force, pound per foot Wp = empty pipe weight, pound per foot Wf= weight of flooded soil, pound per foot Wd = weight of dry soil, pound per foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site specific soil conditions. i. Verify trench depths after existing utilities are located. j. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. k. In no case shall pipe be installed deeper than its design allows. 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance with ASTM D2412. 3. Pipe markings CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised June 19, 2013 City Project No. 100276 333120-5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5R of 6R a. Meet the minimum requirements of ASTM D3034 and ASTM F679. b. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) PVC cell classification 4) ASTM or Standard Dimension Ratio (SDR) designation 5) Seal of testing agency that verified the suitability of the pipe 4. Joints a. Joints shall be gasket, bell and spigot, push -on type conforming to ASTM D3212. b. Since each pipe manufacturer has a different design for push -on joints; gaskets shall be part of a complete pipe section and purchased as such. 5. Connections a. Only use manufactured fittings. b. See Section 33 3150. 6. Detectable Metallic Tape a. See Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 33 05 10, and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed PVC pipe in accordance with Section 33 05 10. B. Pipe Handling Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and rejector repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised June 19, 2013 City Project No. 100276 33 31 20 POLYVINYL. CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 6R of 611 b. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that identification marking on each joint are oriented upward toward the trench opening. d. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. D. Connection Installation 1. See Section 33 3150. E. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video inspection a. Provide a Post -CCTV inspection in accordance. with Section 33 01 31. 2. Air Test and Deflection (Mandrel) Test a. Perform in accordance with Section 33 0130. 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 Lag DATE NAME SUMMARY OF CHANGE 6/18/13 D. Johnson 2.2.B.1.b — Pipe Material Clarification CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised June 19, 2013 City Project No. 100276 333910-1 CAST -IN -PLACE CONCRETE MANHOLE Page 1 of 7 SECTION 33 3910 CAST -IN -PLACE CONCRETE MANHOLE PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary Sewer Cast -in -Place Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. 1.3.A.I.c. —Type "A" Manhole or Tee Base Manhole (See City Standard Details) C. Related Specification Sections include but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Farms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 0130 — Sewer and Manhole Testing 6. Section 33 05 13 — Frame, Cover, and Grade Rings 7. Section 33 39 60 —Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole 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 "Manhole" installed for: a) Various sixes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Concrete 5) Backfll 6) Foundation 7) Drop pipe 8) Stubs 9) Frame 10) Cover 11) Grade rings 12) Pipe connections 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 333910-2 CAST -IN -PLACE CONCRETE MANHOLE Page 2 of 7 13) Pavement removal 14) Hauling 15) Disposal of excess material 16) Placement and compaction of backfill 17) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation S) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) ' Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 3. Sanitary Sewer Junction Structure a. Measurement 1) Measurement for this Item will be per each Sewer Junction Structure being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" .shall be paid for at the lump sum bid per each "Sewer Junction Structure" location. c. Price bid will include: 1) Junction Structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 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 33 39 10 - 3 CAST -IN -PLACE CONCRETE MANHOLE Page 3 of 7 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 1.3 REFERENCES A. Definitions 1. Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection (s) c. Type "A" Manhole or Tee Base Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe d. Shallow Manhole (See City Standard Details) 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller than 39-inch 2. - Manhole -Size a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch c. See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. b. D4259, Standard Practice for Abrading Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Product Data 1. Drop connection materials 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 333410-4 CAST -IN -PLACE CONCRETE MANHOLE Page 4 of 7 2. Pipe connections at manhole walls 3. Stubs and stub plugs 4. Admixtures 5. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2._ Any product that is riot listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials 1. Concrete — Conform to Section 03 30 00. 2. Reinforcing Steel — Conform to Section 03 2100. 3. Frame and Cover — Conform to Section 33 05 13. 4. Grade Ring — Conform to Section 33 05 13. 5. Pipe Connections a. Pipe connections can be premolded pipe adapter, flexible locked -in boot adapter, or integrally cast gasket channel and gasket. 6. Interior Coating or Liner — Conform to Section 33 39 60, if required. T Exterior Coating a. Use Coal Tar Bitumastic for below grade damp proofing. b. Dry film thickness shall be no less than12 mils and no greater than 30 mils. c. Solids content is 68 percent by volume t 2 percent. 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 333910-5 CAST -IN -PLACE CONCRETE MANHOLE Page 5 of 7 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate, creating a stable base for the manhole construction. a. if soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Cast manhole foundation and wall monolithically. a. A cold joint with water stop is allowed when the manhole depth exceeds 12 feet. t " b. No other joints are allowed unless shown on Drawings. 3. Place, finish and cure concrete according to Section 03 30 00. a. Manholes must cure 3 days before backfilling around structure. B. Pipe connection at Manhole 1. Do not construct joints of sewer pipe within wall sections of manhole. C. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe -manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. Sewer pipe may be laid through the manhole and the top '/z of the pipe removed to facilitate manhole construction. 4. For all standard manholes provide full depth invert. 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 inches in depth. D. Drop Manhole Connection 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 333910-6 CAST -IN -PLACE CONCRETE MANHOLE Page 6 of 7 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. E. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. F. Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings. G. External coating I . Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure for 3 days before backfilling around structure. 3. Coat the same date the forms are removed. 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 5. Application will follow manufacturer's recommendation. H. Modifications and Pipe Penetrations.- L Conform to Section 03 86,00. I. Junction Structures 1. All structures shall be installed as specified in Drawings. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE-i1NISTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 0130. 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] 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 33 39 10 - 7 CAST -IN -PLACE CONCRETE MANHOLE Page 7 of 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.I.e. — reinforcing steel removed from items to be included in price bid 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 SECTION 33 39 20 PRECAST CONCRETE MANHOLE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 33 39 20 - 1 PRECAST CONCRETE MANHOLE Page 1 of 7 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. 1.3.A.I.c. —Type "A" Manhole or Tee Base Manhole (See City Standard Details) C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4, Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 0130 — Sewer and Manhole Testing 6. Section 33 05 13 Frame; Cover, and Grade Rings 7. Section 33 39 60 = Epoxy Liners for Sanitary Sewcc Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each concrete manhole installed. 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 "Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backhll 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 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 33 39 20 - 2 PRECAST CONCRETE MANHOLE Page 2 of 7 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfiil 18) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item andmeasured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame ` 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 1.3 REFERENCES A. Definitions Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection(s) c. Type "A" Manhole or Tee Base Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe. d. Shallow Manhole (See City Standard Details) 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller than 39-inch 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 33 39 20 - 3 PRECAST CONCRETE MANHOLE Page 3 of 7 2. Manhole Size a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch 2) See specific manhole design on Drawings for pipes larger than 36-inch. B_ Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using Rubber Gaskets b. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. c. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. d. D1187, Standard Specification for Asphalt -Base Emulsion for Use as Protective Coatings for Metal e. D 1227, Standard Specification for Emulsified Asphalt Used as a Protective Coating for Roofing 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00: B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Manhole 2. Drop connection materials 3. Pipe connections at manhole walls 4. Stubs and stub plugs 5. Admixtures 6. Concrete Mix Design 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 333420-4 PRECAST CONCRETE MANHOLE Page 4 of 7 1.7 CLOSEOUT SUBMITTALS [NOT USED[ 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's Warranty shall be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED lox] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance. with Section 01 25 00. B. Materials 1. Precast Reinforced Concrete Sections — Conform to ASTM C478. 2. Precast Joints a. Provide gasketed joints in accordance with ASTM C443. b. Minimize number of segments. c. Use long joints at the bottom and shorter joints toward the top. d. Include manufacturer's stamp on each section. 3. Lifting Devices a. Manhole sections and cones may be furnished with lift lugs or lift holes. 1) If lift lugs are provided, place 180 degrees apart. 2) If lift holes are provided, place 180 degrees apart and grout during manhole installation. 4. Frame and Cover — Conform to Section 33 05 13. 5. Grade Ring — Conform to Section 33 05 13 and ASTM C478. 6. Pipe Connections a. Utilize either an integrally cast embedded pipe connector or a boot -type connector installed in a circular block out opening conforming to ASTM C923. 7. Steps a. No steps are allowed. 8. Interior Coating or Liner — Conform to Section 33 39 60. 9. Exterior Coating 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 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 7 a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D1187 Type I and ASTM D1227 Type III Class I. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Precast Sections a. Provide bell -and -spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints used at the bottom and shorter joints toward the top. S. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe -manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. For all standard manholes provide full depth invert. 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 inches in depth. C. Drop Manhole Connection 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. D. Final Rim Elevation CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised December 20, 2012 City Prnject No. 100276 333720-6 PRECAST CONCRETE MANHOLE Pagc 6 of 7 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. E. Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings. F. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure manhole for 3 days before backfilling around the structure. 3. Application will follow manufacturer's recommendation. G. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 0130. 3.3 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3AI 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 1.1.A.1— Modified to include precast manholes for water and reclaimed water applications 12/20/2412 D. Johnson 1.3.13.2 -- Modified to include ASTM C443, D 1187 and D 1227 as references 2.2.8.1-3 — Modified in accordance with new ASTM references 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 333920-7 PRECAST CONCRETE MANHOLE Page 7 of 7 2.2.B.10 — Modified in accordance with new ASTM references CITY OF FORT WORTH Crowley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Crock Basin Revised December 20, 2012 City Project No. 100276 APPENDIX GC-4.01 Availability of Lands • Parcel I - SE • Parcel 6 — SE 0 Parcel 11 - PE • Parcel 1 - TCE • Parcel 6 - TCE o Parcel 12 - PE • Parcel 2 - SE • Parcel 7 — PE o Parcel 13 - PE • Parcel 2 - TCE • Parcel 7 - TCE o Parcel 14 - PE • Parcel 3 - PE • Parcel 8 - PE 1 o Parcel 14 - TCE • Parcel 3 - TCE & Parcel 8 - PE 2 o Parcel 15 - PE • Parcel 4 - SE m Parcel 9 - PE - PT 1 • Parcel 16 - PE - PT 1 • Parcel 4 - TCE • Parcel 9 - PE - PT 2 • Parcel 16 - PE - PT 2 • Parcel 5 - SE • Parcel 10 - PE • GC-4.02 Subsurface and Physical Conditions • Geotechnical Engineering Study (HVJ Engineering) GC-6.06.1) 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 f GC-6.09 Permits and Utilities • Nationwide Permit 12 • Floodplain Development Permit • TxDOT Utility Permit • Williams Utility Crossing Agreement • $NSF Utility Permit GR 01 60 00 Product Requirements • City Approved Product List • Odor Control • Sewper Cover • Epoxy Liner CITY OF FORT WORTH Crawley Relief Interceptor M-325 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS For Village Creek Basin Revised July 1, 2011 City Project No. IU0276 GC-4.01 Availability ®f Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Upper Big Fossil Creek STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Drainage Basin Relief Interceptor Revised July 1, 2011 City Project No. 02515 CPN. 100276, Crowley Relief Interceptor M-325 for Village Creek Basin — Part 1 Parcel # 1 900 E. Glendale Street Called 36.000 Acres out of J.H. Lucas Survey A-932 STATE OF TEXAS § § KNOW ALL MEN 13Y THESE PRESENTS COUNTY OF TARRANT § CITY OF CROWLEY PERMANENT SEWER FACILITY EASEMENT For DATE: June 1, 2017 GRANTOR: The City of Crowley, a Municipal Corporation GRANTOR'S MAILING ADDRESS: 201 E_ Main Street, Crowley, Tarrant County, Tx 76036 �. GRANTEE: CITY OF CROWLEY GRANTEE'S MAILING ADDRESS (including County): 201 E. MAIN ST. CROWLEY, TARRANT COUNTY, TX 76036 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a portion of that certain tract situated in the J.H.. Lucas Survey, Abstract No. 932, being part of the 36.000 acre tract as recorded in Volume 6181, Page 983, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibit "A„ PERMANENT SEWER FACILITY EASEMENT Rev. OV1 B117 I ORT WORTH. 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. Grantor and Grantee expressly agree that this Permanent Sewer Facility Easement will be assigned to the City of Fort Worth prior to the commencement of construction. 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, poie 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 Granteeshall not be obligated to restore or replace irrigation systems -or other improvements installed in violation of the provisions and intended use of this basement. 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. [SIGNATURES APPEAL ON THE FOLLOWING PAGE] PERMANENTSEVVER FACUTY EASWENT Rev. 01118/17 rott'r 4y x, GRANTOR: TI-IE STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Crowley By (Signature): (Print Narne)JZ& -ex-j %.;j ► n, Title ; cLgQ,�C' APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) , Title ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared' r� 1 _ n4- gy—, _, 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 l and that he/she executed the same as the act of said � aq p,r- he purposes d consideration therein expressed and in the capacity therein-4ated . cJ GIVEN CINDER MY HAND AND SEAL OF OFFICE this aL day of Notary Public in and for the State of Texas 1lIjp Yz,a PERMANENT SEINER FACILITY EASEMENT Rev, 01/18117 ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TAR.RANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , • H. fl .1 of the City of Crowley, known to me to be the same person whose name" Is subscrib d to the foregoing instrument, and acknowledged to me that the same was the act of the City of Crowley and that he/she executed the same as the act of the City of Crowley for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ; day of 7 ,a , 20 + Notary Public in and for the State of Texas l li yi.l.FlnlY Ip:lf: '11ai , L PERMANENT SEWER FACUTY EASEMENT Rev. C11118J17. roirr WOR1,11. EXHIBIT "A" PERMANENT SEWER FACILITY EASEMENT PARCEL x-SE Tieing 6,567 square feet of land situated in the J.H. Lucas Survey, Abstract No. 932, City of Crowley, Tarrant County, Texas, and being a portion of a tract of land conveyed to The City of Crowley, a Ivfunicipal Corporation; as described in a deed recorded in Volume 6181, Page 983, Deed Records of Tarrant County, Texas (D.R.T.C.T.); and being more particularly described by metes and bounds as follows: COMMENCING at a 518 inch iron rod found at the northeast corner of aright -of -way (R-O-W) dedication for Glendale Street (60' R-O-W) recorded in Volume 6181, Page 980, D.R.T.C.T., same being a northwest corner of said City of Crowley tract, and being in the south line of a tract of land conveyed to V Bar V Real .Estate Partnership, L.P., as described in a deed recorded in Tnstrurnent #D208009835, D.R.T.C.T., fiom which a 1/2 inch iron rod found in said property line bears S 66129'36" E a distance of 159.94 feet; THENCE S 23"27'15" W, along the westerly line of said City of Crowley tract and the easterly R-O-W line of said Glendale Street, a distance of 70.89 feet to 1/2 inch iron rod with cap stamped "TNP Inc Esmt" (hereinafter all 1/2 iron rods set wail be marked the same) set at the POINT OF BEGINNING of the hereinafter described tract. - THENCE over and across said City of Crowley tract the following courses and distances: 9 77°50'55"T, a distance of 215.90 feet to a 112 inch iron rod set; S 12°09'05" W, a distance of 30.00 feet to a 1/2 inch iron rod set; N 77150'55" W, a distance of 221.90 feet to a "Y" cut set in concrete on the common line of said City of Crowley tract and said Glendale Street; THENCE N 23027'15" E, along said common line, a distance of 30.59 feet to the POINT OF BEGINNING and containing 6,567 square feet or 0.151 of an acre of land. Date. June 1, 2017 Theron W. Sims, R.fJ.L.S. Rev. -July 19, 2017 Texas Registrakion No8 . 58 1. Bearings of lines shown hereon refer to Grid North of the Texas Coordinate System of 1983 (Borth Central Zone; NAD83 (2011) Epoch 2010) as derived locally from Western Data Systems Continuously Operating Reference Stations (CORS) via Real Time Kinematic (RTK) methods. An average Combination Factor of 1.000148415 was used to scale grid coordinates and distances to surface. All coordinates shown are surface. 2, Integral parts of this survey: a. Legal Description b. Sketch Sheet loft CT W t 6a77 ry Ln c N LLJ mr J o � F" s �< <') k�i ti a a{Lrl Iol w- i� o aU o d22N k } at': d CL N FV O CA y � z - 3 T. aYom Y h i i n Ins 4f gE rz mI'D,�s ooz �z co � .L? y C c w � ❑Z ��Q / �d � / o�=per E �m cl-/ cez r' ° cq q m c W m w o Z>LU w m4'd Wis �o m @ :i^y a� y yrna U! / Er XX O op �n..E �u SW ¢ W ZA cvD w h n Fi 2 v / % FF 0 MARY LOUISEGARCIA COUNTY CLERK 100 West Weatherford Fart Worth, TX 76196-0401 •......-•' PHONE (817) 884-1195 CITY OF CROWLEY 201 E, MAIN CROWL.EY„ TX 76036 Submitter: CITY OF'CROWLEY 0 NOT DESTROY ROY WARNINGm THIS ISM T OF THE O ICIAL R��C� �. Filed For Registration: Instrument * D218164663 7/26/2018 10:16 AM D218164563 E 7 PGS $36.00 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UDDER FEDERAL LAW. CPN: 100276, Crowley Relief Interceptor M-326 for Village Creek Basin — Part 1 Parcel # 1 900 E. Glendale Street Called 36.00 Acres out of J.H. Lucas Survey A-932 CITY Y OF CROWLEY TEMPORARY CONSTRUCTION EASEMENT DATE. June 1, 2017 GRANTOR: The City of Crowley, a Municipal Corporation GRANTOR'S MAILING ADDRESS: 201 E. Main Street, Crowley, Tarrant County, Tx 76036 GRANTEE: CITY OF CROWLEY GRANTEE'S MAILING ADDRESS (including County): ' 201 E. MAIN S T: CROWLEY, TARRANT COUNTY, TX76036 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a portion of that certain tract situated in the J.H. Lucas Survey, Abstract No. 932, being part of the 36.000 acre tract as recorded in Volume 6181, Page 983, Deed Records, Tarrant County, Texas, and being more particularly described In Exhibit "A". 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 "S". Grantor and Grantee expressly agree that this Temporary Sewer Facility Easement will be assigned to the City of Fort Worth prior to the commencement of construction. Temporary C0astmc6on Lasement 01/1812017 f0 frWORTki« .7-"-- It is further agreed and Property for the purpc acceptance by Grante Easement shall cease. understood that Grantee will be permitted the use of said Easement se of Sanitary Sewer. Upon completion of improvements and its all rights granted within the described Temporary Construction 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. (SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Cnnstmaiun Easement 01I18Ib017 FORTWORTH. .rl- GRANTOR: GRANTEE: City of Crowley By (Signature): (Print Name)Ri1Title j es - o APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) , Title 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- raGb j_,Q,J j I r1 , 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 -t C ED and that he/she executed the same as the act of said C' i n r_. a �� for the purposes and consideration therein expressed4d in the cg'pacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this � day of 'tS J 201 Notary Public in and for the State of Texas 'i'cniparary Coasttuat mi Easement 01118/2017 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 ` ;6ne--c r 1-0 A i n 'Jk �-M tN0A00 o,_o g— of the City of Crowley, known to me to be the same person whose naAe is subs ibed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Crowley and that he/she executed the same as the act of the City of Crawley for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this c _ _ __.__day of �1 _20-L�. -� .. {•„g�¢ ;;��j( ::• «kl ' Mai Notary Public in and for the State of Texas Temporary Constmaim Easement 0111812017 E, VIMIT "A" TEMPORARY CONSTRUCTION EASEMENT PARCEL I-TCE Being 6,528 square feet of land situated in the J.H_ Lucas Siuvey, Abstract No. 932. City of Crowley, Tarrant County, "Texas, and being a portion of a tract of land conveyed to The City of Crowley, a Municipal Corporation, as described in a deed recorded. in Volume 6181, Page 983, Deed Records of Tarrant County, Texas (D.R.T.C.T.); and being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found at the northeast corner of a right-of-way (R-O-W) dedication for Glendale Street (60' R-O-W) recorded in Volume 6181, Page 880, D.R.T.C.T., same being a northwest corner of said City of Crowley tract, and being in the south .line of a tract of land conveyed to V Bar V Real Estate Partnership, L.P., as described in a deed recorded in instrument #D208009835, D.R.T.C.T., from which a 1/2 inch iron rod found in said property line Dears S 66°29'36" E a distance of 159,94 feet; THENCE S 23027'15" W, along the westerly line of said City of Crowley tract and the easterly R-O-W Iine of said Glendale Street, a distance of 50.49 feet to the POINT OF BEGINNING of the hereinafter described tract; THENCE over and across said City of Crowley tract the following courses and distances: S 77°50'55" E, a distance of 256.91 feet; S t2°09'05" W, a distance of 50.00 feet; N 77°50'55" W, a distance of 45.00 feet to a 1/2 inch iron rod with cap stamped "TNP Inc Esmt" (hereinafter all 1/2 iron rods set will be marked the same) set at the southeast corner of a proposed permanent sewer easement; THENCE over and across said City of Crowley tract, along the common line with said sewer easement, the following courses and distances: N 12°09'05" E, a distance of 30.00 feet to a 1/2 inch iron rod set; N 77°50'55" W, a distance of 215.90 feet to a 1/2 inch iron rod set on the common line of said City of Crowley tract and said Glendale Street; THENCE N 23027' 15" E. along said common line, a distance of 20.40 feet to the POINT OF BEGINNING and containing 6,528 square feet or 0.150 of an acrUff land. _ *� Date: June 1, 2017 Theron W. Sims, R.P.L.S. Rev. -July 19, 2017 Texas Registration No. 588 1. Bearings of lines shown hereon refer to Grid North of the Texas Coordinat ti'3 (North Central Zone; NAD83 (2011) Epoch 2010) as derived locally fr9 ataom Systems Continuously Operating Reference Stations (CORS) via Real Time Kinematic (RTK) methods. An average Combination Factor of 1.000148415 was used to scale grid coordinates and distances to surface. All coordinates shown are surface. 2. Integral parts of this survey: a. Legal Description b. Sketch Shed 1of2 Ffw 16077 0 a �a O �s„ M LY a� h f; a m .-. C ! All! O Ns u ot] ? m qq L3 m � is ° v o LLl j w W a g R m Mlu-amiv©irsp�� v v� �� r� 3 rA sF F* �-4 ti U � � n cam. fl 60 ON 0 N 0 0 E M °e°eei..' ••.t i`'0�•'. MARY LOUISE GARCIA COUNTY CLERK a y, rX 76196-0401 100 West Weatherford F rtWart ...��.• PHONE (817) 884-1195 CITY OF CROWLEY 201 E. MAIN CROWLEY„ TX 76036 Submitter: CITY OF CROWLEY QQ QTD TROY # ' l l p THiS IS PART OF THE OEFIC�-IAL RECARD. Filed For Registration: 7126/2018 10:16 AM Instrument: D218164562 E 7 PGS $36.00' D218164562 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL_ LAW. 1 CAUSE NUMBER 2018-006160-3 CITY OF CROWLEY, TEXAS § VS. § MOHAN SINGH TANWAR; § H-3L4,NT SINGH TANWAR aWa § HERMANT SINGH TANWAR; § SHASHI CHAUH N TANWAR aWa § SIL SHI C. TANWAR; § DHiRAJ SINGH TANWAR; § GARE%1A TANWAR a/k/a § GAPJAIA SWGH TANWAR, a minor; § THE STATE OF TEXAS; § THE CITY OF FORT WORTH, TEXAS; § THE TRANSIT AUTHORITY OF § FORT WORTH, TEXAS; § THE SPECIAL PURPOSE DISTRICT § OF FORT WORTH CRIME CONTROL § aWa FORT WORTH CRIME § CONTROL AND PREVENTION § DISTRICT; and TEXAS § COMPTROLLER OF PUBLIC § ACCOUNTS § IN THE COUNTY COURT AT LAW N UMBER 3 TARRANT COUNTY, TEXAS AWARD OF SPECIAL COMMISSIONERS On November 14, 2018, the above -styled condemnation proceeding came on to be heard before the undersigned, three disinterested real property owners of Tarrant County, Texas, who were appointed to assess the damages caused in this condemnation proceeding. The 1'lainti , City of Crawley, Texas, appeared through its attorney of record, Robert M. Albbom The Defendant Mohan Singh Tanwar aPP&R4Wfailed to appear. The Defendant Hemant Singh. Tanwar aWa Hermant Singh Tanwar apge=mdlfaded to appear. AWARD OF SPECIAL COMNUSSIONERS PAGE I The Defendant Shashi Chauhau Tamar aWa Shashi C. Taawar appe-a�failed to The Defendant Dhiraj Singh Tanwar agpearrd/failed to appear. The minor Defendant Garima Tanwar aWa Garima Singh Tanwar appeared/ , m, = Rough her court -appointed Attorney ad Litem Gerry Qrth. The Defendant lienholder The State of Texas Mailed to appear through its attorney of record, Adams RR Abrams, Assistant Attorney General. The Defendant lienholder The City of Fort Worth, Texas apgearcd/faiied to appear through its attorneys of record, Adams R Abrams, Assistant Attorney General for the State of Texas and/or Christopher B. Mosley, Senior Assistant City Attorney for the City of Fort Worth, Texas. The Defendant lienholder The Transit Authority of Fort Worth, Texas appemedffailed to appear through its attorney of record, Adams R. Abrams, Assistant Attorney General for the State of Texas. The Defendant lienholder The Special Purpose District of Fort Worth Crime Control a/k/a Fart Worth [�4mr-ne Control and Prevention District appeai-.Wfailed to appear through its attorneys of record, Adams R. Abrams, Assistant Attorney General for the State of Texas and/or Christopher B. Mosley, Senior Assistant City Attorney for the City of Pori Worth, Texas. The Defendant lienholder The Texas Comptroller of Public Accounts Mailed to appear through its attorney of record, Adams R. Abrams, Assistant Attorney General for the State of Texas. All sides having announced ready, the Commissioners proceeded to hear evidence and arguments of the parties and, based on the evidence and arguments presented, made the following findings_ The damages to be paid by the City of Crowley, Texas, for acquisition of AWARD OF SPECIAL COMM[SSIONERS PAGE 2 easement interests for the public use and construction of a new 42" sewer line for a Sanitary Sewer Utility Facility, which easement interests will, be assigned to the City of Fort Worth, Texas after the City of Crowley completes its acquisition; and more specifically described in Plaintiffs Original Petition for Condemnation, according to the rules of damages set forth in Chapter 21 of the Texas Properly Code, are hereby assessed as follows: Permanent Sanitary Sewers Easement (2-SE): Being an approximate 0.876-acre (38,170 square feet, more or less) Permanent Sanitary Sewer Utility Easement, as more particularly described in Exhibit "A" and drown on Exhibit "B" attached hereto and incorporated herein. Temporary Con_stmetion Easement (2-TCE): Being an approximate 0.569-acre (24,798 square feet, more or less) Temporary Construction Easement, being located immediately adjacent to the above -described Permanent Sanitary Sewer Easement, as more particularly described in Exhibit "A" and shown as Exhibit "B" attached hereto and incorporated herein, not to exceed one (1) year from the start of construction. The Permanent Sanitary Sewer Easement and. Temporary Construction Easement are sometimes collectively referred herein as "Easements" orr "Easement interests"; and more legally described as: Being part of a 9.343-acre tract of land (approximately 406,981 square feet, more or less) out of the John H. Lucas Survey, Abstract No. 932, situated in the City of Crowley, Tarrant County, Texas; AWARD: $y�a� 69 - D D RENDERER this a�L—day ofNovenber, 2018_ AWARD OF SPECIAL CORMIISSiONERS PAGE 3 E SPECIAL CONOMSIONERS: E i i I i SAM FffiMON-Fh1tYffiR J MADDUX i AROLLY LIRO S The foregoing decision and Award was filed with me this day of November, 2018. JUDGE PRESIDING pipe Itn to: Deb PoinM Paralegal Taylor, Olson, Adkins, Srata & ElmLLP 6000 Westem Place, Suite 200 Fort Worth, Texas 76107 AWARD OF SPECIAL CON M.TSSTONERS SAGE 4 PEW SEER FAMATY EASEYONi, — PARCIaL 2,W wag 3k7-7G STMEd'ae6af d.situeLed is & JJMLUM Siavey, A>tit Na $32, CiLyofQUV&7,TarnsC4mpy,Tares.tadbe4a2odia aaimctof'jffi aveyai. q to Pumm Tmwac et A as drsonbed' is a deed recaade in insh—ami 0=517274% Da6a R-Ord, of t4mu&Cm* Trans PJLT.r—T-i find W639.mau p zlfi- srlY `,dacn�Cd�CmcLes.s�.Luoad�ael�sre: ..: _ ' . . ' - �DMi1�i4CiiVG�fa !� •iar3i iioatmd iracd 5o:flta vy a�af v�a�r (A-b-Vi�j, ui •®cridn3�s�eei(sn`8-o-gv�,a�ttmsoutLaeatw�rvfseidTensvaraacf:came6e+n� . . • _ yth•�cisa�cdt rumor ofLnt T3„ I7l—d},sk�d_[gP- qp eua3ai�a���i{nnLa f3s•Cd}*viCr�mvr�ie,;.yxar�re(npt: .. •• "'•'.•'• �f Texas �i dr#Cd m Y�fimme$8B-773, l'n�e O�� PT�ICeeOCdE CR iPatwt `N""`Jj - . - te= (�.S'.�GT}f from a la rock 6% rod wiffi uPt fb* 7 x ' '. �dB��PI"iat6rars$23.`Z9'p6'3'Pa�di�antroaf199.95ise�. .. - E�1 ZrZT15" L aT= me Raa.a£ ceid_TWWW t1 ctaud toe yPestec[y R-04W Tice of tar3 fixiendaie 3`fteet, a dis�cP of 9837 �t 3c# tic iacb imta and �et�RO��+7��Sk('II�IL�G ��11et�na$m'dcssrt�trse�m�iaeddfi:snmr� - - fS��IC�a�amtdacmes said Tmwer kacttbe fiolloiiagrnarnn-�aad drs4anoe ` -•.�TPS4�`5.S"W,nd"ict�ec�iA�.18'i�m$lf�3nch>mo��saQ- .. • ITT 31002wAw W m � aiacg UtA of said L rd1 F�tEs. IL d ante of ' 692M 3xt.'ID & comer ai= said Tamar b3gc4 some Wag the nar&es tcamtrOfraid•La&A and al- beiz%tih"d �vayad 10 desciwi Spot Ranch Y , LTD, as descabad in a. deed - xe�ed�TattY7nmeut�Z�SUH9699,I].RT.C.�sfxaa1.vvhieha£u�5185nc1i fDw. ' imfi.'iad wi#h � �cd �cmpobo ]sons 1�1' 2i'45'.1.?" i?, a dtamocE of a.&5 __ Ii3Bd1iC ]d 89 a'J'38d B aigmg the co —ma ik- of sad. Tau%= tmd nod said ' ,{�poip�'tt7c� adisl?�x �3792%�� sfwmd 6 iim,ir.snesgoit�itc�; - . _ ' _ l� ova'• and arc-nssrdid'Fina�vm`ti� ffipfoIlayriezg mid �iib�F+: .•'sss'�ze�'�,xJmre�aeof69as6icriroai7nandaimarvas�• a disuse A 664M fart li a U2 %di ima sad set -On tin ea a rm= ofspid'i`mM&rAsct and said Gloadale Rust Tf WCE S n 2r i5- W, a1bog f6d bn d' ditmm of 3R59 its ft MUM US 8IK&>MS7R;pn? att'9.g76 er ka arse of" - - .. SSW . Them W. Sims, R Fsr�L i Raqw%ftft Nal. - 91xetlet`4 EXHIBIT i" B rfiu;3 r# Iles• bwwn mkrw mw i+ DM uru a Tom C.awdma<m Sysimm of Tm - (rctmW Cedd 70 rr; "33 =11)' E�Iocn 2ca'{h) as aaW locAy ftM weq.tkTq Dale systems GmAromucly opm ing Re Amw sKons �mmj. via Rea! lime JQMr6ro {RTP mks An wimp cwnairta cm was used to gdd.cowwrufes .:�: �idSsiaiir�laswiaceACwntdir�3siioa��re�Tace. 2. 4ftVroajp3M of Ws s6Neg ' a Lega[[7isctgSlon - b. sloes >r ' - 91�ed2ot'3 kix twrri , -,, - • - - • • • i ' •:S - • i : ... - • - .„ ' • '•.lYtl��1Pi�Cbl�fingCGi•!�[A1%�.:SIIWAY ••� ••� •: !� .'if�jG3 �•s45��!i li�iRi110�Cri�lafNYS Yh! • :' '' •- -•• 4h4'�+-hied #mlats��.F'is4 Yl • �•_' :L?. :_..._.15+14�W��isTdaAf�l4r�Raiud� _ .ptl�Ir3P�F19S �F»�mlatlorvea�-y-l3,. 1 1 als A ec Nrrt ' AIWA W��.,���. mAtlosar�inraixga��r�'..a •,7� Llt7P6G � tldC 0: F'4aw.dmaZma: _ . . ' ANP 19 2= ON% 1Ys� r c+nr nar � ram• car rsr �r a1st t!woi !mrdrr _ 44- a+r r _ yd SZi6�• g1� f vp ' 93 2 KF- aiA ;+- got$� .�$ u s• • . Fes+ rmrammw man mv" zr AL IV !! ! alaeres ', SCRLp i'e20U fir Aft r+s r aosv F 3SJ•�A dam• 7I• J j� •ter-�-`� •• z • _ '-,� . iq '�.•�-� � �8'Op�-O-W '_ - • � - .ti ' �•.pp-A�.RpSA�IS'1� 9a17� roi P ' . '� � f1 ''r •rta '� _'ti � � � �f�('(?JPDAyg 92F.F�' Al[LCC ,• ^ i7 494 Wat. FM idC - s DS i i!wt secsieog9a Olin &pemws O=PLh.l &# icD sas7 S�wMid.e 7iC Lx!o 6wry A6ftact77e, ,p=-jm t 7ufr s �o .r am. #Ours�samF etXt u� 93tCi4'�C!odry,7earadJrou ;Tkwc • m` - n-:=.� �a.�ewr�li�++eAm.meaidlmivao SaeH.fra!'rea7J svrslcva •+M�av!r�llndWr+lm.e�Jgtirxx stem.arry - _ .. - .. - t I• TEMPO COMM 94�� ., Bt$gM,799 sgvae fca nflm d sitmtcd in tha J$ Lvr SYavA9i $bshxcf bTa 937, of G eY. Twit Comity Maras, -a d bttag A irtiah ofa f>suk of Inod ' •i;7 5 nh� Ta wm� rf•al, as da =lcd in 4 deed i *amlcd la bdrm i �t517 2. i>c4 R&mids of Tama• Cuucly, Tr ay [D.R,` AT.� snd BF ►g maFc p eo3ady ' d�ccitib�rmcfrsaorFlwtwd�4sdlndaYva � - ' •.:, C�11�1'iir!$A3IL'tvChiXpll.]dsdShcmd]d?hA�-(�zVuy{R-O-Y�'juf. tiJ l� (W 8:.D IW am t6x h= b ft tifa n tiC 4 td l OE i2, l7hislQII adddima tQ t>m Ck of avvicy, Tani '-CdiWy Teaw, ss iftl in Xahtmc388173, i 89, PJac of T apt Catmtr. x=Fac� (gRT.C.T), EMn Whir& a la ench "aaa cud *11h eq sta� "9crttaa" rc"i4 YaidR_Cl W ime izeais S 29 9`" W, g ice of 154.95 #c4 T33HdVL'&A72317'i3'�r a7omgtbn eeAe�#y7lma dsmd T t l-==l rt>c d3r - A-04 Ew of sod UIrnrdC sa=o_adistpm= of =96 fb la V2�v& irm=d Th& _sap stamped. p Tac Eemr A 19 it m mdr see ac M'bc mzdma the iffiC S]109 9Cn74** noAhcmst mmov Ora VDMcd ww= CESGIDCIItkr 60 ;PCMTOFMTRUM�GafthehC :1 C, Goat aetass said Tinxera¢'ttL4 alang Led Innow saw tas==1 the - � gollo6Prrigmbsaesaoddiataaces •- - ' `� - Z�7i° 1'5.='� i a di5(�rA AffiG�32 uz94 a 3)2 i.*ik 1 en�adi • - .. • .. N 38°a2'2$" W, a distaoue o[ 54S3Bfpdttp-aa. $=.r.,3t �:ifx+ tr.:� fn�md en w fho ntath #wof said Taaw= kma4 Aw ba6X thi' WV3fLAmQfAhwtdljM& calwar d to Chat 'as-dasi;zbad, is a dud I1IFiVCE N 8963918'l's Awr dm p==m Goa of said Tamwm t=t aud, s" - -:�trscmE:Spon�gtza�4idisE�acaf?�-28•fzat,�xo�a�ahieii.d.,ll2ioL�tixoaxadirnmd.et . -so saseheas{ riot gf said Spai Ram N 4zad bears H9'3915r, E,, a . - -.. ' dim Rf9ax.i� i� ' • - • - ::i'?."rl�TQf:Eos��Sdnci�s6s�TnavvsYtrrt4�elallcfa'iih�cW�egd+.i�^�+` . ' '- _ . • � � 338°GZr1.8°$Aciist4oaedf52�.$Gf:�, - ' 77"SDt55'r F. a tiislanca Jq ot.07 fcmi-ts fhA Kr limos of T MW . . •.: . - i>su�Artdsnid(}i�nicSh-� •. • . . Y - _ TMMtZ S n-27.15- W, Along pid a mm. lint, a &,ft m of 2DAD fat t0 ibs r lloWT OF 13136-UO 1 NG wd iwnkift 24,79& Pert or 0_t3 ni an aft af Ilk • t, 26t�' ����� - =.TfiatoalNC �, RwLs �Ayt ��t la saifuwss6oxm Irer ii r>o rid "atom iaE'IM lhiul e ' tom Dili E_pudi 2n% as dmivad 1gmQy pant Walt -FM C ' Sps4eihstma mvslr opE rating Refere a SbH m (CORS) vra Real Time 1MamMa (KF) } . iaelh$d4 Aa terse t7�L'maGcn F'achxr cr 1.nsN'14e41tFwa�used tnsde grid rmrdin:�, r "znQ aia7�t�e•�•-96raoodlnatesshaumam=Ama. _ ' 2��l�eg�•�E?i>�EpHti� • - - i7'6A�77 ' � _ .. • . •�• �: � � •'° '• �t�aa,�xaar�.rrwoutamxn,xa�amrsb cnem� • � - '• ''•' ••• r �Rfq r�r:AAA/+n�¢r�WVdF fYm®y • � • �• •• •• � ,• YpY%1oE.�fi1��M1OTdt4L :r', _ _ p7pzrseamf'����•��a a1� _a ��r,Iu ,*a �aiy ..qe - . 9— - Off w mwosrmzmryr�• u r7p a t x :-'vrar' Mt EW4t'i° 480.12 r. ,h• _ _ - I wr >c mr m Y `�, d¢rr. '�. �• �4T � j =?�ar PUiT Y�PeY�ALmEpStiV� • A j i s I V-� •]i On -� Yu1f®gli•�WIA rig S - � 1 �� a� � •Z2l'i1�a541, t�� � gr ;• r •, •tom8�' [r-YRi �6i - � . • `��� ni�l� � �iCf{ylll: -• �QTJR'I"RY71"�'i'i�j+j Pn1]Ti�i� -a+�.�s. mlx` �#. µ..w+. adw.swpgoa Sfmmd in�xaf.imr5 c - .,FrM 4YatliyT rii� 1btsAnlCamcyS�, . Xuin AT7aS.Sti7rM' R17.».77fslc'�'°F�jOi'7+. . ' �r.+cvgMuum l7attsi�s-'-+.A.•M. inmrem 1GB Ah F+N rsmr - S#F7'�[Ar7 ' v`wo�rarm n-.a.•.d�c�—,�nn.�sorr��aeRr�. - i-30 AT IRVIlV WESTERN PLACE, SUITE SUITE zaa TAY L O R- 0 L S O N ;AD KI N S- S RA L LA• E LAM [-3D FORT WORTH, TEXAS 76107 EMAIL:TOASE@TOASE.CO_M ATTORNEYS & COONSELORS Deb Painter, Paralegal dpointer@toase.cam November 14, 2018 Mr. Mohan. Singh Tanwar Mr- Hemant Singh Tanwar Ms. Shashi. C. Tanwar Mr. Dhiraj Singh Tanwar Ms: Garima Tar-iwar 2960 Marco Drive Grand Prairie, Texas 75052-8724 Mar_ Adam R. Abrams, Asst. Attorney General Bankruptcy and Collections Office of the Attorney General P. O- Boxy 12548 Austin, Texas 78711-2548 Mr. Christopher B. Mosley Senior Assistant City Attorney -Fort 'YN'arth City Hall 200 Texas Street Fort Worth, Texas 76102 Mr. Paul Ballard, President and CEO The Transit Authority of Fort Worth, Texas 801 Cherry Street, Suite 850 Fort Worth, Texas. 76102 TELEPHONE: (817) 332 2580 TOLL FREE- (800) 318-3400 FACSIMILE: (817) 332-4740 WEB SITE: VAV W.TOASE. COM CM, RRR#: 70092820000275988508 CM,RRR#: 70092820000275 988 515 CM, RRR#: 70092920000275988522 CM, RRR#: 70092820000275988539 Mr- Gerry Orth CM,RRR#: 70092820000275988546 ORTH & ORTH, L.L.P. Park Plaza. Building 2501 Parkview Drive, Suite 620 Fort Worth, Texas 76102 RE: Cause Number 2018-006160-3; City of Crowley, Texas vs. JVohan Singh Tanwar, et al; in the CCL#3, Tarrant County, Texas Dear Mses. and Messrs.: Please find the enclosed copy of the Award of Special Commissioners which was e-Bled with the Court today in the above -referenced matter. November 14, 2a 18 Page 2 F /ddp Enclosure as noted cc: Mr. Robert Loftin, City Manager Mr. lack Thompson, C&D, Assistant City Manager Ms. Lori Watson, Director of Finance Rob Allibon and Bradley Anderle, of the firm Si erely Deb Pointer, Paralegal ELECTRONICALLY ELECTRONICALLY ELECTRONICALLY CPN: 100276, Crowley Relief Interceptor M-325 for Village Greek Basin — Part 1 Parcel # 2 997 E. Glendale Street Called 9.343 Acres out of J.H. Lucas Survey A-932 STATE OF TEXAS § § KNOW ALL MEN BEY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATE: June 1, 2017 GRANTOR: Mohan Tanwar et al GRANTOR'S MAILING ADDRESS: 2960 Marco Drive, Grants Prairie, Dallas County, Tx 75052 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS aT. 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 portion of that certain tract situated in the J.H. Lucas Survey, Abstract No. 932, being hart of the 9.343 acre tract as recorded in Instrument No. 02'i5l72942, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibit "A". PERMANENT SOWER FACUTY EASEMENT Rev, 01118/17 FDR'i'WOTH, 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 OX 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. Grantor and Grantee expressly agree that this Permanent Sewer Facility Easement will be assigned to the City of Fort Werth prier to the commencement of construction. 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 erecters 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 t❑ 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. 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. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT SEWER FACILITY EASEMENT Rev- 01I18t17 WITTAffiffla GRANTEE: City of Fort Worth By (Signature (Print Name) , Title APPROVED AS TO FORM AND LEGALITY (Signature (Print Name)_ , Tine THE STATE, OF TEXAS § COUNTY OF TARRA,NT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, can this day personally appeared _, known to me to be the same person whose name is subscribed to the foregoing instrtunent, and acknowledged to me that the same was the act of and that 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 NAND .AND SEAL OF OFFICE this ')0 day of Notary Public in and for the State of Texas PERMANENT SEWER FACILITY EASEMENT Rev 01118117 t'oRTWQRTIi, 1 AV KNU0, LEIJGEiY EN f STATE OF TEXAS 5 COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personality appeared , 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 a ,20 PERMANENT SEWER rACUTY EASEMENT Rev, OliIB117 day of Notary Public in and for the State of Texas FORT ORT}i. EXll•III3IT "A" PERMANENT SEWER FACILITY EAS.EMENT PARCEL 2-SE Being 38,170 square feet of land situated in the J.H..Lucas Survey, Abstract No. 932, City of Crowley, Tarrant County, Texas, and being a portion of a tract of land conveyed to Mohan Tanwar et al, as described in a deed recorded in Instrument ;#D215172942, Deed Records of Tarrant County, 'Texas (D.R.T.C.T.): and being more particularly described by metes and bounds as follows: CONUMNCING at a 1/2 inch iron rod found in the westerly right-of-way (R-O-W) of Glendale Street (60' R-O-NV), at the southeast corner of said Tanwar tract, same being the north corner of Loot 12, Driskell Estates, an addition to the City of Crowley, Tarrant County, Texas, as filed in Volume 388-173, Page 89, Plat Records of Tarrant County, Texas (P.R,T.C.T), from which a 1/2 inch Iron rod with cap stamped "Erittan" found in said R-O-W line bears S 23°29'06" W, a distance of 159.95 feet; THENCE N 23027'15" E, along the easterly Iine of said Tanwar tract and the westerly R-O-W line of said Glendale Street, a distance of 98.37 feet to 1/2 inch iron rod vNith cap stamped "T°NI' Inc Esmt" (hereinafter all 1/2 iron .rods set will be marked the same) set at the POINT OF BEGINNING of the hereinafter described tract; THENCE over and across said Tanwar tract the following courses and distances: N 77°50'55" W, a distance of 609.18 feet to a li2 inch iron rod set; N 38002'28" W, to and along Lot A of said Driskell Estates, a distance of 682.62 feet to the northwest corner of said Tanwar tract, same being the northeast comer of said Lot A., and also being in the south line of a tract of land conveyed to Crescent Springs Ranch Partners, LID., as described in a deed recorded in Instrument ##D205089894, D.R.T.C.T., from which a found 5/8 inch iron rod with cap stamped "Sempco" bears N 2104511711 E, a distance of 0.85 feet; THE NCE N 89039'58" E along the common line of said Tanwar tract and said Crescent Springs tract, a distance of 37.92 feet to a found 8 inch mesquite tree; THENCE over and across said Tanwar tract the following courses and distances- 8 38'02'28" E. a distance of 648.56 feet to a 1/2 inch iron rod set; S 77°50'55" E, a distance of 604.32 feet to a 1/2 inch iron rod set on the common line of said Tanwar tract and said Glendale Street; THENCE S 23027' 15" W, along said common line, a distance of 30.59 feet to the POINT OF BEGINNING and containing 38,170 square feet or 0.876 of an acre of land. .P.-,-pia i e1,20t7 iheran W. Sims, R.P.L.9. Texas Registration No. 588 Sheet 143 PTw 16077 1. Bearings of lines shown hereon refer to Grid North of the Texas Coordinate System of 1983 (North Central Zane; NAD83 (2011) Epoch 2010) as derived locally from Western Data Systems Continuously Operating Reference Stations (COBS) via Real Time Kinematic (RTK) methods. An average Combination Factor of 1.000148415 was used to scale grid coordinates and distances to surface. All coordinates shown are surface. 2. Integral parts of this survey: a. Legal Description b. Sketch Sheet 2 uO FT W 16077 4 cv _ 4 A L f U w env Kry xO �rl 1!'1 C9 r7 CI-0 #i �es o r w r } f E V \U�k J �c7s - c+r .e a C rry Q M mg4�y rYl � Q iY G •`� �i y � � �4 u e '�' ►.. ®C ' O ref e. i �_' 47�o -5�i. 2.! Cq in n co Y, 4 CPN: 100276, Crowley Relief Interceptor M-325 for Village Creel{ Basin — Part 1 Parcel # 2 997 E. Glendale Street Called 9.343 Acres out of J.H. Lucas Survey A-932 CITY OF FORT WORTH TEIi,IIPORAitY CONSTRUCTION EASEMENT DATE: June 1, 2017 GRANTOR: Mohan Tanwar et al GRANTOR'S MAILING ADDRESS: 2960 Marco Drive, Grand Prairie, Dallas County, Tx 75052 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 portion of that certain tract situated in the J.H. Lucas Survey, Abstract No. 932, being part of the 9.343 acre tract as recorded in Instrument No. D21151172942, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibit "A". 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 Granter's property to the easement as shown on Exhibit "D". Grantor and Grantee expressly agree that this Temporary Sewer Facility Easement will be assigned to the City of Fort Worth prior to the commencement of construction. Temporary Construction Easement ()jft8/2017 it is ful—thear day -reed and understood that Grantee will be permitted the use of said Easement Property for the purpose of Swi tary Sewer. 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. [SIGNATURES "PEAR ON THE FOLLOWING 'AGE] iempmary Conslnicdort Fasement Cif/IW2!I7 GRANTOR: GRANTEE: City of Fort Worth By (Signature): (Print Name) , Title_ APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) , Title____ ACKNOWLEDGEMENT COUNTY OF TARRANT BEFORE ME, 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 subscribed to the foregoing instrument, and acknowledged to me 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 capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2Q Notary Public in and for the State of Texas Temporary Constnir€ion Easement 0!J!$J20ti oRT WORTH. ACKNC0JLEDGEMENT STA i E 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 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 Fart Worth and that helshe executed the same as the act of the City of Fart 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 Notary Public in and for the State of Texas Temporary Construction 1 asement 011131 O17 EXHIBIT "A" TEMPORARY CONSTRUCTION EASEMENT PARCEL 2-TCE Being 24,798 square feet of land situated in the J.H. Lucas Survey, Abstract No. 932, City of Crowley, Tarrant County, Texas, and being a portion of tract of land conveyed to lblolian Tanwar et al, as described in a deed recorded in Instrument #D7.15172942, Deed Records of Tarrant County, Texas (D.R.T.C.T.); and being more particularly described by metes and bounds as follows: COMMENCING at a U2 inch iron rod found in the westerly right-of-way (R-O-W) of Glendale Street (60' R-O-W), at the southeast corner of said Tanwar tract, same being the north corner of Lot 12, Driskell Estates, an addition to the City of Crowley, Tarrant County, Texas, as filed in Volume 388-173, rage 89, Plat Records of Tarrant County, Texas, (P.R.T.C.T), from which a 112 inch iron rod with cap stamped "Brittan" found in said R-O-W line bears S 23629'06" W, a distance of 159.95 feet; THENCE N 23027'15" E. along the easterly line of said Tanwar tract and the westerly R-O-W line of said Glendale Street, a distance of 128.96 feet to 112 inch iron rod with cap stamped `°FINP Inc Estnt" (hereinafter all 112 iron rods set will be marked the same), set at the most southerly northeast corner of a proposed sewer easement for the POINT OF BEGINNING of the hereinafter described tract; THENCE over and across said 'I'anwar tract, along said proposed sewer easement, the following courses and distances: N 77°5V55" W, a distance of 604.32 feet to a 112 inch iron rod set. N• 3'8°02'28" W, a distance of 648.56 feet to an 8 inch mesquite tree found on the north line of said Tanwar tract, also being the south line of a tract of land conveyed to Crescent Springs Ranch Partners, LTD., as described in a deed recorded in Instrument 4D205089894, D.R.T.C.T.; THENCE N 89039'58" E along the common line of said Tanwar tract and said Crescent Springs tract, a distance of 25.28 feet, from which a 1/2 inch iron rod found at the southeast comer of said Crescent Springs Ranch tract bears N 89"39'58" E, a distance of 381.70 feet; THENCE over and across said Tanwar tract the following courses raid distances: S 38'02'28" E, a distance of 625.86 feet; 9 77a50'55" E, a distance of 601.07 feet to the common line of said Tanwar tract and said Glendale Street; THENCE S 23"27'15" W, along said common line, a distance of 20.40 feet to the POINT OF BEGINNING and containing 24,798 square feet or 0.569 of an acre of land. i `T-- r -ate 1. 2017 Theron W. Sims, R.P.L.S. Texas Registration No. 5687 Sheet lof3 PTW161777 1, Bearings of lines shown hereon refer to Grid North of the Texas Coordinate System of 1983 (North Central Zone; NA083 (2011) Epoch 2010) as derived locally from Western Data Systems Continuously Operating- Reie,ei€ce Stations (LGRS) via Real Time Kinematic (RTK) methods. An average Combination Factor of 1.000148416 was used to scale grid coordinates and distances to surface. All coordinates shown are surface. 2. Integral parts of this survey: a. Legal Descfiption b. Sketch Sheet 2 of 3 FTW 1 G077 oEm9 ( Mf �m� � Q jI 04 Un 41 �uQ r d u o o L �Ep I Somgo Gq,Ctiti o^� �� � m I �4.� rr�ryrye •-i 3 v as m14v1 I 4 v ELc ' ice, wr�� iN i%Ch G U I E S `off C5 N a ��y *rz x N to (13 awe=m oal, •� �+ I cq ZW as o- "'_ o I vi C Li v C7! : MS CY J a 4 t3.. l.Jji Q �.; .sµi`•{\+Y a ha 'Cfl Ch ®°' m ab ci I H 20.0 ti :f3s :wJl I, 1•�' CO y = 2 ` `y y �- 43 - !Cyr r�• cn J. lb to cn r, - c Fa < � zCL I lull 2 w I -- ?oi�=X.� Lo C-0 w r U- cC Page 1 of 7 D218179779 811412018 9:00 AM PGS 7 Pee: $40.00 Submitter: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Garcia CPW 100276, Crowley Relief Interceptor M-325 for Village Creek Basin — Part t PARCEL No. 3 Called 6.E96 Acres out of J.W. Lucas Survey A-932 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATE: September 29, 2017 GRANTOR: D.R. Horton —Texas, LTD., a Texas Limited Partnership GRANTOR'S MAILING ADDRESS: 6751 North Freeway, Port Worth, Texas 76131 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 being more particularly described in Exhibits "A'& "B": PERMANENT SEWER FACILMY EASEMENT Rev. 01/1 W17 QRTWORT . CPN: 100276, Crowley Relief Interceptor M-325 for Village Creek Basin — Part I PARCEL No. 3 Called 6.896 Acres out of J.W. Lucas Survey A-932 STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH PERMANENT SEINER FACILITY EASEMENT DATE: September 29, 2017 GRANTOR: D.R. Horton —Texas, LTD., a Texas Limited Partnership GRANTOR'S MAILING ADDRESS: 6751 North Freeway, Fort Worth, Texas 76131 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 being more particularly described in Exhibits "A"& "B": PERMANENT SEWER FACILITY EASEMENT Rev. 411181W FoRTWORTH. 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. Grantor and Grantee expressly agree that this Permanent Sewer Facility Easement will be assigned to the City of Fort Worth prior to the commencement of construction. In no event shall Grantor (l) 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. 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. 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. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT SEWER FACILITY EASEMENT RBV. o1f18117 ' F�RT'i�Y01tT GRANTOR: D.R. Horton - Texas, LTD. A Texas limited partnership By: D.R. Horton, Inc., a Delaware corporation, its authorized agent By: -- Name: Mark Allen Title: Assistant Vice President THE STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City o ort Worth By (Signature . (Print Name) Ste a Come, PropTa Management Director APPROVEDJASTORM AND LEGALITY (Signature) (Print Name) JeWca , Title May ACKNO'1'VL1 DGM- ENT BEFORE ME, the undersi ned authority, a Notary Public in and for the State of Texas, on this day personally appeared ,LAI) , 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 (),12 , L,UD&4n and that he/she executed the same as the act of said 17 `(L. 1\ the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this I :J �— R'v) IT LtGIJL 2019. l J 100130023823 oe Y C,UIM. EV. Nov 1$ 2010 PERMANENT SEWER FACILITY EASEMENT Rev. 01118/17 day of rg'iu 04 j - - Notary Public in and or the State of Texas ACKNOWLEDGEMENT STATE OFF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared 5k4jt- rya wr of the City of Fort Worth, known o e to bete 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 13H __day of 01*r, =LE(NNotary Public in and for the State of Texas x oNo9C rirr6 PERMANENT SEWER FACILITY EASEMENT Rev. 01I18l17 FOVtB EXMIT "A" PERMANENT SEWER FACILITY EASEMENT PARCEL 3-SE Being 18,932 square feet of land situated in the J.H. Lucas Survey, Abstract No. 932, City of Crowley, Tarrant County, Texas, and being a portion of a tract of land conveyed to D.R. Horton — Texas, LTD., a Texas Limited Partnership, as described in a deed recorded in Instrument #D217124017, Deed Records of Tarrant County, Texas (D.R.T.C.T.) and being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod found on the southeast corner of said D.R. Dorton tract, same being the southwest corner of Lot 24, Block EE, Crescent Springs Ranch, Phase 1I, as recorded in Cabinet A, Page 11572, Plat Records of Tarrant County, Texas (P.R.T.C.T.), also being in the north line of a tract of land conveyed to Mohan Tanwar Etal as described in a deed recorded in Instrument #D215172942, Volume 1097, Rage 1578, D.R.T.C.T., from which a 1/2 inch iron found for the northwest comer of said Lot 24 bears N V20'25 "W a distance of 120.03 feet; THENCE S 89139'58"W, along the south line of said D.R. Horton tract, also being the north line of said Mohan Tanwar Etal tract, distance of 406.98 feet to an 8 inch mesquite tree found at the POINT OF BEGINNING of the hereinafter described tract; THENCE S 89039'58"W, along the south line of said D.R. Horton tract, also being the north line of said Mohan Tanwar Et Al tract a distance of 37.92 feet to the northwest corner of said Mohan Tanwar Et Al tract, from which a 518 inch iron rod with cap stamped "SEMPCO" bears N 21°45'17"E a distance of 0.86 feet; THE, N 38°02'28"W, leaving said south line of said D.R. Horton tract, same being the north line of said Mohan Tanwar tract, same being the northwest comer of said Mohan Tanwar Et Al tract, a distance of 18.96 feet to a 1/2 inch iron rod with cap stamped "TNP Inc Esmf' (hereinafter all 1/2 iron rods set will be marked the same); THENCE S 89*39'58"W, a distance of 585.79 feet to a 1/2 inch iron rod set in the west line of said D.R. Horton tract, also being the east line of a tract of land referred to as "Tract B" conveyed to Harwood Builders, Inc., as described in a deed recorded in Instrument #D217165231, D.R.T. C.T.; THENCE N 0921'14"W, along said west line of said D.R. Horton tract, also being the east line of said Harwood Builders tract, a distance of 30.00 feet to 1/2 inch iron rod set, from which a 1/2 iron rod found at the northwest corner of said D.R. Horton tract bears N 0°21'14"W a distance of 260.59 feet; THENCE N 89°39'58"E, leaving said west line of D.R. Horton tract, also being the east line of said Harwood Builders tract, a distance of 600.52 feet to a set 112 inch iron rod; THENCE S 3800228"E, a distance of 56.88 feet to the POINT OF BEGINNING and containing 18,932 square feet or 0.435 of an acre of land. �---� .June 1,2017 Theron W. 51ms, R.P.L,S. Revised: September 29, 2017 Texas Registratlnn No. 588f Sheet tof3 C V16077 1. Bearings of lines shown hereon refer to Grid North of the Texas Coordinate System of 1983 (North Central Zone; NAD83 (2011) Epoch 2010) as derived locally from Western Data Systems Continuously Operating Reference Stations (COBS) via Real Time Kinematic (RTK) methods. An average Combination Factor of 1,000148415 was used to scale grid coordinates and distances to surface. All coordinates shown are surface. 2. Integral parts of this survey: a. Legal Description b. Sketch Sheet 2 03 FTw16077 +� h"ARWOOD 8f! PE'RS, JNC. CRESENT SPRINGS lNSr D217l85231 RANCH, PHASE 7 j b R,re.r. W. A, PG. 9597 � raaas'i4'w, aeaaa� HIM © ' 0 1 5F R 1� jtn 9 a c = 73 � 4 4iP�• j � O v Q1 �+1 M1y RA { ; 1;4 I_ V N O'20'2619, 120.03' Q (UNE FOR OlriEclSariAi comma) a BLOCK EE 12 w Page 1 of 7 D218?70655 121111201811:31 AM PGS 7 Fee: $40.00 Submitter: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records Le'a, Mary Louise Garcia CPN: 100276, Crowley Relief Interceptor flag-326 for Village Creek Basin — Pant 1 Parcel 0 3 732 N. Crowley Road Called 6.896 Acres out of J.H. Lucas Survey A-932 CITY OF FORT WORTh TEMPORARY CONSTRUCTION EASEMIrNT DATE: September 29, 2017 GRANTOR: D.R. Horton - Texas, LTD., a Texas limited partnership GRANTOR'S MAILING ADDRESS: 6751 North Freeway, Fort Worth, Tx 76131 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORTWORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Tan Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which Is hereby acknowledged. PROPERTY: Being a portion of that certain tract situated in the J.H. Lucas Survey, Abstract No. 932, being part of the 6.896 acre tract as recorded in Instrument No. 0206089894, Deed Records, Tarrant County, Texas, and being more particularly described In Exhibit "A". 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 'Au. Grantor and Grantee expressly agree that this Temporary Sewer Facility Easement will be assigned to the City of Fort Worth prior to the commencement of construction. It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of Sanitary Sewer. Upon completion of improvements and its Tomporuy cunstmtltoa basement 0]!J8l1017 f' tiZ ,11 1 CPM: 100276, Crowley Relief Interceptor iM-325 for Village Creels Basin — Pail 1 Parcel # 3 732 N. Crowley Road Called 6.896 Acres out of J.H. Lucas Survey A-932 CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT DATE: September 29, 2017 GRANTOR: D.R. Horton - Texas, LTD., a Texas limited partnership GRANTOR'S MAILING ADDRESS: 6751 North Freeway, Fort Worth, Tx 76131 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TA,RR.ANT 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 portion of that certain tract situated in the J.H. Lucas Survey, Abstract No. 932, being part of the 6.896 acre tract as recorded In Instrument No. D206089894, Deed Records, Tarrant County, Texas, and being more particularly described In Exhibit "A". 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 'IV". Grantor and Grantee expressly agree that this Temporary Sewer Facility Easement will be assigned to the City of Fort Worth prior to the commencement of construction. It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of Sanitary Sewer. Upon completion of improvements and its Temporary Construction Easement 411tRI2Q17 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. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Temporary Construction Easement 01/18/2017 FORT'WOR'f . GRANTOR: D.R. Horton -Texas, LTD. A Texas limited partnership By: D.R. Horton, Inc., a Delaware corporation, its authorized agent By: , - Name: Mark Allen Title: Assistant Vice President GRANTEE: City of Fort By (S (Print APPROVED AS T�D DORM AND (Print Name] � %�01y11nq ` $f 1 '�1fttAWMf I1y ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT BEFORE ME, the undersign d authority, a Notary Public in and for the State of Texas, on this day personally appeared kAa*N V- �. Atkmil , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the.act of D, 9-~ tA7+FJ"✓l and that he/she executed the same as the act of said 1&, A-V\ for the purposes and consideration therein expressed and in the capacity therein stated, GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of ) 20ft99!d%22Z:. W ��1. F(Q.TIE 3A0llV 1100130023623 41-60 My Comm, Exp. Nov 12, 2018 r Notary Public in and for the State of Texas Temporary Conalmdon Easement 0111812017 C`4RTWORT}" ACKNOWLEDGIdIVIENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, Notary Public in and for the Stat of Texas on this day personally appeared l� c of the City of Fort W�rthnowv-nto— & to be the sa a person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 2016, Notary Public in and for the State of Texas a LEISSUMNER t°+iotsPjf pUWjo 3ft of TOM idobO IA #926264929 C;ommialm Fes. MAY 10, 20 Temporary CoasWefionEmeotent Oi118l2017 +3$TWORT TEMPORARY CONSTRUCTION EASEMENT PARCEL 3-TCE Being 8,874 square feet of land situated in the J.H. Lucas Survey, Abstract No. 932, City of Crowley, Tarrant County, Texas, and being a portion of a tract of land conveyed to D.R. Horton - Texas, LTD., a Texas Limited Partnership, as described in a deed recorded in Instrument 0217124017, Deed Records of Tarrant County, Texas (D.R.T. C.T.) and being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod found on the southeast corner of said D.R. Horton tract, same being the southwest comer of Lot 24, Block EE, Crescent Springs, Ranch, Phase II, as recorded in Cabinet A, Page 11572, Plat Records of Tarrant County, Texas (P.R.T.C.T.), also being in the north Iine of a tract of land conveyed to Mohan Tanwar Etal as described in a deed recorded in Instrument #D215172942, D.R.T.C.T., from which a In inch iron found for the northwest corner of said Lot 24 bears N 0°20'25"W a distance of 120.03 feet; THENCE S 891139'58"W, along the south line of said D.R. Horton tract, also being the north line of said Mohan Tanwar Etal tract, a distance of 444.90 feet to the most southerly southwest corner of a proposed sewer easement, same being the northwest corner of said Mohan. Tanwar Mal tract and the northeast corner of Lot A, Driskell Estates, an addition to the City of Crowley, Tarrant County, Texas, recorded in Volume 388-173, Page 89, P.R.T.C.T„ for the POINT OF BEGINNING of the hereinafter described tract, from which a 518 inch iron rod with cap stamped "SEMPCO" bears N 21145'17"E, a distance of 0.86 feet; THENCE S 89139'58"W, continuing along the south line of said D.R. Horton tract and the north line of said Driskell Estates, a distance of 597.39 feet to the southwest corner of said D.R. Horton tract and the southeast corner of a tract of land conveyed to Harwood Builders, Inc., as described in a.deed recorded in Instrument #D217I65231, D.R.T.C.T.; THENCE N 00°21'14"W, along the west line of said D.R. Horton tract and the east line of said Hmvood Builders, tract, a distance of 15.00 feet to a 1/2 inch iron rod with cap stamped ' TNP Inc Esmt", set at the most westerly, southwest corner of said proposed sewer easement, from which a 1/2 inch iron rod found at the northwest comer of said D.R. Horton tract bears N 00121' 14" W, a distance of 290.59 feet; THENCE over and across said D,R. Horton tract, along the south line of said proposed sewer easement, the following courses and distances: N 89°39'58"E, a distance of 585,79 feet to a set 1/2 inch iron rod with cap stamped "TNP Inc Esmt"; S 38002'2.8"L, a distance of 18.96 feet to the POINT OF BEGINNING and containing 8,874 square feet or 0.204 of an acre of land. mat a 1.2017 Theron W. Sim a, R.Z.S, evised September 29, 2017 Texas Registration Z. 588 Sheet 100 FTW 16077 1. Bearings of fines shown hereon refer to Grid North of the Texas Coordinate System of 1983 (North Central Zone; NAD83 (2011) Epoch 2010) as derived locally from Western Data Systems Continuously Operating Reference Stations (COBS) via Real Time Kinematic (RTK) methods. An average Combination Factor of 1.000148415 was used to scale grid coordinates and distances to surface. All coordinates shown are surface. 2. Integral parts of this survey: a. Legal Description b. Sketch Sheet of3 WEA 14250 00 !jj £0'OZ4 'H�SZ,OZA N 4 N a rj O 4J ,M1Nn 01. a �['K zc U) U 4+ ti Noy2v Mdo m01 � gr o[J al m I o m i � 'ill�al j Ij}l � 8 I' 8 j -4 I ju .I11I rn 3 i _� o i co W ° `' °moo I 7 t,;: scUIn i m o r r o o ?� I m�;I: I NZ� �IiSI U vx I .l. 'ill ,..pd� I I jl ll o f LL e� La I �ffll0. ;o- +I I:�;. LIM 7.. 2 T 3 U v v✓I v I I' 11 . ui a z W ,6S'OBZ 'N4,Yt,lZAON � � N 4690 '®d 'V 'OVO TO1'N'0 0 ' w ! 3SVHd 'HONM !£Zggalial ;CSN! SDNIMdS 1N3UNO 'ON! SUIMIng UOOrNf M V fi �i n m GPN; 100276, Crawi V Relief Interceptor M-325 for Village Creep Hasin. -Part 9 Parcel 4 4 720 N. Crowley Road Called 6.755 Acres out of J.H. Lukas Survey A-932 STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY CRCROWLEY PERMANENT SEWER FACILITY EASEMENT DATE,. August `l, 2017 GRANTOR' 1'larwood Builders; Im GRANTOR'S MAILING ADDRESS: 5353 Keller Springs Rd, #1710, Dallas, Dallas County. TX. 75248 GRANTEE. CITY dF 1w110 VLEY GRANTEE'S MAILING ADDRESS (Include County).* 2131 E. MAIN ST, GRC}WLEY, TARRANT COUNTY, TX 76036 CONS IIJERATION; Tern Dollars( '$1t ,00) and othergoud and valuable consideration, the receipt and Fuft'iolency of which is hereby acknowledged. PROPERTY, Booing a portion of that certain tract situated in the J.H. Lucas Survey, Abstract No. 932, being part of the 6.759 acre tract as recorded In instrument No. D2117165231, Deed Records, TarrantCounty, Texas, and being more particularly described in Exhibit "A'• PE3.IAMENTSEWER FaaCILfTY ASEMENT fist, 91# l Viz Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sell, and conveys to Grantee, its successors and. assigns, an exclus[ve, perpetual easement for the consftuctlof.l, operation, Maintenanc t p 9, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to aAa "Facility". The Facility includes 311 hVidental underground and aboveground attachments, equipalont and. appurtenances, Including, but not limited to manholes, manhole vents, lateral line uunnections, pipelines, junction boxes In, upon, under and across a portlon of the Property and more fully de-scribe(I in Exhibit "A" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilage at any and all tirn "- to enter Property. or any part thereof, for the purpose of ronstfmcting, operating, maintaining, replacing, upgrading, and repairing said Facility. Grantor and Grantee expressly agree that this Pemianent Sewer Facility Easement will bm e assigned to the City of Fort Worth prior to the. core men of construction, In no event shall Grantor (1) USO the Property in any manner which Interferes in any material way or Is inconsistent with the rights granted hereunder, or (11) erect Of permit to be erected within the easement property a permanent structure or building, including, but nat limited to, monument sign, pole sign, billboard, brick or masonry fences or waft or other structures that require a building permit. However, Grantor shall ba permittod to install and maintain a coricretet asphalt or gravel driveway, road or parking lot across the Easement Propedy. Grantee shall be obligated to restore the surface of the Property at Grantees sole cost and expense, IncludIng the restoration of any sidewalks, driveways, or similar aor face improvernents located upon or adjacent to the Easement Traot which may hwve been removed, relocated, altered, damaged, or destroyed as a. i-esultof the Grantee's use of tile easement granted hereunder- Provided, however, that drantee shall not ho obligated to feStorler or replace irriqation Systems or other improverrwintg installed in violation of the provisions and Intended use of this Easem. ent, TO HAVE AND TO HOLD the abavt-.de.scribwJl easement, together with all and singular the rights and appurtenance a thereto in anyway belonging unto Grantee; and Grantee's successors and assigns forever, and Grantor does hereby bind Itself and its successor and asslans to warrant and forever defend all iind singular the easement unto Grantee, its successor and assigns, against OvOrY POF90" whomooever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns ;arid pronatine, include the prural, [SIGNATURES APPEAR ON THE FOLLOWING PAGE) PERMANENT SF.MR rACILITY FASEmE,4r -RVV. 0/18111 F.ORTWaRril, _710- GRANTOR: e446edarl -7�- I- THE STATE, OF TEXAS § COUNTY OF TARRAAT § GRANTEE.'City of Crmley 13y (Signature):_ (11rint Namec+_JQj hnnaC -Cj-(A APPROVED AS TO FORM AND LEGALITY (Signature)— (.Priu(N,amv)_,'fltIe . . ACKNOWLEDGIVIENT BEFORE ME, the undersignedauthoi-ity, a Nutury Public in and A)r the State of Texag, on this day persomily appmed �"O—v A k-2 L6X, known. to me to ho the same person whose name issubskxibcd to the. foregoing instrtmient, andacknowledged to any that the samt� was (lie act that hetshe executed flag samc as the act of %aid 15!,P j o cei-w-if- - the purposes and comideration therein expressed and in the capacity therein stated. "I GIVEN UNDER MY HAND AND SEAL OF OFFICE, this 27, -- 1144 '1 0 6F- ' ... . ........ ......... MICHAEL E. T PERMANENT SEWrR rACILITYCASEWNT ^101AVIV-17 day of Notary Pub I ic in ami for the State of 'rcx,1,5 FILM VDAt 0 Rr-^ 'FEIII/C-9 ACKNOWLEDGEMEN-r STATE OF TEXAS COUNTY OF TARRANT 13EFORE ME, the undersigned authority, a Nq,kary, Public in and for the State of Texas, on this day parsonally - - - iA-Q M,0,i �cqv.r— _ of the GJIY of Crowley, known to me to be the same pemon whosanw�e 1's-, wu—b.ribo-dto the foregolng instrument, and acknowledged to me that the same was the aot of the City of Crowley and that befshe executed the eame as the act of the City Of Crowley for the purposes and considerotlurl therein expressed and in toe capacilly therein Wated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this -jay of Notory PLibfic in and for too Stato Of Texas P1 PERM AN eNT MIKER FACILITY PASEMETT 1?vv. 01,11 HJ17 3.ri`�. iL.cL9 $'�L'' "A" " PERMANENT 87r WE . FACILITY EASEMENT Being 20,850 square feet of land situated in the 1K Lucas Survey, Abstract No. 932, City of Crowley, Tarrant County, Texas; and being a portion of tract of land conveyed to Jenkins Crowley f1,. Ltd., a Texas Limited Pat tnership, described as "Tract B" in a deed recorded in Instrument iiD204306460, Deed Records o€Tarrant County, Texas (D_R.T.C.T.); and being more particularly described by metes and bounds as follows: COMNIEIb'CING at the southwest corner of said Jenkins Crowley At Ltd. tract, same being the northwest corner of the remainder of Lot 1, Driskell Estates, an addition to the City of Crowley, Tarrant County, Texas, recorded in Volume 339-173, Page 89, Plat Records of Taraant County (P.R.T.Cl.T.), and being on the east right-of-way (IL 0- W) line of Crowley Road, F-M. 731 (Variable Width R-O-W), t'rotn which a 1/2 inch iron. rod found in the south line of said Jenkins Crowley. 91, Ltd. tract and the north line. of said Lot 1 bears b189°39'58".F, a distance of20.23 feet; THENCE along; the west line of said Jenkins Crowley #1, Ltd. Tract and the east l?-Q- LV line of said Crowley Road the following courses and distances: N 8'02'11" W, a distance of 122.80 feet to a 1/2 inch iron rod with cap stamped "Peede": N 5°55'53" E, a distance of 79.62 feet to a 1C2 inch iron rod with cap stamped N 0113'54" E. a distance of 15.72 feet to a 1/2 inch iron rots with cap stamped "TNP lno 1 Fsrnt" (hereinafter all 1/2 iron rods set will be marked the same) set at fhe POINT OF BEGINNING of the hereinafter describer) tract; N 00 1:3'54" E, a distance of30.19 feet to a 1/2 inch iron rod set; THENCE over and across said Jenkins Crowley A., l.,td. tract the following courses and distanccs: S 83°23'3s" E, a distance of 22.27 feet to a 1/2 inch iron rod. set; S46"23'40"E, a distance of286.85 feet to a lit inch iron Tod sett; N89139'58"E, a distance of 373.38 Meet to a 1/2 inch iron rod se on the east line of said Jenkins Crowley rr1, Ltd. tract, same being the vilest line ol'a tract of land conveyed to Crescent Springs Ranch Partners, .Ltd., as described in a deed, recorded in Instrument-!fD205089894. D.R.T.C`..T. from which a 1192 inch iron rod found at the southwest corner of Lot 4, Block C, Crescent Springs Rauch, Phase 1, an addition to the City of Crowley, Tarrant county, 'Texas, as filed in Cabinet A, Slide 9597, P.R.T.C.T., bears N 0°21'14" W, a distance of 200,59 feet; 'l'.11E NICE S 0021'l4" L, along said common line, a distance of 30.00 feel to a 112 inch "ran rod set, 1"t1I+',1NCE over and across said Jenkins Crawley 41, Ltd. tract the following courses and distances: S89n39'58"W, a distance of411.53 feet to a W inch iron rod set; Shut tat' 3 FTW 16077 N 0°2UO2"W, a distance of 20.27 feet to a 1/2 inch iron rod set; N 46°23'40"W, a distance of 259.71 Beet to ,n 1/2 inch iron rod .sot; N 33°23`33"W, a distance of 9.58 feet to the POINT OF REGINNING and containing 20.850 sgtiare feet or 0.479 of an acre of land.. 1, 2017 Thera' Uli. k.P.L.' Texas Registration No. 5amr 1. Bearings of lines shown hereon refer to Grid north of the Texas Coordinate System of 1983 (North Central Zone; NAD83 (20t1) Epoch 2010) as derived localty from Western Data Systems Continuously Operating Reference Stations (CORS) via. Real Time Kinemattc (RTK) methods_ An average Combination Factor of 1,000148415 was used to scale grid coordinates and distances to surface; All coordinates shown are surface. 2. Integral parts of this survey: a. Legal Description b. Stretch ,'he€t 2 of 3 17'nV 16077 I 1'�1'27CI 1 I z o Y I P.ss000zal 1SNI I �, v c� '017 'SH2NIUlAd I �� 1 N311y21 SDN18dS IN33S393 I I W 00'00 1 In i VMS win jot 2 y� IT, ca ri ' E F w ti I..I211 a q ° �i in w a � 3 -�' log d V s U o N��lilil II !I W m N ilia! W m Q • o � I I � is z `Gljjll G�! ' HU E v N la Vic I !-. I r e to Z (n m a u a � 1i IIIIIIII� IN � ' N•cv z ai �! I'�' ��:::. r �`�a �'t-�• I ti �'o E N' 'bi�,a I•'f �,:I�II!Il�fii;-.f `� �i�•-ra,. t,� � Sri p•�7 �i 00 IV 104 .9L•b£fiili zc-s� .Z9'fiL �+ ,DS•Z 13.,L9 08fiL.a.9oN i ss.sory I I N ''' ! I By. ­u uvZ'S MARY LOUISE GARCIA COUNTY CLERK IGO Went Weatherford Fort Worth, TX 761913-0401 PHONE (817) 884-1195 CITY OF CROWLEY 201 E MAIN STREET CROWLEY, TX 76036 Submitter. CAROL KONVAUSER; DO J-10 I DESTRO WARNING - THIS IS PART OF THE 0FF _lAj.,.REC RD. r1led For Regis"Hon: MW131 9 11. 1 � AM I ml ru"ot #' D2 115 161148 E ii PGS $40.00 02181611481 ANY PROVISION WHICH RESTRIQTS THE SALE, RENTAL OR USE OFTHE DESCRIBED READ PROPERTY BECAUSE OF COLOR OR RACE 18 INVAU D AND UNENFORCEABLE UNDER PEDEPAL LAW CPN: 100276, Crawley Relief Interceptor W326 for pillage Creek Basin w Part 1 Parcel # 4 720 N. Crowley Road Called 6.7 9 Acres out of J.H. Lucas Survey A•-932 CITY OF CR!QWLE`l TEMPORARY CONSTRU'.MO LS-E EI-_T_ DATE: Auguut 1, 2017 GRANTOR: Harwood Builders. Inc. GRANTOR'S MAILING ADDRESS: 5353 Keller Springs Rd, #17101 Dallas, Dallas County, TX 7 248 GRANTEE. CITY OF CROWLE'Y GRANTEE'S MAILING ADDRESS (Include County): 201 E. MAIN ST. CROWLE"Y, TARRANT COUNTY, TX 76036 coNSIDERATION: Ten Dollars ($10.00) and -other goad and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY,, Being a portion of thatcertain tract situated in the J.H. Lucas Survey, Abstract No. 932, being part of the 6.769 acre tract as recorded in instrument. No. D2171G5231, Deed Rocorria, Tarrant C+orrnty, Texas, and toeing more particularly described In Exhibit "A" 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, 'Al accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantors property to the easement as shown on Exhibit „B"1. grantor and grantee expressly agree that this Temporary Sewer Facility F-a,ernent will be assigned to the City of Font Worth pricer to the cornrnencernent of construction. 7CtTi�SmPFUy CvnSGnlcllurl E3iGFfE+1911t �311> 67� i It is further agreed and undarstond that Grantee will be. permitted the use of said Easement property for the purpose of Sanitary Sevvcr, Upon completion of imProverrionts and its acceptance by Grantee, all righW granted within the described. Temporary Construction Easement shall cease. TO HAVE AND TO HOLD the above described Easenent Property, together with, all and singular, the rights and appurtienannes thereto in anyway belong'ngL unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee, Grantor hereby bind themselves, their heirs, SUCCeSSOrf;, and aSSlgn,%, to warrant and defend, all and singular, said easernent unto Grantee, its successors and assigns, against every person whDmsoever lawfully claiming or to claim the same, or any part there af, ISIGNATURES APPEAR ONTHE FOLLOWING PAGE, I ILFJA FWEMNLt GRANTOR: 111W.."Warej GRANTEE: C4 of Crowley 13Y 12, A (Print Namo).RIAX&L"�( rwe '� APPROVED AS TO FORM AND LEGALITY (Signature) (Print ACKNgWI-EDGEM STATE of Tr=XAS couNTY or TARRANT BEFORE ME, the undersigned zuthoritV, a Notao Public in and for the State of Texas., on this day personally appeared I"On to Me to be the same person whose name is subscribed. ubscribe . d ... to . the foregoing instrument. and acknowledged to Me that the same was the Oct Of llwou a '1-4 44. X-w. and that he/she executed for the purposes the same as the act of said and consideration therein expressed and in the capacity therein stated GIVEN UNDER MY HAND AND SF -AL OF OFFICE this '2 �"day of M I CHAE L f-. - .4090 N01mv publial MOW d T A Ril -W 7039297 Zia 1551 .fflommwmn� — - I rompomy CoAN'toiNjoll raid mall 6111P.0.00 L Notary Dublin in and for the state of Texas 1b I I T WO RI-7 J1 Ag6NOVIEDGEMENT STATE OFTAS 6 COUNTY OF TARRANT I BEFORE ME, the undersigned authority, a Notary Nblic in And fray the StatO Of Texas, an this day parsonally appeared er4- �of the. City of Crowley, known to me to be the same person whale naYne iS subsoftad to the foregoing Instrument, and acknowledged to me that the same vjas the art of the City of Crowley and that helsho executed the same as the act of the CKY Of Crowley for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN, UNDER MY HAND AND SEAL OF OFFICE this I i day of �f k r;pk oy full. "I, :d I VO -1i 44�X 4A �.j pV 10 Tenvwvry Con Wtxtiva WffleAlt cj (I v Notary Pubi 10 in and for the State of Texas TEMPORARY CONSTRUCTION FAS lMENT A: dABECEL 4—TC.IU' Being 6,546 square feet of land situated in the J.H. Lucas Survey, Abstract No, 932. City of Crowley, Tarrant County, Texas, and. being a portion, of a tract of laud conveyed to fenldns Crowley #1, Ltd., a Texas Limited Partnership, described as "'Tract B" in a deed recorded in €ns.tru rent -4l:)204306460, ]Teed Records of Tarrant County, Texas (D..R.T.C.T.); and being more particularly described by metes and bounds as follows: CONINITr LACING at the southwest corner of said Jenkins Crowley #1, Ltd. tract, same being the northwest corner of the remainder of Lot 1, I3riskell Estates, an addition to the City of Crowley, "Tarrant County, Texas, recorded in Volume 388-173, Page 99, Plat Records of Tarrant County (P.R.T.C.T.), and being; on the east right-of-way (R-O- L) line of Crowley Road; F.M. 731 (Variable, Width R O-W), fromwhich a 112 inch iron -rod found in the south line of said Jenkins Crowley #1, Ltd, tract and the north line of said Lot I bears l\i 89139'58" l?, a distance of 70.23 feet; TITENCll along the west line of said Jenkins Crowley #1, Ltd. Tract and the east R-Q- W lineof said Crowley Road the following courses and distances: N 8'02'11" 4V, a distance of 122.80 .feet to a 112 inch iron rod with cup stamped "Peedc"; N 5'55'53" E, a distance of 79.62 feet to a 1I2 inch iron rod with cap stamped "USA„_ N 0°13'54" E, a distance of 45.91 feet to a 1t2 inch iron rod with cap stamped "I`TP Inc Esmt" (hereinafter all 112 iron rods sot will be marked the same) set at the POINT OF BEGII KING of the hereinafter described tract; N 0013154" E. a distance of 20.12 feet; THENCE over and across said fenkins Crowley fl, :Ltd. tract the following courses and distances: S W23133" E. a distance of 31.19 feet: S 46'23'40" E, a distance of 3.14.30 feet to the north line of a proposed sewer casement; Tll_C;NCE over and across said Jenkins Crowley 141, Ltd. 'Tract, along said proposed sewer easement the following courses mid distances: S 89°39'58" W, a distance of 23.82 feet to a 112 inch iron rod set; N 46'23'40" W, a distance of 286.85 feet to a 1i2 inch iron trod set, N 83123'33" W. a distance of 22.27 feet to the. POINT OF BEGINNING and containing 6,546 square feet or 0,150 of an acre of land. une 1, 2017 Theron 4l�1. Sims. R.P.L. . Texas Registration No. 5687 S'rl_u 1of3 l FW16U77 1. Bearings of lines shown hereon refer to Grid North of the Texas Coordinate System of 1983 (North Central Zone; NA083 (2011) Epoch 2010) as derived localJy from Western Data Systems ContiruoWIY Operating Reference Stations (CORS) via Real Time Kinematic (RrK) methods. An average Combination Factor of 1.0€ 014840 was used to scale grist coordinates and distances to surfacer AH coordinates shown are surface. 2. integral pars of this survey. a. Legal .Description b. Sketch Sheet 2 of 3 t'"i WJG077 V' UI O� m. I TYL b'8 I i6868090310 1SN! I Y717 Sa3N1Nbd M)NV& 1 SDNlddS 1N3X3&0 I .Gs'nsz 'AW tJZ.GN I li �o U N� i li i i II i�o W� R7 � P- i [ I a oa f U��rvw' I I i �G1 y� I II o � �� 4u is G L I I -y (A a II � m 'c F-• o g a:::' II 14 Al to ,_. C,1 04 Li Lf sfll...o�_ J03 N '� li:ii it ® V Lj •`Li ' Ll.Zfl.BflN I l I i 4 � � Z-- C) a�`n~ G? I a� I V O V O C? 4 ~ ,�f --Q-2f ii.W fA 378VI2NA ( I a � , I � I I MARY LOUISE GARCIA COUNTY CLERK 100 West Inea-therford Fort Worth, TX 76196-0401 9 PHONE (817) 894-11,95 CITY OF CROWLEY 201 E MAIN STREET CFROWLEY, TX 76030 Submitter CAROL KON14AUSER DO h0 r DESTR WARNWO - THJS IS PART QF-.&.1 -.QffLClAL- RECORD. r-Irad For Reg[stration: 7=12,018 11:15 AM Instrument D2181,61149 E a. PGS $40,DO BY: ado,- D218161149- ANY PROVISION WHICI-I RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. 1 CPN: 1 oo276, Crowley Relief interceptor M-325 for pillage Creels Basin — Fart 1 Parcel 1 Davis Road Lot 1, Driskell Estates STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF -CROWLEY DATE: June 2, 2017 GRANTOR: Thomas L. Caldwell, 11 et ux Elaine GRANTOR'S MAILING; AIJDRES a. 3 Davis Read, Crowley, Tarrant County, Tx 76036 GRANTEE. CITY OF CROWLEY GRANTEE'S MAILING ADDRESS (Including County): 201 E. MAIN ST. CR WLEY, T'ARRANT COUNTY, TX 76036 CONSIDERATION: Ten Dollars ($10-00) and other good and valuable cansideralion:, the receipt and sufliciencY of which is hereby acknowledged. PROPERTY: Being a portion of Lot 1, Dr'iske.il Estates, City of Crowley, Tarrant County, Texas, as recorded in Volume 388-173, Page 89, Flat Records, Tarrant County; Texas, and being more particularly described in Exhibit "A". FMMANENT bEVIEN MMITY EASWENT R,ay. 1118M Grantor, for the cons derat1pn paid to Grantor and other good and valLiable consideration, hereby grants, sells, and conveys to Grantee; its successors and assigns, an exciusive, perpetual easement for the construction, operatfcn, maintenanco, replacement, upgrade, and repair of a Permanent Sewer Lire 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 "N' attached hereto and incorporated herein for all pertinent pttrposes, together with the rlght and privilege at any and all times to enter Property, or any park thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. grantor and Grantee expressly agree that this Permanent Sewer Facility Easement will be assigned to the City of Fort; Worth. prior to the: commencement of construction. In no event shall Gtantnr (I) use the Property in any manner which interferes in any material way or Is inconsistent: with the rights granted hereunder, or (ll) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, biliboard, 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 gavel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the: Property at Grantee's sate 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 iriiprovem nte.l"talled trt:violation of the previsions and intended use of this I aoernent. TO HAVE AND TO HOLD the above -described easement. together with all and singular (fie rights and appurtenances thereto in anyway belonging unto Grantee, and. Graniee,'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 successa€ and assigns, against. every person whomsoever lawfully clalming or to claim the same, or any part thereof, When the context; requires, singular nouns and pronouns inClUde the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] GRANTOR: mE srA:YF, OF TEXAS COUNTY OF TARRANT GRANTEE: City of Crowley 1-1 .110 (Print Name) APPROVED AS TO FORM AND LEGALITY (Signaturey, .- -o-- (Print Ntume)_, Title- ACKNOWLEDGMENT J]rj,F0R.E. RIE, the undersigned iluthority, a Notary Public in and for the State of Texas, on this day appeared -11 known to me to be the same person whose -name is subscribed to the foregoing inArtirnent, and acknowledged to me that the saino was tke act and that heisho executed the same as the act vJ' s4d 1.1 the purposes arid oonsideration therein expressed and in the enpac-ity therein stated, GIVEN UNDER MY HAND PEP uMENT SEMR FAUL.Ity eP,$EMF14T P,ev, OV18117 STATF', 0VTKNAS § § KNOW ALL MEN BY' ITESC.Pat' HiNTS, COUNTY OFTARRANT § ACKNOW [YDGMJ4' NT RUT, ORE MEi, (fie midQrsigned authority, a Notary Public in, aud f6t, the State of Texas, on thiY, klay lei rwual ly appcarccljkAirw, cc,,Ww1 lutowii to me to ba ft- sarec perwa whow Inkme issub9cribed to Lhe A) etc ing histrumunt, aad acktiowledgixt to me, that tho Z;alrle was the <tart of 'El Land that ho/sho oxcculcd the -same as the act of said . Lhthy,purpmealld cansddcrati6n therein. exprosscd and in the capacity ..... ....[jjCrci.u,s,taWd. 20. No-mly )ublic In and tbr the State ofToxas PFRIAMENT 9EWER FACCUTY FAMAPOT ACKNOWLEDGEMENT 5TATE OF TEXAS 9 COUNTY OF TARRANT § BEFORE ME, the undersigned allthofftY, 0 Notary Public in and for the State of Texas, an this day personally appeared . It 0. '� 4'*'� P of the City of Crowley, known to me to be the same ]Person whose name is subscribed to the foregaing instrument, and acknowledged to me that the Same was the art of the City of Crowley and that heishe executed the same as the art of the City of Crowley for the purposes and consideration therein expre5sed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 21:�L 4 P v Notary Pohlia in and for the State of texas r nn 17- j �10 .3 Puy j I, jjvf I I VUAMANEK. SETI%R FACILITY FASEMP HT Rw, rov WoRl". '11� EXMB T "X' PERMANENT SEWER FACILITY EMSTt;MENT PARCEL 5-SE Being 450 square feet of land situated in the 1.I1. Lucas Survey, Abstract No. 932, City of Crowley, Tarrant County, Texas, and being a portion of Lot 1, Driskeli Estates, an additionto the City of Crowley, Tarrant County, Texas, recorded in Volume 388-173, Page 89, Plat Records of 'l wTant County,. Texas (PA.T.C.`f.), conveyed to Thomas L. Caldwell 11 add wiie, Maine C-rldwvell, as described in a deed recorded in Voleune 10589, Page 1645, Deed Records. of Tarrant County,. Texas and being more particularly described by metes and bounds as follows: COI NW,,NCING at.a 112 inch iron rod found -at the northeast cornea of said Lot l and the northwest corner of Lot 2 of said Driskell Estates, and being in the south line Of a tract of lazed conveyed to Jenkins Crowley #[, Ltd.-1 as described in a deed recorded in Instrument 4.D204306460, D.R T.C.T.; THENCE 5 89"39'58" W, along the north lines of said Lot 1 and the south line of said Jenkins Crowley fl, Ltd. tract, a distance of 194.18 feet to 1/2 inch iron rod with cap surinped "TNP Inc Esmt" (hereinafter all 112 iron rods set will be marked the same) set at the POINT OF BEGINNING of the hereinafter described tract; THENCE over and across said Lot 1 the following courses and distances: S0°20'02"E, leaving said common line, a distance of 15,00 feet to a 1f2 inch iron rod set; S 89°3958"W. a distance of 30.00 feet to a PK nail set in the Rase of a 14 -inch mesquite tree; N 0°20'02" W; a distance of 15.00 feet to a 1/2 inch iron rod set on the common line of said Lot 1 and said Jenkins Crowley #1, Ltd. tract, from which a 112 inch iron rod: found on said common line bears S 89"39'58"W, a distance of [62;69 feet:. THENCE N 89039'59" E, along said common line, a distance of 30.00 feet the POINT OF BEGINNING and containing 450 square feet or 0.010 €e#' an acre of land, + eune Z, 2017 .i C7N . Theron WiSirns.P.L.S. p 5887 TexasRtatioR°EmsV; 1, Bearings of lines shown hereon refer to Grid North of the oordinate System of 1983 (North Central Zone; .NAD83 (2011) Epoch 2010) as derived locally from Western Data Systems Continuously Operating Reference Stations (COR5) via Real Time Kinematic (RTK) methods.. An avermge Combination Factor of 1.0001413415 was used to scale grid coordinates and distances to surface. Ail coordinates shown are surface. 2. Integral parts of this survey: a, Legal Description b, Sketch Sheet W2 11,'GA 14250 W � tf1 O U� �yy4�C, oE"O W 3 m>>� A Ya T3 _ b Qt� e 9� [tlN 7 C t� orgy �n �jUpN N ro s�,c C7w� of a Q ry ... i 1rtrt6�� c•- C pVpj� m z a 3F QI U E' l0 P. U U Yt3 `0 z o y w� C m 5OO5�� 4.6 68 -Od TLI-6-99' -jai 5131V153 77USISO Z 107 f � N Ng I C� I f I I _ _ I I"� v I o' U ��4w Z Luca I� I d�°� ly I NQ� I I I I [ I � l I Q 3„ZO.OZ.Os 1 99z 3.u1 amp: 'ol O 06 a z cn o r „ZO,QZ z � 0 k n w° J Z' 0. n 0 0 U1 N � N W O rn w X w n 'U a MARY LOUISE GARCIA COUNTY CLERK 100 West Weatherford Fort forth, YX 76.196-0401 PHONE (817) 884-11 �6 CITY OF CROWLEY 201 E MAIN STREET 1C R 01% NL E Y I T - X" _7 Y'50'036 Submitter. CAROL KONHAUSER DO.AQEDESTROY WARNIN'u" - TH (S IS PA R T-OF- OFFICM L R EC 0 RD?.: 1--ifed For RogtalraUcm; V23120 18 11.16 AM tnstruimant#: D2 -18 V31147 E, a. PGS $40-00 021B161147 ANY PROVISION WHICJ� RESTRICTSTHE SALE, RFWrA(, OF OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE 13 INVALID AND UNENFORCEABLE UNDER rEDERAL LAWi PN: 100276, Crawley Relief Interceptor M-376 for Village Creek Basin — Dart 1 Parcel # 6 901 N. Ceowley Road Callen 54,63 Acres, Called 20.687 Acres and Called 2.6191 Acres, J.C. Hunton Survey A-728 STATE OF TEXAS. KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT CITY OF GR[_WLF PERMANENT_ SEWER PACILIT"Y EASEMENT DATE` dune 1, 2017 GRANTOR: Harbison -Fischer Manufacturing Co., Inca GRANTOR'S MAILING ADDRESS, 901 N. Crowley Road, Crowley, Tarrant County, Tx 76036 GRANTEE: CITY QE CROWLEY GRANTEE'S MAILING ADDRESS (including County)' 201 E. VAIN ST: CROWLEY, TARRANT COUNTY, TX 76036 CONSIDERATION. Ten dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY, Being a portion of these certain tracts situated in tha J.C. Hunton Survey, Abstract No. 726, being part of the 54.63 acre tract as recorded in Volume 4406, Page 34, being part of the 20.687 acre tract as recorded in Volume 4406, Page 130) and also being part of the 2.6191 acre tract as recorded in Volume 10361, Page 1769, Deed Records, Tarrant County, Teams, and being more particularly described in Exhibit "A" PERMANENT SCR FACILRY EASEMENT Rev. 01il8117 F. URT%R 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. Grantor and Grantee expressly agree that. this Permanent Sewer Facility Easement will be assigned to the City of Fort Worth prior to the commencement of construction. In no event shall Grantor (1) use the Property in arty 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 instal) 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 Easemen ' t 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 vlo.tatibn of the provisions and intended use. of this Easement. TO HAVE AND TO HOLD the above -described easement. together with all and sing-ulur the rights and appuitenances 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, tSIGNIATURES APPEAR ON THE FOLLOWING PAGE] PERMANENT SEWER FACUTY EASEMENT -10,v. 01hBA7 FbRTVVoP,Tn. THE STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE; City of Crowley By (Signature): (Print Namef jQ s-,X APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) Tifile� ACKNOWLEDGMENT BEFORE ME, the undersi ed authority, a Notary Public. in and for the State of Texas, on this day personally appeared � I P , known to me to be the same person whose, name is subscribed to the foregoing instrument, and acknowledged to me that the same "'a the act of r. and that he/she executed the sane as the act of said. the purposes andconsideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ( I+-�" day of a• ,�;zti � i7�c.� 3 il�ac'c ff i Lary .Public in and for the State of Texas cup PERMANENT SE'AER FACILITY EASEMENT Rev, OU18117 I"naRTir. ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORS ME, the undersigned authority, a Notary Public in and for the State of Texas, -1 '471 t on this day pursonailly appeared - - " rs MY) the City of Crowley, known to me to be the same person whose namels suilTsccribbod'ta the foregoing instrument, and acknowledged to me that the same was the act of the C4 of Crowley and that he/she executed the same as the act of the City of Crowley for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 201k. Notary Public in and for the State of xas I. e. 41 r P PERMANENT SEWER FACILITY EASEMENT Rev, 01119117 EXHIBIT 4S A 1 FAM.-iw EASEMENT Being 55,892 square feet of land situated in the T.C. I luaton. Survey, Abstract No. 728, City of Crowley, "Tarrant County, Texas, and being a portiorl of two tracts of land and a right-of-way vacation conveyed to Harbison -Fischer Manufacturing Co.,- [tic., m described in deeds recorded. in Volume 4405, :Page, 34, Volume 4405, Page 130, aid Volume 10361., Page 1789, Deed Records of Tarrant Couttty,'Texas (1`-ILT.C.`T`.); and being more particularly described by metes and bounds as follows - COMMENCING at a 1 inch iron rod 11bund in the oast right-of-way (It-O-W) line of the Burlington Molthern & Santa Re Railroad, at the southwest re-entrant comer of said Harbison -Fischer tract (Volume 4405, Page 130), frorn which a 1 inch iron rod found at an angle point in said west line heats N 80'01'28" W, a distance of 50.41 feet, and also from which a 1 inch iron rod found at its northwest corner bears N 8010U28" W', a distance o€50.4-1 feet and N 9�42'04" F 1. a distance of 884.68 feet; THENCE S 91040'57" W, along said common line a. dismcc of. 220.44 feet to 112 inch iron rod. with cap stamped -"fNP Inc f smt" (hereinafter all 1i2 iron rods set will be marked the same) seat at the POINT OF BEGINNING of the hereinafter described tract: THENCE over and across said. Harbison-1<isGhe:r tracts and said .iR-O-W vacation, the following courses and distances. S 804024" E, a distance of61.39 feet to a 1/2 inch iron rod set, S 48'2T57" E, a distance of 411-53 feet to a. 1l2 inch iron rod set; S 7814410" G, crossing the east line of said Harbison -Fischer tract (Volume 4405, Page 130), the R-O-W vacation, and the wrest line of said Harbison- risclier tract (Voltuno 4405, .Page 34), a distance rt£ 534.72 feet to a 1f2 inch iron rod set: S 85°23'33" E. a distance of 520.87 .feet to a V2 inch iron rod set: S 83°23'33" E, a distance of 333.441eet to a 112 inch imn rod set ort the cast line of said Harbison -Fischer tract (Volume 4405, Page 34), sarne being the west. R-O-W line of Crowley Road, Fagrt. 731 (Variable Width R 0-W), from which a 318 inch iron rod found at an angle paint in said T1-O-W lime hears N 8°12'52" F a distan", of33M feet - THENCE S 8012'52" W along said conunon line a distance of 30.01 feet to a 112 inch iron rod set; THENCE over and across said Harbison -Fischer tracts and said R-O-W vacation, the following courses and distances: N 83"23'33" W, a distance of 33107 feet to a lit inch iron rod set; N 85'2333" W. a. distance of 522.10 feet to a 1/2 inch iron rod set: 'Zheel W3 FTW tf,A77 N 78'44'10" W, crossing tho west line of said Harbison -Fischer tract (Wltme 4405, Page 34), the R-O-W vacation, and the east; line of said Harbison Fischer tract (Volume 4405, Page 130)., a distance of545.,57 feet to a 1/2 inch iron rod set at the beginning of a tangent curve to the right whose radius is 342.50 feet and ,whose long chord beaus N 77159*44" W, a distance of 8.85 feet, .Along said curve in a, northwesterly direction through a central angle of 1)1'28' 51 ", an arc lengt.b of 8.95 feet to a 112 inch iron rod set; N 32'40'37" E, a distance of 4.92 feet to a 1/2 inch iron rod set; N 48°2757" W, a distance of 401.82 feet to a 112 inch iron tad set, N 8090'24" W, a distance of 5180 feet to a U2 inch iron .rod set on the west line of said Harbison -Fischer tract (Volume 4405, Page 1,30), same being the east R-OnW line of said Burlington Northern & Santa Fe Railroad;: THENCE IN 9040'57" E, along said co►nrnon line, 2..0.00 tiet to the POINT OF BEG INNING and containing 55,892 square feet or L.283 acres of'land. June 1, 2017 Tt€aran V�1: Suns; Ft,P_L&7— Texas Registration No. 1. Bearings of lines shown hereon refer to Grid North of the Texas Coordinate System of 1983 (North Central Zane, NAD83 (2011) Epoch 2010) as derived locally from Western Data Systems Continuously Operating Reference Stations (CORS} via Real Time Kinematic (RTK) rnethWs. An average Combination Factor of 1.000148416 was used to scale grid coordinates and distances to surface, All coomi nates shown are surface. 2. Integral parts of this survey: a. Legal Description 6. Sketch FTWt607'7 iA ua' VA6 ti 111 t rrr��M y � ci II a4Ci y ; 03 N fi--o-Y Nld&fl 37OV&V1 �r 4t � �a ca o Cl LJ Ln c� ILL Get .'3l ,:- -t C--... .-• •-� [X7 a A �A is 3 Ln �Nl r V. h O�1 � � Q113 • � � i` �b� cio `� via r- Li IN � s 'gyp �_•,�A<"� a;' • ' in l� In W'N carUl vi t"'9 00La CO c � rn �- - a z DIARY LOUISE. GARCIA COUNTY CLERK 100 West Weatherford Fort Worih. TX asp 96-0401 '6 PHONE 48 17) 884-1195 CITY OF CROWLEY CAROL KONHAUSER 201 E, MAIN CROWLEY, . , TX 76036 Submitter: CITY OF CROWLEY DO NOT DESLROY WARENG - EMIS "S PART ON v THE O"F CIAL RECORD. Filed For Registration: 7112/2 0 i wa 11 OV '29 AM Instrument D218152473 E 8 PGS $40.00 By, c. D218152473 AN"(PROVISION WHICH RESTRICTSTHE. SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW, CPN: 100276, Crowley Relief Interceptor M-325 for Village Creek Basin — Part I Parcel # 6 901 N. Crowley Road Called 54.53 Acres, Called 20.687 Acres and Called 2.6191 Acres, J.C. Hunton Survey A-728 CITY OF CROWLEY TEMPORARY CONSTRUCTION EASEMENT DATE: June 1, 2017 GRANTOR: Harbison -Fischer Manufacturing Co,, Inc, GRANTOR'S MAILING ADDRESS: 901 N. Crowley Road. Crowley, Tarrant County, Tx 76036 GRANTEE-' CITY OF CROWLEY GRANTEE'S MAILING ADDRESS (including County): 201 E. MAIN ST. CROWLEY, TARRANT COUNTY, TX 76036 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a portion of those certain tracts situated in the J.C. Hunton Survey, Abstract No. 728, being part of the 64.63 acre tract as recorded In Volume 4406, Page 34, being part of the 20.687 acre tract as recorded in Volume 4405, Page 130, and also being part of the 2.6191 acre tract as recorded in Volume 10361, Page 11789, Deed Records, Tarrant County, Texas, and being more particularly described in Exhibit "A'. 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 21ong the Easement Prop" situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit 'K, and ingress and egress over Grantor's property to the easement as shown on Exhibit �13". Grantor and Grantee expressly agree that this Temporary Sewer Facility Easement will be assigned to the City of Fort Worth prior to the commencement of construction. Ntliporary Capsimcdort Fmc.ment 'WISM17 FORTWORTtL It is further agreed and understood that Grantee will be permitted the use of said Easement Property for the purpose of Sanitary, Sewer. 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 uNith, 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 whornnever lawfully claiming or to claim the same, or any part thereof. [STGNATURES APPEAR ON THE FOLLOWING PAGE I .4 i-UFqX)rXY CU41'r1rj10Fj EARtIUMU qf/f$Vlot-7 GRANTEE: City of Crowley By (Signature): 5 e� (PrintName �.�gr+L4 d2]�) jitle Ma,n�y-y- APPROVED AS TO FORM AND LEGALITY (Signature)...... (Print Nare T16a ACKNOWLEDGEMEN STATV OF TEXAS- § COUNTY OF TARRANT § BEFORE ME, the undersigns o authority, a Notary Public in and for the State of Texas, on this day personally appeared A1?,�j(1RL^-6Wr-S-- , known to me to be the same person whose name is sub cobed o the foregoing instrument, and acknowledged to me t e I L boAf/S that the same was the act of . and that he/she executed - the sameaF, the act of said ___Aj&d If-AnwA for the purposes and consideration therein expr4ssad and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this� day of 20 0jA DARLA REME HUMIARD -& My Coni M498100 E"06 Lary Public in and for the State of Texas January 30, 2019 _rConpOrbly COnSM06OR RMCMAT qUIM-7011 FORT WORTO. �-711�- ACKNOVVL!QGEMENT STATE OF TEXAS § COUNTY OF TA RRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared I L�-L�n I of the City of Crowley, known tome to be the same person whose rya is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Crowley and that he/she executed the same as the act of the City of Crowley for the purposes and consideration therein expressed and in the capacity therein, stated. V1 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of " Tj 20 L Notary Public in and fear the State of Texas .1d44 1,1d pJfpflrjk 141j 1 Alf, 'A M" ill 100 A rk f I P1 J•-.,I P'IJJ Tu"Orwy Consummion Eamnem GUM017 FoRTWowm. EXHIBIT "A" TES POR.ZkRY CONSTRUCTION EASEMENT PARCEL 6-TCE Being 37,234 square feet of land situated in the J.C. ITunton Survey, .Abstract No. 728, City of Crowley, Tarrant County, Texas, and being a portion of two tracts of land and a right-of-way vacation conveyed to Harbison -Fischer Manufacturing Co., Inc., as described in deeds recorded in Valurne 4405, Page 34, Volume 4405, Page 130, and Volume 1036.1, Page 1789, Deed Records of Tamut County, Texas (:13.R:f.C.T.); and being more particularly describedby metesand bounds as follows: COMMENCING at a 1 inch iron rod found in the cast right-of-way (.R-O-W) line of the Burlington Northern & Santa Fe Railroad; at the southwest re-entrant corner of said Iarbison-Fischer tract (Volume 4405, Page 13.0), from which a I inch iron rood found at an angle point in said west line bears N 80'0.1'28" W, a distance. of 50.41 feet, and also front which. a 1: inch iron rod found at its northwest corner bears N 80°0.1'28" W, a. distance of 50.41 feet attd N 9'42'04" F, a distance of 884,69 feet; THENCE S 9"40'57" W, along said common line a distance of 200.44 fect to the POINT OF 13EGINNING of the hereinafte-r described tract: THENCE over and across said :Harbison -Fischer tracts and said R-O-W vacation, the following courses and distances- S' �0' 10'74" E, a distance of 67.12 feet; S 48'27'57" E; a distance of 411.i10 feet; -S 78'44'l0" E. crossing the east line of said lfarbisotr Fischer tract (Voltune 4405, Page 130). the R-OSW vacation, and the West line of said Harbison - Fischer tract (Volume 4405, Page 34); a distance of 528.15 feet; S 85'23'33" E. adistance of 52U6 :Feet; S 83023'33" E, a distance of 334.35 feet to the east line of said Harbison -Fischer tract (Vulture 4405, Page 34), same being the .vest R-O) W lute of Crowley Road, F.M. 731 (Variable Width R-O-W), l:i•om which a 318 inch iron rod found at an angle point in said R O-W fine bears N 8'12'52" E, a distance of 1.3.97 feet; THENCE S 892'5?" W along said common line a distance of 20.01 feet to a 1l2 inch iron rod with cap stamped "TINP Inc Esrut" (hereinafter 411 112 iron rods set will be marked the samo), set at the northeast confer of a proposed sewer easement, T1IElyCE over and across said Harbison -Fischer tracts and said R-O-W vacation, along the north line of said proposed. sewer easement, the following courses and distances: N SY-23'33" W, a distance of 333.44 feet to a 112 inch iron rood suet: N 85°?3'33" %V, a distance of 520.87 feet to a lit inch iron rod set; s+r 74°44'10" W, crossing the west line of -said. larbison-Fischer tract (Volume 4405. Page 34), the R-O-W vacation, and the east lime of said Harbisrrtt-Fischer tract (Volant.e 4405jage 130), a distance of 534.72 fe4t to a 112 inch iron road. set; sheetIUr3 t~MIG077 N 48"27157" W, adistat}ce of411.53 feettn a lf2 incllliron rod set; N 80'1 'IV' W_ a distance of 6139 feet to a 1/6 inch iron rod set on the west line of said Harbison -Fischer tract (Volume 4405, Page 130), same being the east R-O-W tine of said Burlington Northern & Santa Fe Raittoad;. 'i"CI> NCE N 9"40'57" F, along ,said common line, 20M feet to the POMT OF BEGINNING and containing 37,234 square feet: or 0.854 of an acre of lmtd. r p� bate: Tie 1. 201.7 'I croon W. Sims, R.R.L Texas Registration No. 1487 1. Bearings of lines showri hereon refer to Grid North of 1 P dinate System of 1883 (North Central Zane: NAD83 (2011). Epoch 2010) as aerivo locally from Western Data Systems Continuously Operating Reference Stations (COBS) via Mial Time Kinematic (RTK) methods. An average Combination Factor of 1.O00148415 was used to scale grid coordinates and distances to surface, All coordinates shown are .surface. 2. Integral parts of this survey: a. Ugal Descripttan b. Sketch �heiA 24 3 FTW16017 -i E k PA 6 ci 76 eu� pa XCL 14 eg 2 IC 66 ([Voa vi CIO a < Irv, 44 C-4 00 7E M SIR C3 dug A hj -4 a i cs "o' Z CL V) �'q' (i uj k :ME tq 4Z� co; vy 2 M 2E C4 on U, tc, C4, 1in u 9 NJ- wfZU(itj OR k czi kv �i ci It o 16 IX", y CS 03 Le) ci UY tJ 00 a LID z z 4' sm MARY LOUISE GARCM COUNTY CLERK 100 West Weatherford Fort WortIv, TX 76196-0401 PHONE (8 17) 884-1195 CITY OF CROWLEY CAROL KONHAUSER 201 E. MAIN CROWLEY,, TX 7603f) Submitter: CITY OF CROWLEY DO NOT DESTRO WAS "Y"ING-TH-1 IS PART OFTHIE-OFFICIAL R=416 Filed For Registration, 7/12/2018.10:29AM. Instrument #: 0218152472 14 k-h"- j , - - D218152472 PG $40,00 0 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR RESTRICTS OR RACE 13 INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Rage 1 of 9 U218184816 8/20/2018 1:26 PM PG 9 Fee: $48.00 Submitter. XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records i fto1�ry t <,t, Mary Louise Garcia VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 7 PE CITY PROJECT No, 100278 JOHN C. HUNTON SURVEY, ABSTRACT No. 728 SAMUEL T. WELLS SURVEY, ABSTRACT No. 1684 CITY OF CROWLEY, TARRANT COUNTY, TEXAS STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY-OF_FOWORTH PERMANEUT SEWER FACILITY EASEMENI Notice of confidentiality Nights: If you are a natural person, you may remove or strike any or all of the following information from any instrument that transfers an interest in real prop" before it is flled for record In the public records: your Social Security number or your driver's Iliaense number. DATE: M 1 ! i f GRANTOR: SAUER FARMS & LAND, L.L.C. GRANTOR'S MAILING ADDRESS (including County): 9340 HIGHWAY 10 N.W. RAMSEY, ANOKA COUNTY, MN 66303 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. EASEMENT PROPERTY: Being a permanent sanitary sewer easement situated in the John C. Hunton Survey, Abstract No. 728 and the Samuel T, Wells Survey, Abstract No. 1684, City of Crowley, Tarrant County, Texaa, said permanent sanitary sewer easement being a portion of a 93.865 acre tract of land (by deed) deeded to Bauer Farms & Land, L.L.C. as recorded in County Clerk's File No. D20322.9880 of the Deed Records of Tarrant County, Texas, as corrected by a correction warranty deed recorded in County Clerk's File No, D204351825 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described in exhibits "A" and "B"(tbe "Easement Property"). VILLAGE GREED BASIN CROWLEY RELIEF 1N T ERCEP T OR M-325 PARCEL No. 7 PE CITY PROJECT No. 100276 JOHN C. HUNTON SURVEY, ABSTRACT No. 728 SAMUEL T. WELLS SURVEY, ABSTRACT No. 1684 CITY OF CROWLEY, TARRANT COUNTY, TEXAS STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT Notice of confidentiality rights. If you are a natural person, you may remove or strike any or all of the following information from any instrument that transfers an interest in real property before it is filed for record in the public records. your Social Security number or your driver's license number. DATE: GRANTOR: BAUER FARMS & LAND, L.L.C. GRANTOR'S MAILING ADDRESS (including County): 9340 HIGHWAY 10 N.W. RA ri0EY, ANL'nA b�'U114'TY iY'�,y wuli�%I 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 othergood and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: Being a permanent sanitary sewer easement situated in the John C. Hunton Survey, Abstract No. 728 and the Samuel T. Wells Survey, Abstract No. 1684, City of Crowley, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a 93.865 acre tract of land (by deed) deeded to Bauer Farms & Land, L.L.C. as recorded in County Clerk's File No. D203229880 of the Deed Records of Tarrant County, Texas, as corrected by a correction warranty deed recorded in County Clerk's File No. D204351825 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described in exhibits "A" and "B"(the "Easement Property"). EXCEPTIONS TO WARRANTY: All matters of record affecting all or any part of the Easement Property recorded in the Official Public Records of Real Property of Tarrant County, Texas. GRANT OF EASEMENT: Grantor, for the consideration paid to Grantor and other good and valuable consideration, and subject to the terms and conditions herein and the Exceptions to Warranty, 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" together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility (the "Easement Purpose"). 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 the Easement Property. Grantor, its successors and assigns, may fully use and enjoy the Easement Property, except that in no event shall Grantor (1) use the Easement Property in any manner which Interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor, its successors and assigns, shall be permitted to do the following within the Easement Property: (a) construct, install, dedicate, and maintain a concrete, asphalt or gravel driveway, road or parking lot, trail signs and park monumentation and other similar improvements relating to the master -planned community to be developed on the Easement Property and adjacent property, but only so long as such improvements will not materially conflict with or interfere with the Easement Purpose or significantly disturb the existing surface grades within the Easement Property; and (b) install and maintain other utility lines (including, but not limited to, water, other sewer, electric and telecommunications) running perpendicular to the Easement Property, provided that there must be at least two (2) feet of vertical space between the sewer line Facility and the additional utility line in each instance, and provided further that Grantor and Grantee shall enter into an encroachment agreement on Grantee's standard form in each instance. Upon completion of the Facilities, Grantee shall remove all equipment, fencing, and other materials brought to, or deposited in, the Easement Property by Grantee or Grantee's or Grantee's Agents (hereafter defined), remove all trash and debris from the Easement Property, restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder including grading, restoring vegetation and restoring fencing, to substantially the condition it was in immediately prior to the date hereof. 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. TO HAVE AND TO MOLD 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, except as to the Exceptions to Warranty, to the extent that such claim arises by, through, or under Grantor but not otherwise. Grantee, at its sole cost and expense, shall be responsible for the construction of the Facility in accordance with plans and specifications approved by Grantor. The Facility must Include appropriate means for mitigating odors from venting, and must not include electric vents. Further, Grantee shall, at Grantee's sole expense, adjust manholes for the Facility as may be needed for Grantor's improvements in the Easement Property permitted herein. INSURANCE: With respect to all work regarding the construction, repair and maintenance of the Facility, Grantee will require its contractors and subcontractors to carry insurance at sufficient levels or as otherwise required under Texas law. This easement shall not be modified or amended except by an instrument duly executed by Grantor and Grantee and recorded in the Official Records of Real Property of Tarrant County, Texas. This easement may executed in one or more separate counterparts, all of which, when taken together, shall constitute one and the same instrument, binding on the parties hereto. When the context requires, singular nouns and pronouns include the plural. [Signature Pages Follow) _ EXECUTED this �?d�iday of , 2018, GRANTOR: Bauer Farms & Land, L.L.C. (tie tson authorized to sign) GRANTEE. City of FortWorth By (Signature):,,( 1 (Print Nan�hn �wnnarfiruf�n�nt Di recta� APPROVED AS TO FO M ND LEGALITY By (Signature): (Print Name) 6 , Title i ]ca SaNsveng, l is' THE STATE ®F TExAS -- § COUNTY OF-TARRANT § ACKNOWLEDGMENT BEFORE ME, the und%sigpedputhynty, a Note Public in and for the State of Texas, on this day personally appeared ? .v , of Bauer Farms & Land, L.L.C., a Minnesota limited liability company, 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 Bauer Farms & Land, L.L.C. and that he/she executed the same as the act of said Bauer Farms & Land, L.L.C. 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 20J-8.. Liu- Wo-t-ary-PLIblic in and for the State of Texas gt, .'. CARYN ERSKINE Notary lg ki 2 4 My Commisslon Exp1rExpires November 9, 2021 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 $?M (-00It.E , t)I 96ZIM 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 as4he 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 1774 day of 20d '44a- 8 �v ,,0\—"'1Q}� illf7�f�/i Lary n Public In for the State of Texas VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 7 PE CITY PROJECT No.100276 JOHN C. HUNTON SURVEY, ABSTRACT No. 728 SAMUEL T. WELLS SURVEY, ABSTRACT No.1684 CITY OF CROWLEY, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer casement situated in the John C. Hunton Survey, Abstract No. 728 and the Samuel T. Wells Survey, Abstract No. 1684, City of Crowley, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a 93.865 acre tract of land (by deed) deeded to Bauer Farms & Land, L.L.C. as recorded in County Clerk's File No. D210311504 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 1/2 inch iron rod found for an exterior ell corner in the easterly line of said 93.865 acre tract of land, said 1/2 inch iron rod being an interior ell corner in the westerly right- of-way line of the Burlington Northern and Santa Fe Railroad (a variable width right-of-way) as recorded in Volume T, Page 67 of said Deed Records of Tarrant County, Texas; THENCE North 80 degrees 19 minutes 29 seconds West, with the easterly line of said 93.865 acre tract of land and with the westerly right-of-way line of said Burlington & Santa Fe Railroad, a distance of 50.00 feet to a point for an interior ell corner in the easterly line of said 93.865 acre tract of land, said point being an exterior ell corner in the westerly right -of -sway line of said Burlington & Santa Fe Railroad, from which a 1/2 inch iron rod found for reference bears South 89 degrees 26 minutes 23 seconds West, a distance of 0.25 feet; THENCE South 09 degrees 40 minutes 31 seconds West, with the easterly line of said 98.865 acre tract of land and with the westerly right-of-way line of said Burlington & Santa Fe Railroad, a distance of 237.83 to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement; THENCE South 09 degrees 40 minutes 31 seconds West, with the easterly line of said 98.865 acre tract of land and with the westerly right-of-way line of said Burlington & Santa Fe Railroad, a distance of 30.00 feet to a point for corner, from which a 1/2 inch iron rod found for an interior ell coaxer in the easterly line of said 93.965 acre tract of land bears South 09 degrees 40 minutes 31 seconds West, a distance of 28.08 feet, said 1/2 inch iron rod being an exterior ell corner in the westerly right-of-way line of said Burlington & Santa Fe Railroad; THENCE North 80 degrees 10 minutes 24 seconds West, a distance of 22.57 feet to a point for corner; THENCE South 77 degrees 42 minutes 21 seconds West, a distance of 567.91 feet to a point for corner; THENCE South 43 degrees 26 minutes 40 seconds West, a distance of 75.64 feet to a point for corner in the northerly line of an existing 15' sanitary sewer easement as recorded in Volume 6504, Page 348 of said Deed Records of Tarrant County, Texas; Exhibit A Page 1 of 3 THENCE South 80 degrees 13 minutes 36 seconds West, with the northerly line of said existing 15' sanitary sewer easement recorded in Volume 6504, Page 348, a distance of 16.27 feet to a point for the intersection of the northerly line of said existing 15' sanitary sewer easement recorded in Volume 6504, Page 348 with the northeasterly line of an existing 15' sanitary sewer easement as recorded in Volume 7153, Page 386 of said Deed Records of Tarrant County, Texas; THENCE North 19 degrees 47 minutes 53 seconds West, with the northeasterly line of said existing 15' sanitary sewer easement recorded in Volume 7153, Page 386, a distance of 5.89 feet to a point for corner; THENCE North 43 degrees 26 minutes 40 seconds East, a distance of 86.89 feet to a point for corner; THENCE North 44 degrees 38 minutes 16 seconds West, a distance of 536.75 feet to a point for corner in the northerly line of said 93.865 acre tract of land, said point being in the southeast line of a 380.083 acre tract of land (by deed) deeded to Gerald J. Bauer, Trustee of the Gerald J. Bauer Trust as recorded in County Clerk's File No. D215290951 and being further described in Volume 14233, Page 225 of said Deed Records of Tarrant County, Texas, said point also being in the easterly line of a 6.076 acre tract of land (by deed) being described as a right-of-way easement deeded to the City of Crowley as recorded in Volume 6429, Page 183 of said Deed Records of Tarrant County, Texas; THENCE North 51 degrees 18 minutes 21 seconds East, with the northerly line of said 93.865 acre tract of land, with the southeast line of said 3 80.083 acre tract of land and with the easterly line, of said 6.076 acre tract of land, a distance. of 30.16 feet to a point for corner; THENCE South 44 degrees 38 minutes 16 seconds East, a distance of 532.37 feet to a point for corner; THENCE North 77 degrees 42 minutes 21 seconds East, a distance of 556.82 feet to a point fox corner; THENCE South 80 degrees 10 minutes 24 seconds East, a distance of 28.36 feet to the POINT OF BEGINNING and containing 35,163 square feet or 0.807 acres of land, more or less. Exhibit A Page 2 of 3 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: May 23, 2017 Curtis Smith Registered Professional Land Surveyor No. 5494 �.r y Texas Firm No. 10106900 CURTIS SMITH r'PO 5494��0� SUR`��' Exhibit A Page 3 of 3 REMAINDER OF 300,083 ACRES (BY DEED) CERAL9 J. BAUER, TRUSTEE OF THE GERALD J. BAUER TRUST C.G.F. No. D215290951 VOLUME 14233, PAGE 225 D.R.T.C.T. I/ r •o : EXHIBIT "B " PARCEL No. 7 PE N. BEVERLY STREET (A VARIABLE WIDTH RIGHT—OF—WAY) \1E0 f \ 6.078 ACRES (BY DEED) \` RIGHT-OF-WAY EASEMENT CITY OF C.—ml VOLUME 8428, PAGE 103 D.R.T.C.T. UN� 0A SUR JCHN SCR C�°' NIB 1 FND 1/21R BEARS S 89'26'23'W 0.25' 1 r- PERMANENT DRAINAGE 93.865 ACRES (BY DEED) UTILITY AND SLOPE EASEMENT BAUER FARMS & LAND, L.L.C. VOLUME 15330, PAGE 308 D.R.T.C.T. C.C.F. No. D210311504 L. D.R.T.C.T. 15' SANITARY �c •'r;:•: SEWER EASEMENT rL-2 L-1VOLUME 7153, PAGE 386 y ° �'w �" :::::::;`: D.R.T.C.T. \� s+ r'p(E2'Z� L-3 SU�G �........: �Jf77• FND 1/2"IR-, 0 1 m v� }�:J CLu am^ °, 15' SANITARY iu R ti SEWER EASEMENTa+- hl�s VOLUME D R 7 C PAGE 348 I Q ACQUISITION LOCATION SUBJECT TRACT & LOCATION OF ACQUISITION PERMANENT' SANITARY SEWER EASEMENT AREA 35,163 SQ. F r OR 0.807 ACRES I A —BEARINGLINE L--1 N 80'1929 90.00 L-2 5 09+40 31 30.00 L-3 S 09'4531 W 28.08 1-4 N 80'10'24'W 22.57 L-5 S 4,Y26 40 W 75.64 L-6 S EIV 336 W 18.27 L-7 N 19'47 53 W 5.89 L-8 N 43'26 4Q E 86.89 L-9 N 51'18 21 E 30.16 L-10 S 80'10 24 E 28.36 C m 200 100 0 200 SCALE IN FEET fORTW --a -ift INF (�' I z rrn 1000 THROCKMORTON STREET + FORT WORTH, TEXAS 76102 VILLAGE CREEK BASIN OF CROWLEY RELIEF INTERCEPTOR M-325 G}"s'��RT�.� o. 7 PE -_- .. CITY PROD. No. 100275 gip BAUER FARMS SUKVtT: JUHN G. HUNION SURVEY, ABSTRACT No. 728 SAMUEL T. WELLS LOCATION: CITY OF CROWLEY. TARRANT COUNTY, TEXAS ACQUISITION AREA: 35,163 SQUARE FEET OR 0.807 ACRES WHOLE PROPERTY ACREAGE: 93.866 ACRES (BY DEED) CU TIS SMITH No. 1684 ;p 5494 '° ss s.. CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 + 817•-•496-1424 FAX 817-498-1 Page I of 8 D218184817 812012018 1:26 PM PG 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-325 PARCEL No. 7 TE CITY PROJECT No. 100276 JOHN C. HUNTON SURVEY, ABSTRACT No. 72B SAMUEL T. WELLS SURVEY, ABSTRACT No. 1684 CITY OF CROWLEY, TARRANT COUNTY, TEXAS CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT Notice of confidentiality rights: If you are a natural person, you may remove or strike any or all of the following Information from any instrument that transfers an Interest In real property before it Is filed for record in the public records: your Social Security number or your driver's license number. DATE: S t 7 - 19 - GRANTOR: BAUER FARMS & LAND, L.L.C. GRANTOR'S MAILING ADDRESS (including County): 9340 HIGHWAY 10 N.W. RAMSEY, ANOKA COUNTY, MN 55303 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. EASEMENT PROPERTY: Being a temporary construction easement situated In the John C. Hunton Survey, Abstract No, 728 and the Samuel T. Wells Survey, Abstract No. 1684, City of Crowley, Tarrant County, Texas, said temporary construction easement being a portion of a 93.865 acre tract of land (by deed) deeded to Bauer Farms & Land, L.L.C. as recorded in County Clerk's File No. ID203229880 of the Deed Records of Tarrant County, Texas, as corrected by a correction warranty deed recorded In County Clerk's File No. D204351825 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in exhibits "A" and "B" (the "Easement Property"). EXCEPTIONS TO WARRANTY: All matters of record affecting all or any part of the Easement Property recorded in the official Public Records of Real Properly of Tarrant County, Texas. VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 7 TE CITY PROJECT No. 100276 JOHN C. HUNTON SURVEY, ABSTRACT No. 728 SAMUEL T. WELLS SURVEY, ABSTRACT No. 1684 CITY OF CROWLEY, TARRANT COUNTY, TEXAS CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT Notice of confidentiality rights: If you are a natural person, you may remove or strike any or all of the following information from any instrument that transfers an interest in real property before it is filed for record in the public records: your Social Security number or your driver's license number. DATE: N n — 1 6 GRANTOR: SAUER FARMS & LAND, L.L.C. GRANTOR'S MAILING ADDRESS (including County): 9340 HIGHWAY 10 N.W. RAMSEY, ANOKA COUNTY, MN 55303 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. EASEMENT PROPERTY: Being a temporary construction easement situated in the John C. Hunton Survey, Abstract No. 728 and the Samuel T. Wells Survey, Abstract No. 1684, City of Crowley, Tarrant County, Texas, said temporary construction easement being a portion of a 93.865 acre tract of land (by deed) deeded to Bauer Farms & Land, L.L.C. as recorded in County Clerk's File No. D203229880 of the Deed Records of Tarrant County, Texas, as corrected by a correction warranty deed recorded in County Clerk's File No. D204351825 of the Deed Records of Tarrant County, Texas, said temporary construction easement being more particularly described in exhibits "A" and "B" (the "Easement Property"). EXCEPTIONS TO WARRANTY: All matters of record affecting all or any part of the Easement Property recorded in the Official Public Records of Real Property of Tarrant County, Texas. GRANT OF EASEMENT: Grantor, for the consideration paid to Grantor, and subject to the terms and conditions herein and the Exceptions to Warranty, hereby grant, bargain and convey unto Grantee, its successors and assigns, an easement and right of use over, and across, below and along the Easement Property for the Easement Purpose (herein defined). 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 (the "Easement Purpose"). The easement granted herein shall automatically terminate without further action from Grantor or Grantee upon the earlier of (a) upon completion of improvements and its acceptance by Grantee, or (b)18 months following the date this easement is recorded in the Official Public Record of Tarrant County, Texas. 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. 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 orto claim the same, orany part thereof, except as to the Reservations to Warranty, to the extent that such claim arises by, through, or under Grantor but not otherwise. All costs related to the Easement Purpose shall be borne by Grantee. Grantor, its successors and assigns, may fully use and enjoy the Easement Property, except that in no event shall Grantor (1) use the Easement 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, its successors and, assigns, shall be permitted to do the following within in the Easement Property: (a) construct, install, dedicate, and maintain a concrete, asphalt or gravel driveway, road or parking lot, trail signs and park monumentation and other similar improvements relating to the master -planned community to be developed on the Easement Property and adjacent property, but only so long as such improvements will not materially conflict with or interfere with the Easement Purpose or significantly disturb the existing surface grades within the Easement Property; and (b) install and maintain other utility lines (including, but not limited to, water, other sewer, electric and telecommunications) running perpendicular to the Easement Property, provided that there must be at least two (2) feet of vertical space between Grantee's sewer line facility and the additional utility line in each instance, and provided further that Grantor and Grantee shall enter into an encroachment agreement an Grantee's standard form in each instance. INSURANCE: With respect to all work regarding the construction, repair and maintenance of Grantee's sewer line facility, Grantee will require its contractors and subcontractors to carry insurance at sufficient levels or as otherwise required under Texas law. Upon the completion of the permanent sewer line facility, Grantee shall remove all equipment, fencing, and other materials brought to, or deposited in, the Easement Property by Grantee or Grantee's or Grantee's Agents (herein defined), remove all trash and debris from the Easement Property, and to repair all damages caused by the installation of the improvements and to restore the Easement Property, including grading, restoring vegetation and restoring fencing, to substantially the condition it was in Immediately prior to the date hereof, and vacate and surrender the Easement Property to Grantor free and clear of all liens and claims. This easement shall not be modified or amended except by an instrument duly executed by Grantor and Grantee and recorded in the Official Records of Real Property of Tarrant County, Texas. This easement may executed in one or more separate counterparts, all of which, when taken together, shall constitute one and the same instrument, binding on the parties hereto. When the context requires, singular nouns and pronouns include the plural. [Signature Pages Follow} EXECUTED this j iA day of ± , 2018. GRANTOR: Bauer Farms & Land, L.L.0 THE STATE OF TEXAS § COUNTY OF (ARRANT § vrvyN 1 Lm= City of F rt Worth By (Signature):.1,0 . i Print Nam�eYe Cooke Property Man Tent fflrectar APPROVED AS TO F M ND LEGALITY By (Signature): (Print Name) , Title ,Jessica Sangwang, Assistant City Attonlay ACKNOWLEDGMENT BEFORE ME, the unders! au hor'ty, a Notary Pi lic in and for the State of Texas, ?Vj on this day personally appeared, Y f � Irl (aLC _ __ of Bauer Farms & Land, L.L.C., a Minnesota limited liability company, 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 Bauer Farms & Land, L.L.C. and that he/she executed the same as the act of said Bauer Farms & Land, L.L.C. for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this a`-411_ _ day of 20L. E CARYN ERSKINE comltary D ston Expre92509 Commission EHplres ovember9,2021 P'A'.F. b. Notary Public in and for the Slate of Texas 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 ,j5gM(mr-jg� , � 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 NAND AND SEAL_ OF OFFICE this J' � day of C v: �f'•:C Notary Public i for the State of Texas VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 7 TE CITY PROJECT No. 100276 JOHN C. HUNTON SURVEY, ABSTRACT No. 728 SA.MUEL T. WELLS SURVEY, ABSTRACT No.1684 CITY OF CROWLEY, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a temporary construction easement situated in the John C. Hunton Survey, Abstract No. 728 and the Samuel T. Wells Survey, Abstract No. 1684, City of Crowley, Tarrant County, Texas, said temporary construction easement being a portion of 93.865 acre tract of land (by deed) deeded to Bauer Farms & Land, L.L.C. as recorded in County Clerk's File No. D210311504 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 1/2 inch iron rod found for an exterior ell corner in the easterly line of said 93.865 acre tract of land, said 1/2 inch iron rod being an interior ell corner in the westerly right- of-way line of the Burlington Northern and Santa Fe Railroad (a variable width right-of-way) as recorded in Volume T, Page 67 of said Deed Records of Tarrant County, Texas; THENCE North 80 degrees 19 minutes 29 seconds West, with the easterly line of said 93.865 acre tract of land and with the westerly right -of way line of said Burlington & Santa Fe Railroad, a distance of 50.00 feet to a point for an interior ell corner in the easterly line of said 93.865 acre tract of land, said point being an exterior ell corner in the westerly right-of-way line of said Burlington & Santa Fe Railroad, from which a 1/2 inch iron rod found for reference bears South 89 degrees 26 minutes 23 seconds West, a distance of 0.25 feet; THENCE South 09 degrees 40 minutes 31 seconds West, with the easterly line of said 98.865 acre tract of land and with the westerly right-of-way line of said Burlington & Santa Fe Railroad, a distance of 217.83 to the POINT OF BEGINNING of the herein described temporary construction easement; THENCE South 09 degrees 40 minutes 31 seconds West, with the easterly line of said 98.865 acre tract of land and with the westerly right-of-way line of said Burlington & Santa Fe Railroad, a distance of 20.00 feet to a point for corner, from which a 1/2 inch iron rod found for an interior ell corner in the easterly line of said 93.865 acre tract of land bears South 09 degrees 40 minutes 31 seconds West, a distance of 58.08 feet, said 1/2 inch iron rod being an exterior ell comer in the westerly right-of-way line of said Burlington & Santa Fe Railroad; THENCE North 80 degrees 10 minutes 24 seconds West, a distance of 28.36 feet to a point for corner; THENCE South 77 degrees 42 minutes 21 seconds West, a distance of 556.82 feet to a point for corner; Exhibit A Page l of 2 THENCE North 44 degrees 38 minutes 16 seconds West, a distance of 532.37 feet to a point for corner in the northerly line of said 93.865 acre tract of land, said point being in the southeast line of a 380.083 acre tract of land (by deed) deeded to Gerald J. Bauer, Trustee of the Gerald J. Bauer Trust as recorded in County Cleric's File No. D215290951 and being further described in Volume 14233, Page 225 of said Deed Records of Tarrant County, Texas, said point also being in the easterly line of a 6.076 acre tract of land (by deed) being described as a right-of-way easement deeded to the City of Crowley as recorded in Volume 6428, Page 183 of said Deed Records of Tarrant County, Texas; THENCE North 51 degrees 18 minutes 21 seconds East, with the northerly line of said 93.865 acre tract of land, with the southeast line of said 3 80.083 acre tract of land and with the easterly line of said 6.076 acre tract of land, a distance of 20.11 feet to a point for corner; THENCE South 44 degrees 38 minutes 16 seconds East, a distance of 519.28 feet to a point for corner; THENCE North 77 degrees 42 minutes 21 seconds East, a distance of 549.72 feet to a point for corner; THENCE South 80 degrees 10 minutes 24 seconds East, a distance of 32.22 feet to the POINT OF BEGINNING and containing 22,188 square feet or 0.509 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: May 23, 2017 Curtis Smith Registered Professional Land. Surveyor No. 5494 Texas Firm No. 10106900 0 OF 5494 �+ SUR` Exhibit A .Page 2 of 2 REMAINDER OF 380.083 ACRES (BY DEED) GERALD J. BAUER, TRUSTEE OF GERALD J. BAUER TRUST C.C.F. Na D215290951 VOLUME 14233, PAGE 225 D.R.T.C.T. 1 - EXHIBIT "B 19 PARCEL No. 7 TR r r- f r - N. BEVERLY STREET r (A VARIABLE WIDTH RIGHT--OF--WAY) 8.076 ACRES (BY DEED) RfGHT-OF-WAY EASEMENT \\ \\vrr X CITY OF CROWLEY VOLUME 6 428, PAGE 183 D.R.T.C.T. f oN vi a JoHNBs:�R�,ci NQ- FND 1/2"IR BEARS S 89'26'23"W 0.25' 1 PERMANENT DRAINAGE UTILITY AND SLOPE EASEMENT 93.865 ACRES (BY DEED) \\\ VOLUME 15330, PAGE 308 BAUER FARMS &LAND, L.L.C. D.R.T.C.T. C.C.F. No. D210311504 D.R.T.C.T. Ld %��� `}�• TEMPORARY - •`\ v �' CONSTRUCTION EASEMENT AREA 22.188 SQ. Fr. OR \`\ �..... 19 0.509 ACRES 15SANITARY SEWER EASEMENT VOLUME 7153, PAGE 388 w�LLS Sua�0 I\\"' I ` I �BS�R ACQUISITION LOCATION SUBJECT TRACT & LOCATION OF ACQUISITION FND 1/2"IR L-1 P.O.B. Ell L-2 �LU 0 L-3 u � h h S yj•+���' FND 1/2"IR-^- 1 �� J C3 _ 15' SANITARY IL SEWER EASEMENT VOLUME 6504, PAGE 348 d r' a 4 _PROPOSED SANITARY SEWER EASEMENT D.R.T.C.T. , ' � ? LINE TABLE NE BEAR NG DISTANCE L-1 N 80'19 29 W 50.00 L-2 S 09.40 31 20.00 L-3 S 097 31 58.08 L-4 N 80' 10 24 W 28 ,38 L-5 N 51.18'21 E 20.11 L--6 S 80' 1 Q 24` E 32.22 NOTES: 200 100 0 200 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE i SYSTEM, NAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET I i b Y. f Fort Worth 1000 THROCKMORTON STREET FORT WORTH, TEXAS 78102 V[LLA GE UORT E -BASIN 1; ofi T CROWLEY RELIEF INTERCEPTOR M-325 NO. 7 TE I CITY PROJ. NO. 100276 ' 9tl1 SURVEY: JOHM C. WON SURVEt', ABSTRACT No. 728, SAMUEL T. WELLS SURVEY, LOCATION: CITY OF CROWLEY, TARRANT COUNTY, TEXAS ACQUISITION AREA: 22,188 SQUARE FEET OR 0.509 ACRES WHOLE PROPERTY ACREAGE: 93.865 ACRES (BY DEED) JOR Na. TN&Pl701.O1 I DRAWN BY: JOE I CAD FILE: CU�TIS 5M � . ... .. a 5Z i PROFESSIONAL LAND SURVEYOR rnRRnNnnNA .4 ASSOCIATES. INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH. TX. 76118 - 817-498-t424 FAX 817-06-1768 2 Page 1 of 8 D218177583 8/10/201812.47 Ph PG 8 Fee: $44.00 Submitter: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records �pz"-1 Mary Loulse Garcia VILLAGE CREED BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 8 PE1 CITY PROJECT No. 100276 SAMUEL T. WELLS SURVEY, ABSTRACT No. 1684 CITY OF CROWLEY, TARRANT COUNTY, TEXAS STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § Notice of confidentiality rights., If you are a natural person, you may remove or strife any or ail of the fallowing information from any Instrument that transfers an Interest. In real property before it is filled for record In the puiflic records: your Social Security number of your driver's license number. MATE: lhuhq — GRANTOR: MELINDA M. BAUIER AND GREGORY L. SAUER, EACH AS A CO -TRUSTEE OF THE GERALD J. SAUER TRUST DATED NOVEMBER 28, 2012 GRANTOR'S MAILING ADDRESS (including County): 9340 HIM]WAY 10 N.W. RAMBL'Y, ANOKA COUNTY, MN 55303 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, WARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby aci=nowledged. EASEMENT PROPERTY: Being a permanent sanitary sewer easement situated in the Samuel T. Welts Survey, Abstract No, 1684, City of Crowley, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a remainder of a 380.083 acre tract of land (by deed) deeded to Gerald J. Bauer, Trustee of the Gerald J. Bauer Trust dated November 28, 2012, as recorded in County Clerk's File No. D213012988 of the Dead Records of Tarrant County, Texas, as corrected by a correction warranty deed recorded In County Cleric's .File No. D215290951 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more padicuiady described In exhibits "A" and "B" (the °Easement Property). VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 8 PE1 CI T Y PROJECT No. 100276 SAMUEL T. WELLS SURVEY, ABSTRACT No. 1684 CITY OF CROWLEY, TARRANT COUNTY, TEXAS STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § s : 1- ej 4_ Notice of- confidentiality rights: If you are a natural person, you may remove or strip® any or all of the following information from any instrument that transfers an interest in real property before it is filed for record in the public records: your Social Security number or your driver's license number. DATE:% GRANTOR: MEL.INDA M. BAUER AND GREGORY L.. BAUER, EACH AS A CO -TRUSTEE OF THE GELD J. BAUER TRUST DATED NOVEMBER 28, 2012 GRANTOR'S MAILING ADDRESS (including County): 9340 HIGHWAY 10 N.W. RAMSEY, ANOKA COUNTY, MN 55303 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEAS 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. EASEMENT PROPERTY: Being a permanent sanitary sewer easement situated in the Samuel T, Wells Survey, Abstract No. 1684, City of Crawley, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a remainder of a 380.083 acre tract of land (by deed) deeded to Gerald J. Bauer, Trustee of the Gerald J. Bauer Trust dated November 28, 2012, as recorded in County Clerk's File No. D213012988 of the Deed Records of Tarrant County, Texas, as corrected by a correction warranty deed recorded in County Clerk's File No. D215290951 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described in exhibits'W' and "W (the "Easement Property"). WARRANTY- All matters of record affecting all or any part of the Easement EXCEPTIONS To of Tarrant County, Texas. Property recorded in the official Public Records of Real Property er good and aid to Grantor and oth g GRANT OF EASEMENT: Grantor, for the consideration p sshe and assigns, x e t uslve, .nand subject #o the terms and conditions herein and the l^xceptions to valuable consideration, replacement, upgrade, and Warranty, hereby grants, sells, and conveys p Grantee, m maintenance, rep to ether with the right perpetual easement far the construction, operation, „Facility" 9 art thereof, far the purpose a repair of a permanent Sewer Line Facility, hereafter r property, rop or any p e at any and all times to enter Easement upg ad 'g, and repairing said Facility (the and privileg maintaining, replacing, P9 round and aboveground of constructing, apera#ing, The Facility includes all incidental underground "Easement Purpose )- nd appurtenances, including, but not limited to manholes, manhole vents, attachments, equipment a PP on, under and across the Easement lateral tine connections. pipelines. junction boxes In, up Property. o the Easement Property, except that ors and assigns, may fully use and enjoy manner which interferes in any Grantor, its successuse the Easement Property in any ere or permit interferes re erected in no event shall Grantor (I) his WE hereunder, or (ll ncluding, but not limited to, material way or is inconsistenkwithlhe rig g within the Easement Property a permanent structure or but{ding, permitted that l{board, bride or masonry fences or wails or ather structures that pole sign, b; ns. steal{ be o do monument sign, P rmit. However, Grantor. its successors and install, dedicate, and maintain a require a building pe a construct, park monumentation and the following within the Easement Property: Pat lot, troll signs and po be developed on the concrete, asphalt or gravel driveway, road or p improve will not Improvements relating to the master�planned coma usuch imp other similar imp but only so long Easement Property and adjacent property, fines ' interfere with the Easement Purposeinstall maintain disturb tutilityhe ist existing materially conflict with or tin and (b) running surface grades within the Easement Property feet of vertical {united to, water, other sewer, electric and telecommunications (including, but not rovided that there must be at least two (2) perpendicular to the Easement Property, p ee agreement on Grantee's line Facility and the additional utility line each instance, and provide space between the sewer ten completion of the Facilities, Grantee shall remove all further that Grantor and Grantee Upon comp into an encroachment in, the Easement Property by standard form in each ins iequipmerrt, fencing and other materials brought to, or deposited all trash and debris from ents (hereafter defined), a#Grantee's sole cost and Grantee or Grantee's or Gran#ee s Ag s or similar surface improvements e Easement Prope+rt]r, restore the surface of the Easement Property • been removed, relocated, the sidewalks, driveways, be expense, including the restoration of any which may ranted hereunder located upon or adjacent to the Easement Property m to substantially the condition it was or desb'oyed as a result of the n lane 9e of the easement g e obligated to altered, damaged,restoring vegetation and rest 9 including grading, visions fief to the date hereof. Provided, hnstaGllednrn v�alationall oof the pro in immediately p alien systems or other improvements restore or replace irrig and intended use of this Easement. above -described easement, tagetherWith mn#ee's311 and 'ngular the rights successors and TO H14VE AND TO HOLD thea beiongrng unto Grantee, and and apPurlenances thereto inoes h Y bind itself and its successor and oassignsigns against assigns forever, and Grantor does hereby art (hereof, except as to d ass forever defend all and singular the easement unto Grantee, its successor or under Grantor but f claiming or to claim the same, or through, every person whomsoever lawfully the Exceptions to Warranty, to the extent that such claim arises by, not otherwise. Grantee, at its sole cost and expense, shall be responsible for the construction of the F-80111by In accordance with plans and specifications approved by Grantor. The Facility must include appropriate means for mitigating odors from venting, and must not include electric vents. Further, Grantee shall, at Grantee's sole expense, adjust manholes for the Facility as may be needed for Grantor's improvements in the Easement Property permitted herein. INSURANCE: With respect to all work regarding the construction, repair and maintenance of the Facility, Grantee will require its contractors and subcontractors to carry insurance at sufficient levels or as otherwise required under Texas law. This easement shall not be modified or amended except by an instrument duly executed by Grantor and Grantee and recorded in the Official Records of Real Property of Tarrant County, Texas. This easement may executed in one or more separate counterparts, all of which, when taken together, shall constitute one and the same instrument, binding on the parties hereto. When the context requires, singular nouns and pronouns include the plural. [Signature Pages Fallow] EXECUTED this & day of .2018. GRANTOR: MEiI INDA M. BAUER, CO -TRUSTEE OF THE GEir3ALD J. BAUER TRUST DATED NOVEMBER 28, 2012 &JAWBy: - Mel da M. Bauer, Co -Trustee GREGORY L. BAUER, CO -TRUSTEE OF THE GERALD J. BAUER TRUST MATED NOVEMBER 28, 2012 ego a er, o e AP GRANTEE: City of Fort Worth 44 By (Signature (Print Name Steve Cooke, Property��gement Dtrectorr APPROVED AS TO FORM AND By (Print Name) \-j , Title. JeWca Sangweng, Assistant City Attorney [Acknowledgements appear on tho following page] ACKNOWLEDGMENT THE STAVE OF ' % COUNTY OF zj f2. e �� § BEFORE ME, the undersigned authority, a Notary Public in and for the State of is x� v _,on , on this day personally appeared Melinda M. Bauer and Gregory L. Bauer, each in their capacity as a Co -Trustee of the Gerald J. Bauer Trust Dated November 26, 2012, known to me to be the same persons whose names are subscribed to the foregoing instrument, and that each person executed the same for the purposes and consideration therein expressed and in the capacity therein stated. A JIVEN CINDER MY HAND AND SEAL OF OFFICE this k' day of 20/ JUDITHA. BILLMARK ary Public NOTARY puBuc-MINIVESQTA nand for the State of My Commission Expires r January31, 2n2a 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 d �sr&U- of the City of Fort Worth, known to me to be the same person whose name �s suscritied 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,% 9 Notary Public in and for the State of Texas I_.EO SUMNER * #Votary PU 110+ of%x�u N Wry #I] O1282fl4929 S C+x�nlWon lJ1AY id, 2623 VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR. M-325 PARCEL No. 8 PEI CITY PROJECT No.1.00276 SAMUEL T. WELLS SURVEY, ABSTRACT No.1684 CITY OF CROWLEY, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer easement situated in the Samuel T. Wells Survey, Abstract No. 1684, City of Crowley, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a remainder of a 380.083 acre tract of land (by deed) deeded to Gerald J. Bauer, Trustee of the Gerald J. Bauer Trust as recorded in County Clerk's File No. D215290951 and being further described in Volume 14233, Page 225 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 found for an exterior ell corner in the easterly line of a 93.865 acre tract of laud (by deed) deeded to Bauer Farms & Land, L.L.C. as recorded in County Cleric's File No. D210311504 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod being an interior ell corner in the westerly right-of-way line of the Burlington Northern and Santa Fe Railroad (a variable width right-of-way) as recorded in Volume T, Page 67 of said Deed Records of Tarrant County, Texas; THENCE North 09 degrees 40 minutes 31 seconds East, with the easterly line of said 93.865 acre tract of land and with the westerly right-of-way line of said Burlington Northern and Santa Fe Railroad, a distance of 844.45 feet to a 1/2 inch iron rod found for the most easterly southeast coiner of said 380.083 acre tract of land, said 1/2 inch iron rod - being the most northerly northeast corner of said 93.865 acre tract of land, said 112 inch being the most northerly southeast corner of a 6.076 acre tract of land (by deed) being described as a right- of-way easement deeded to the City of Crowley as recorded in Volume 6428, Page 183 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod also being the beginning of a non - tangent curve to the left having a radius of 542.96 feet, a central angle of 37 degrees 58 minutes 15 seconds, and whose chord bears South 70 degrees 35 minutes 54 seconds Nest, a distance of 353.28 feet; THENCE with said non tangent curve to the left, with the southeasterly line of said 380.083 acre tract, with the northerly line of said 93.865 acre tract of land and with the southeast line of said right-of-way easement, an are length of 359.83 feet to a 1/2 inch iron rod with cap stamped "L&T Crowley" found for comer; THENCE South 51 degrees 18 minutes 21 seconds West, with the soutberly line of said 380.083 acre tract of land, with the northerly line of said 93.865 acre tract of land and with the southeasterly line of said right-of-way easement, a distance of 1081.38 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement; THENCE South 51 degrees 18 minutes 21 seconds West, with the southeasterly line of said 3 80.083 acre tract of land, with the northerly line of said 93.865 acre tract of land and with the southeast line of said right-of-way easement, a distance of 30.16 feet to a point for corner; Exhibit A Page 1 of 2 THENCE North 44 degrees 3 8 minutes 16 seconds West, a distance of 60.32 feet to a point for corner in the southeast line of an 11.226 acre tract of land (by deed) (N. Beverly Street) deeded to the City of Crowley as recorded in Volume 15135, Page 291 of said Deed Records of Tarrant County, Texas, said point being in the northwest line of said right - of way easement; THENCE North 51 degrees 18 minutes 21 seconds East, with the southeast line of said. 11.226 acre tract of land and with the northwest line of said right-of-way easement, a distance of 30.16 feet to a point for corner; THENCE South 44 degrees 38 minutes 16 seconds East, a distance of 60.32 feet to the POINT OF BEGINNING and containing 1,810 square feet or 0.042 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: inlay 23, 2017 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 Li E 6 G D C --1 S 5i'182i 30,1fi L 2 N 44'3816 60.32 F-73N51'1821E 30.16 60,32 1N� r 11.226 ACRES (BY DEED) CITY OF CROWLEY VOLUME 15135, PAGE 291 EXHIBIT 99B 99 PARCEL No. 8 PE 1 ouL54AK� REMAINDER OF 380.083 ACRES (BY DEED) 'GERALD J. DAUER, TRUSTEE OF THE GERALD J. BAUER TRUST C.C.F. No. D215290951 � VOLUME 14233, PAGE 225,- D.R T.C.T. ' N. BEVERLY STREET /,.X (A VMMIE WI01H RIGHT-OF-WAY) /, ��< ELLS, z loe / 16 FND 1/2"IR FND 1/2"CIR / "Lkj CROWLEY" f / 6.876 ACRES (BY DEED) RIGHF-OF-WAY EASEMENT CTTY OF CROWLEY VOLUME 6428, PAGE 183 0.R.T.C.T. SN ,woc, ► � 1 r �'' t� B93.865 ACRES AUER FARMS &LAN(BYD, LL),G. Q I r! , �,,�t C.G.F DD. D21T311504 J/.t 'DSLPEMADRAINAGE ,xAjolA ,,j3 yam`•/ vDLuµE 15135, J. E 2s1am G - ° PERMANENT SANITARY / SEWER EASEMENT AREA P. O. C. 1,810 SCE. FT. OR FND 1 21R 0.042 ACRES 00L._Z P.O.B. . .� 1 tttt 15' SANITARY \� SEWER EASEMENT ACQUISITIO LOCA ONN (j may`VOLUME 7153, PAGE 388 D.R T.C.F. � AN ' PER�DR�NAGE SUBJECT TRACT & LOCATION OF ACQUISITION kt UMM AND SLOPE EASF3AMT �, VOLUME 15330, PAGE 308 ,t Q� f� D.RTC.7 10TES: A LEi111L DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 200 100 0 200 ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, HAD-83, THE NORTH CENTRAL ZONE 4202. ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE IN FEET &q i t f Fort Worth 10000THROCKMORTONSTREET - FORT WORTH, TEXAS 76102 VTTTA1%7iE l%! EBASIN CROWLEY RELIEF INTERCEPTOR M 325 rtKM8NtNI iANIIAKT StWhil tAtitiVltNl I I ISMITif OWNER: GERALD J. BAUER TRUSTEE OF THE GERALD J. BAUER TRUST ;- r~y~ il SURVEY SAMUEL T. WELLS SURVEY ABSTRACT No. 1Ti84 ��5494 Y s ACQUISITION AREA: 1,510 SQUARE FEET OR 0.042 ACRES 1 N WHOLE PROPERTY ACREAGE: 380.083 ACRES (BY DEED) _.._,_.._...._lk PROFESSIONAL LAND m IsURRUNUUNA & ASS'UI:lAlhN. INO. • lhL4 ,IAUK NEWELS BOULEVARD SO1-DR FURY WOR-PA- TY_ 7H11R • R17-49R-1A9A rAV R17—AAA-17AA "-01 Page 1 of 9 D218177594 8/101201812:49PNPG 9 Pee:$48.00 Submitter. XEROX COMM15MCIAL SOLUTIONS Electronically Recorder! by Tarrant County Clerk in Official Public Records Mary Louise Garcia VILLAGE CREEK BASIN CROWLEY RIELIEF INTERCEPTOR M-326 PARCEL No. 8 PE2 CITY PROJECT No. 100276 SAMUEL T. WELLS SURVEY, ABSTkACT No. 1084 CITY OF CROWLEY, TARRANT COUNTY, TEXAS STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY aF ,PC?RT WC)RT I PERMOtIENT &WER FACILITY EASEMENT Notice of confidentiality rights: If you are a natural person, you may remove or strike any or all of the following information from any Instrument that transfers an Interest in real property before It Is filed for record In the public records- your Social Security number or your ddvees license number. DATE: GRANTOR: MELINDA M. SAUER AND GREGORY L. SAFER, EACH AS A CO -TRUSTEE OF THE GERALD J. BAUER TRUST DATED NOVEMBER 28, 2012 GRANTOR'S MAILING ADDRESS (including County): 9340 HIGHWAY 10 N.W. RAMSEY, ANOKA COUNTY, Mid 55303 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County). 200 TEXAS ST. FORT WORT", TARMWT COUNTY, TX 70102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: Being a permanent sanitary sewer easement situated In the Samuel T. Wells Survey, Abstract No. 1684, City of Crowley, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a remainder of a 380.083 acre tract of land (by deed) deeded to Gerald J. Sauer, Trustee of the Gerald J. Bauer Trust dated November 28, 2012, as recorded in County Clerk's File No. D213012988 of the Deed Records of Tarrant County, Texas, as corrected by a correction warranty deed recorded in County Clerk's File No. D215290951 of the Dared Records of Tarrant County, TeXbs, said permanent sanitary sewer easement being more particularly described In exhibits "Wand "B" (the "Easement Property"). VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 8 PE2 CITY PROJECT No. 100276 SAMUEL T. WELLS SURVEY, ABSTRACT No. 1684 CITY OF CROWLEY, TARRANT COUNTY, TEXAS STATE OF TEXAS § § KNOW ALL. MEN BY THESE PRESENTS COUNTY OF TARRANT § CITYQF FORT WORTH PERMANENT SEWER FACILITY ITY EASEMENT Notice of confidentiality rights: If you are a natural person, you may removo or strike any or all of the following information from any instrument that transfers an interest in real property before It Is filed for record in the public records: your Social Security number or your driver's license number. DATE: GRANTOR: MELINDA M. BAUER AND GREGORY L. SAUER, .EACH AS A CO -TRUSTEE OF THE GERALD J. BAUER TRUST DATED NOVEMBER28, 2012 GRANTORS FAILING ADDRESS (Including County): 9340 HIGHWAY 10 N.W. RAMSEY, ANOKA COUN1W, Il 14 55303 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT 'FORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: Being a permanent sanitary sewer easement situated in the Samuel T. Wells Survey, Abstract No. 1684, City of Crowley, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a remainder of a 380,083 acre tract of land (by deed) deeded to Gerald J. Bauer, Trustee of the Gerald J. Bauer Trust dated November 28, 2012, as recorded in County Clerk's File No. D2130129BB of the Deed Records of Tarrant County, Texas, as corrected by a correction warranty deed recorded in County Clerk's File No. D215290951 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described in exhibits "A" and "S" (the "Easement Property"). EXCEPTIONS TO WARRANTY: All matters of record affecting all or any part of the Easement Property recorded in the Official Public Records of Real Property of Tarrant County, Texas. GRANT OF EASEMENT: Grantor, for the consideration paid to Grantor and other good and valuable consideration, and subject to the terms and conditions herein and the Exceptions to Warranty, 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" together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility (the u �� Easement Purpose"). 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 the Easement Property. Grantor, its successors and assigns, may fully use and enjoy the Easement Property, except that in no event shall Grantor (1) use the Easement 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, its successors and assigns, shall be permitted to do the following within the Easement Property: (a) construct, install, dedicate, and maintain a concrete, asphalt or gravel driveway, road or parking lot, trail signs and park monumentation and other similar improvements relating to the master -planned community to be developed on the Easement Property and adjacent property, but only so long as such improvements will not materially conflict with or interfere with the Easement Purpose or significantly disturb the -existing surface grades within the Easement Propertand (b) install and maintain other utility lines (including, but not limited to, water, other sewer, electric and telecommunications) running perpendicular to the Easement Property, provided that there must be at least two (2) feet of vertical space between the sewer line Facility and the additional utility line in each instance, and provided further that Grantor and Grantee shall enter into an encroachment agree ment on Grantee's standard form in each instance. Upon completion of the Facilities, Grantee shall remove all equipment, fencing, and other materials brought to, or deposited in, the Easement Property by Grantee or Grantee's or Grantee's Agents (hereafter defined), remove all trash and debris from the Easement Property, restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder including grading, restoring vegetation and restoring fencing, to substantially the condition it was in immediately prior to the date hereof. 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. 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, except as to the Exceptions to Warranty, to the extent that such claim arises by, through, or under Grantor but not otherwise. Grantee, at its sole cost and expense, shall be responsible for the construction of the Facility in accordance with plans and specifications approved by Grantor. The Facility must include appropriate means for mitigating odors from venting, and must not include electric vents. Further, Grantee shall, at Grantee's sole expense, adjust manholes for the Facility as may be needed for Grantor's improvements in the Easement Property permitted herein. INSURANCE: With respect to all work regarding the construction, repair and maintenance of the Facility, Grantee will require its contractors and subcontractors to carry insurance at sufficient levels or as otherwise required under Texas law. This easement shall not be modified or amended except by an instrument duly executed by Grantor and Grantee and recorded in the Official Records of Real Property of Tarrant County, Texas. This easement may executed in one or more separate counterparts, all of which, when taken together, shall constitute one and the same instrument, binding on the parties hereto. When the context requires, singular nouns and pronouns include the plural. [Signature Pages Follow] EXECUTE© this day of GRANTOR: 2018. MELINDA M. BAUER, CO TRUSTEE OF THE GERALD J. BAUER TRUST DATED NOVEMBER 28, 2012 By: WW 0A L A - &WJA) Me nda M. Bauer, Co -Trustee GREGORY L. BAUER, CO -TRUSTEE OF THE GERALD J. BAUER TRUST DATED NOVEMBER 28, 2012 GRANTEE: Ci F,1 Worth By (Signature}' l (Print Name) Steve Cooke, Property b"jjpmeut Director APPROVED AS TO FOR ND LECA Y By (Signature): (Print Name) , Title JaWca Sangwang, AssIdat QyAftcmoy (Acknowledgements appear an the fallowing page) ACKNOWLEDGMENT TFirnSTATE OF § COUNTY OF l/ o r 4 § BEFORE E, the undersigned authority, a Notary Public in and for the State of /7)/it;P 2:,5V � , on this day personally appeared Melinda M. Bauer and Gregory L. Bauer, each in their capacity as a Cc -Trustee of the Gerald J. Bauer Trust Dated November 26, 2012, known to me to be the same persons whose names are subscribed to the foregoing Instrument, and that each person executed the same for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day Of L , 20) 9 JUDITH A, BILLMARK / tary Public ROTARY PUBLIC. MNN9=,A (n and for the State My commission Expires 11 January 31, 2020 m K ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BEFORE_ ME, the undersigned authority, a Notary Public in an f the State of Texas, on this day personally appeared �� Cdo� �he City of Fort Worth, known to me to be the same person whose name is subscri ed 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 SEAT- OF OFFICE this 10 fk day of rQ� r rue 1E0 5UMNE" k � �JOt�r� Pijb11�m1A (I Texaa YVaf V It] 9128204929 � nmiselon .1!! A !Q, 2b2.2 Notary Public in and for the State of Texas VILLAGE CREED BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 8 PE2 CITY PROJECT No.100276 SAMUEL T. WELLS SURVEY, ABSTRACT No.1684 CITY OF CROWLEY, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer easement situated in the Samuel T. Wells Survey, Abstract No. 1684, City of Crowley, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a remainder of a 380.083 acre tract of land (by deed) deeded to Gerald J. Bauer, Trustee of the Gerald J. Bauer Trust as recorded in County Clerk's File No. D215290951 and being further described in Volume 14233, Page 225 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described by metes and bounds as follows: BEGINNING at a point for corner in the west line of said 380.083 acre tract of land, said point being in the east line of a 154.79 acre tract of land (by deed) deeded to Guion Gregg III as recorded in County Cleric's File No. D214161360 of said Deed Records of Tarrant County, Texas, from which a 1/2 iron rod found for an angle point in the west line of said 380.083 acre tract of land bears North 00 degrees 39 minutes 08 seconds West, a distance of 1307.24 feet, said 1/2 inch iron rod also being the northeast corner of a 10.526 acre tract of land (by deed) deeded to Gncor Electric Delivery Company, LLC as recorded in County Clerk's File No. D209327919 and being further described in. Volume 3540, Page 527 of said Deed Records of Tarrant County, Texas; THENCE South 89 degrees 55 minutes 36 seconds East, a distance of 83.88 feet to a point for comer; THENCE South 80 degrees 31 minutes 15 seconds East, a distance of 470.44 feet to a point for corner; THENCE South 55 degrees 41 minutes 54 seconds East, a distance of 1254.16 feet to a point for corner; THENCE North 59 degrees 36 minutes 53 seconds East, a distance of 534.26 feet to a point for corner; THENCE South 44 degrees 38 minutes 16 seconds East, a distance of 296.72 feet to a point for corner in the northwesterly line of an 11.226 acre tract of land (by deed) (N. Beverly Street) deeded to the City of Crowley as recorded in Volume 15135, Page 291 of said Deed Records of Tarrant County, Texas, said point also being the beginning of a non - tangent curve to the right having a radius of 595.00 feet, a central angle of 02 degrees 53 minutes 21 seconds, and whose chord bears South 45 degrees 31 minutes 58 seconds West, a distance of 3 0. 00 feet; Exhibit A Page 1 of 2 THENCE with said non -tangent cuive to the right and with the northwesterly line of said 11.226 acre tract of land, an are length of 30.00 feet to a point for coiner; THENCE North 44 degrees 3 8 minutes 16 seconds West, a distance of 263.30 feet to a point for coaxer; THENCE South 59 degrees 36 minutes 53 seconds West, a distance of 529.93 feet to a point for comer; THENCE North 55 degrees 41 minutes 54 seconds West, a distance of 1266.55 feet to a point for corner; THENCE North 80 degrees 31 minutes 15 seconds West, a distance of 461.37 feet to a point for corner; THENCE North 89 degrees 55 minutes 36 seconds West, a distance of 81.04 feet to a point for corner in the west line of said 380.083 acre tract of land, said point being in the east line of said 154.79 acre tract of laud, from which a 112 inch iron rod found for the southwest corner of said 380.083 acre tract of land bears South 00 degrees 39 minutes 08 seconds East, a distance of 1149.44 feet, said 112 inch, iron rod being an angle point in the east line of said 154.79 acre tract of land, said 112 inch iron rod also being the northwest coiner of a 93.865 acre tract of land. (by deed) deeded to Bauer Fanns & Land, L.L.C. as recorded in County Cleric's File No. D210311.504 of said Deed Records of Tarrant County, Texas; THENCE North 00 degrees 39 minutes 08 seconds West, with the west line of said 380.083 acre tract of land and with the east line of said 154.79 acre tract of land, a distance of 30.00 feet to the lE!'Gl[NT OF B EGCNMNG and containing 78,479 square feet or 1.802 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: May 23, 2017 Curtis Smith Registered. Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 EXHIBIT 12B !7 !' PARCEL No. 8 P.R2 I ' FND 1 /2"IR JS0.083 ACRESR(BYF DEED) ,` [ • �A�� J GERALDGALD J. f3AUER TRUST THE ���V� �� 1�d r`-_ C.C.F. No. 021529D951 VOLUME 14233, PACE 225-`M_- O.RT.CT. __-- _---_ -. -- QACQUISMON i 40' EASEMENT MOREMAINDER OF i I I RIGHT-OF-WAY AGREEMENT 380.083 ACRES (BY DEED) LOCATION C.Cl. No. 0208016824 GERALD J. DAUER, TRUSTEE OF THE D,R.fC.T. GERALD J. 13AUER TRUST SUBJECT TRACT & oSN j I G.C.F. No. D215290951 LOCATION OF ACQUISITION i q o I i VOLUME 14233, PAGE 225 �I F' o - 1 I I�/a D.R.T.C.T. z (A Us - 11.226 ACRES (BY DEED) ; I iG�F TjQ� CITY OF CROWLEY VOLUME D RiTC.T. PAGE 291 to/Q N. BEVERLY STREET (A VARIABLE 1MDM RIGHT-OF-WAY) P. O.B. L --___---_-- -- I L-10 L I I ~~~� ` PERMANENT DRAINAGE 154.79 ACRES (BY DEED) t t ,�� �' ( UTILITY AND SLOPE EASEMENT f� GUION GREGG Elf I �� 1 �. tih VOLUME 15135, PAGE 294 - C.C.F No. 0214-161360 1 15' SANITARY\"3 SEWER EASEMENT _ j ` I ( VOLUME 7222, PAGE 1653 ^� n I I D.R.T.C.T ` ` .. 1 PERMANENT SAiITARY '• ��C-1 3D' RIGHT-OF-WAY �~.u�� AGREEMENT � SHIVER EASEMENT AREA C.C.F. No. D207001166 l 78,479 S%1. CR PERMANENT DRAINAGE / D.R.T.C.T. UTILIIY AND SLOPE FASEMENT .1.802 ACRES VOLUME 15135, PACE 294 I D.RTC.T. FNO 1/2"IR ,f' 93.865 ACRES (BY DEED) BAUER FARMS & LAND L.L.C. C.C.F, No. 13210311504 D.RT.C.T. N07ES: - 250 500 0 500 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TALLHD STTIOM AND COORDINATE SYSHM, NAD-83, THE NORTH CENTRAL ZONE 4202, SCALE IN FEET SHOWN ARE SURFACE. 1000 THROCKMORION STREET • FORT WORTH. TEXAS 76102 VILLA LGrE CREEK BASIN OF CROWLEY RELIEF INTERCEPTOR M 325 PARCEL NO. 8 PE2 CITY PROJ. NO. 100278 r ``�a �� p ........w.,......, � PERMANENT SANITARY SEWER EASEMENT CU TI5 SM. OWNER: GERALD J. BAUER, TRUSTEE OF THE GERALD J. DAUER TRUST " " SURVEY: SAMUEL T. WELLS SURVEY, ABSTRACT NO. 1684 ' ; p4 5494 �P� LOCATION: CITY OF CROWLEY, TARRANT COUNTY, TEXAS ACQUISITION AREA: 78,479 SQUARE FEET OR 1.802 ACHES WHOLE PROPERTY ACREAGE: 380.083 ACRES (BY DEED) CURTIS SMITH JOB No. TN&P1701.01 DRAWN BY: JCE ICAD FILE: 08-PE2.DW0 REGISTERED PROFESSIONAL LAND SURVEYOR DATE:. MAY 23, 2017 EXHIBIT B PAGE 1 DE 2 _1 SCALE 1" - 5D0' NO, 5494 ZER FlRM No. 10105900 - nnoanhinnmh b eC@nmATF14. INC_ . 7524 JACK NEWELL. BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX- 817-496--1768 EXHIBIT 39B $1 PARCEL .No. 8 PE2 - ---., _._._._..,_.._....... HIJRVE TAIBLFF - - CURVE RADIUS DELTA Aj�G E C 04FT SEA NG f C�iOI�D LENGTH I ARC LENGTH i C-1 I595.00 ( 02*53'21" S 45'31'SB W 1 WOO I 30.00' I LINE TABLE I LINE BEARING DISTANCE I L --'I S B9' 55' 36"E 83.88' L--2 S BIT 31'15"E 470.44' L-3 S 55'41'54"E 1254.16' L--4 N 59.36'53"E 534.26' 1 L-5 S 44"38'16"E 286.72: L-6 N 16�'jN 263.30' y44'38' �?V�Wyy 529.93 I L-8 N 5 "411 1266 55' L-9 N B0.31'15"W 461.37' L--• 10 N 89'55'36"W 81.0.4' Lc_11 N 00"39'08"W 30.00' NOTES 1. A LEGAL DESCRIPTION OF EVEN PATE ACCOMPANIES THIS PLAT 2. ALL 13EARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAO-83, THE NORTH CENTRAL TONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. owo t v o f Fo rt 1000 THROCKMORTON 5TREET • FORT WORTH, TEXAS 76102 VILLAGE CREEK BA SIN - CRUflrLEY RELIEF INTERCEPTOR M-325 ,,�W�lare�a+y� PARCEL NO. 8 PE2 CITY PROD. NO. 100276 �? U PERMANENT SANITARY SEWER EASEMENT ".„ .............w.,............., .. - CU TI5 SMkTI OWNER: GERALD J. BAUER. TRUSTEE OF THE GERALD J. BAUER TRUST r, 6494 r4 SURVEY: SAMUEL T. WELLS SURVEY, ABSTRACT No. 1684 �aF LOCATION: CITY OF CROWLEY, TARRANT COUNTY, TEXAS .fl ACQUISITION AREA: 78,479 SQUARE FEES' OR 1.802 ACRES . WHOLE PROPERTY ACREAGE_ 380.083 ACRES (BY DEED) CURTIS SMITH '0" Na. JTIdtP1703.D1 DRAWN 6Y: JCE CAD FILE. 08_PPE2.0WA REGISII:REO PROFESSIONAL LAND DATE MAY Ar 2017 EXHII3 13 PAGE 2 OF 2 SCALE -WA - - NO. 5494 TOMS FIRM No. GORRONDONA & ASSOCIATES, N. • 7524 JACK NEWELL BOULEVARD OWH FA I�iAR7H. TX. 78118 817-498-1424 FAX 8i7-496- Page 1 of 9 D218156807 711712018 2:58 PHI PGS 9 Fee: $48.00 . 5ubmitter: XEROX COMMERCIAL SOLUTIONS ` Electronically Recorded by Tarrant County Clerk in Official Public Records L� 56�, +.v Mary Louise Garcia VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 9 PE PT 1 CITY PROJECT No. 100276 MOSES 1ii ALTERS SURVEY, AESTRACT No.1598 CITY OF CROWLEYY, TARRANT COUNTY, TEXAS STATE OF TEXAS § § KNOW ALL LIEN BY TINS- PRESENTS COUNTY OF TARRANT § 1 CITY OF FORT WO T PERMANENT SEWER FACILITY EASEMENT DATE, GRANTOR: GUION CREGG ill 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 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 Crowley, Tarrant County, Texas, said permanent .sanitary sewer easement being a portion of the remainder a 154.79 acre tract of land (by deed) deeded to Gulon Gregg III as recorded in County Cleric'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 "B". PERMANENT SEWER FACILITY EASEMENT Rev. 712118 l=o � W0w. VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 9 PE PT 1 CITY PROJECT No. 100276 MOSES WALTERS SURVEY, ABSTRACT No. 1598 CITY OF CROWLEY, TARRANT COUNTY, TEXAS STATE OF TEXAS COUNTY OF TARRANT .y DATE; a `� J § KNOW ALL MEN BY THESE PRESENTS �� 1 X CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT GRANTOR: GUION GREGG III GRANTOR'S MAILING ADDRESS (including County): 3838 OAK DAWN AVENUE, SUITE 1416 DALLAS, DALLAS COUNTY, TX 75219 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 Crowley, Tarrant County, 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. D214161360 of 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 Rev. 71211 S Foes p- 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 "X 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 (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 wails 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 Kiev. 712118 FoRrWoRr . GRANTOR: Guion Gregg III GRANTEE: City of Fort Worth By (Signature): r� (Print Name � 3• Title�� APPROVED AS TO M AND LEGALITzavy (Signature) Y� � J 1� Sangsvanq islan# ckyy _ (Print Name) Title ACKNOWLI EDGE*Enj PAM B HALL STATE OF TEXASNotary ID4129389491 My CommissiGn Uplres Apr15,Z021 COUNTY 9F TAE:RAIVT § -� BEFORE ME, the undersigned authorfl - 1.a Notary Public in and for the State of Texas, on this day personally appeared %- i ._ _ ,known to me to be the same person whose name is s bscribed to the foinstrument, and acknowledged to me that the same was the act of j 1 ,-s-n t-A, r ex 'i and that he/she executed the same as the act of said 0_ for the purposes and consideration therein expressed an1din the ty therein stated. GIVEN UNDER MY HAND AND SEAT_ OF OFFICE this 6 4-k day of 20 f PERMANENT SEWER FACILITY EASEMENT Rev. 712118 FOB, Notary Public in and for the State of Texas ACKNOWLEDGEM-T STATE OF TEXAS § ; COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Nota Public in and for t e State of Texas, on his day personally appeared , of the City of Fort Worth, known to me to be tHe same person whose name is ubscrib 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 G'H,— day of i 20d. • • "' _' *oarylgubllc in and for the Stater Texas MARIAS.SANCHEZ ;� :•= My Notary ID # 2256490 Qr+�' Expires December 19, 2021 PERMANENT SEWER FACILITY EASEMENT Rev. 7018 I+I w- VILLAGE CREED BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 9 PE PT 1 CITY PROJECT No.100276 MOSES WALTERS SURVEY, ABSTRACT No. 1.599 CITY OF CROWLEY, TA.RRANT COUNTY, TEXAS 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; 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 &cre 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 east line of said 17.233 acre tract of land, a distance of 134.39 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer casement, 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; 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; Exhibit A Page I of 3 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 corner: 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 corner; 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 line 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 West, 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 r corner; THENCE North 45 degrees 22 minutes 56 seconds West, a distance of 674.87 feet to a point for corner; Exhibit A Page 2 of 3 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 coiner; THENCE North 39 degrees 10 minutes 34 seconds West, a distance of 116.16 feet to a point for corner; 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 apoint for corner; 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 68 minutes 29 seconds West, with the west line of said 154.79 acre tract of land and with the east line of said 49.706 acre tract of land, a distance of 25.08 feet -to the POINT OF BEGINNING and containing 8 3,15 9 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- _T7,ne 11, 2018 Curtis Smith Registered Professional Land Surveyor �.:,: �• No. 5494 Texas Firm No. 10106900 /C1WV (i CURTiS S, S..l! R Exhibit A Page 3 of 3 L P.D.C. FND 1/2"IR W/CAP AMPED "MOAK SURV 1NC" EXHIBIT 99B 99 PARCEL No. 9 PR PT 1 Lt. � S 85'29'33 E'. 988.65' 1/2" iRON ROD W/CAP � STAMPED "RPLS 5544" i L-5 10.526 ACRES (BY DEED) L'-"26 J L!� CNCOR ELECTRIC DELIVERY COMPANY, LLC L--25 L 7 C.C.F. No. 020932791s L-24� VOLUME 3540, PAGE 527 o n w I ��� D.R.T.C.T. cv a I L923• N Li I'I10± �1 � a ua do 4i� lly aLu �s C3 n u Py 20' PIPELINE EASEMENT No. D2051151134 rc 8 I D.R.T.C.T. 1 _1/2-IRON ROD W/CAP STAMPED "RPLS 5544" * 1/2" IRON ROD W/CAP rSTAMPEO "RPLS 5544" PERMANENT SANITARY i SEWER BASEMENT AREA Ij Ja 83,159 SQ. Fr. OR I� 1.909 ACRES �F _ O{ ocacao 1 �C; i MOSES WALTERS SURVEY � � I ABSTRACT No. 1598 r' 90 Zj 1m�' i 1/2" IRON ROD W/CAP STAMPED "RPLS 5544" . I A i I� REMAINDER OF A 154.79 ACRES (BY DEED) �5 1 GUION GREGG III oI'w i C.C.F. No. D214161360 I D.R.T.C.T. I NOTES' 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. SEE DETAIL "A" I 16 SEWER EASEMENT VOLUME 7271. PAGE 556� D.R.T.C.T, VS 35'55'09"W 335.49 72.700 ACRES (BY DEED) JUSTLAND DEVELO IAENT, LLC C.C.F. No. 0218095428 D.R.T.C.T. -r 11 u 7 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. U fdg G dlgF zd 00 vii [3 500 250 0 500 I Ammmi SCALE IN FEET l t of Fort Worth 1000 THROCKMOMON STREET • FORT WORTH, TEXAS 78102 VILLA GrE CREEK BASIN CROWLEY RELIEF INTERCEPTOR' M--325 PARCEL No. 9 PE PT 1 I CITY PROD. No. 100276 PERMANENT SANITARY SEWER EASEMENT { _OWNER: GUION GREGG IA SURVEY: MOSES WALTERS SURVEY ABSTRACT No. 1598 _LOCATION: CITY of CROWLEY, TARhANT COUNTY, TEXAS ACQUISITION AREA: 83,159 SQUARE FEET OR 1.909 ACRES WHOLE PROPERTY ACREAGE. 80.95 ACRES (CALC) JOB No. TN&P1701. 1 I DRAWN BY. SHS CAD FILE: 09-PE-OLDWG3 DATE. JUNE 11 2019 IV B P 1 OF 2 SCALE: 1" - 6OW GORRONDOAA & ASSOCIATES, Rd -124 JACK NEWELL BOULEVARD SOUTH FORT iNpRTH, TX. 781113 CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEY No.91754§I-1424 FAX 8�7.-i78®8G FX T TB TT„B ya PARVEL .No, 9 PE PT i DIST4.3�E I L S 00'089E I L-2 S 8529'35"E 509.43' I L-3 S 75'50' 14'E 152.27' L--4 S 56'29'46"E 116.11' I L--5 S 3910'34"E 121.60' 1 L--•6 S 31'43'31"E 175.17' 1 L-7 S 47'11*11T 104.09' 1 L-8 S 35'10'55"E 280.13' L--9 N 58'09'46"E 115,88' L-10 S 45'22'96"E 696.44' �L--11 N 5225'51"E 64.42' L-12 S 89'55'36"E 6.95' L-13 S 35'55'09' 90.62' L-14 S 5725'51 330.19' L--15 S 12'05'11 "E 129.71' L--16 S 35'55'09' 40.37' L-17 N IZ05'11' 175.65' L-18 N 52-25'517 334.71- L-19 N 45'22'56"W 674.87' L-20 S 58'09'46"W 104.34' 1L-21 N 35'10'55"W 301,09' L-22 N 4711'11"W 104.85: L-23 N 31'43'31 "W 176.94 IL-24 N 391O'34"W 116.16' jL-25 N 56'29'46"W 108.05' L--26 N 75'50'14-W 145.90' IL---27 N 85'29'35"W 505.29'.- IL-28 N 00'08'29"W 25.08' 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. Wotrr - - 1/2" IRON ROD W/CAP STAMPED "RPLS 5544" L-12 N 35'55'09"E DETAIL "A" NOT TO SCALE J%'.'_".ity of F frWorth 1000 THROCKMO11TON STREET • FORT WORTH, TEXAS 70102 VILLA GE CR.ETPEW BASIN QF CROWLEY RELIEF INTERCEPTOR' M-325 �A, STCR•,,.-f- PARCEL No. 9 PE PT 1 CITY PROJ. No. 100276 C,)l �� yul ..... PERMANENT SANITARY SEWER EASEMENT -- I .............."""»» » "»" CURTI Srv1iTM OWNER: GUION GREGG HI _SURVEY: MOSES WALTERS SURVEY ABSTRACT No. 1598 _ -- � :tipp�5494» LOCATION: CITY OF CROWLEY, TAAANT COUNTY, TEXAS 1 ACQUISITION AREA: 83,159 SQUARE FEET OR 1.909 ACRES WHOLE PROPERTY ACREAGE- 80.95 ACRES (CALC) JOB No' TN&P1701.01 IDRAWN BY: SHS CAD FILE: O9_PE•..01.DWG CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JUNE 11, 2018 1 EXHIBIT B PAGE 2 OF 2 SCALE {J[[A NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES. IN . • 7524 JACK NEWELL BOULEVARD I RdLrrH ,bRT WORTH, TX. 70118 817-498-1424 FAX 817-498-1768 Page 1 of 7 D218156825 7/1712018 3:02 PM PGS 7 Fee: $40.00 . 5ubmitter: XEROX COMMERCIAL. SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records �pQua c.1.Y, Mary Louise Garcia VILLAGE CREEK BASIN CiROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 9 PE PT 2 CITY PROJECT No. 100276 MOSES WALTERS SURVEY, ABSTRACT No.1598 CITY OF CROWLEY, TARRANT COUNTY, TEXAS STATE OF TEXAS § - § KNOW ALL MEN BY THESE PRiESENTS COUNTY OF TARRANT § CI OF FORT WORTH PERMANE€V 7 EWEN FACILITY EASEMENT DATE:u I � GRANTOR: GUION GREGO III GRANTOR'S MAILING ADDRESS (including County): 3838 OAK LAWN AVENUE, SUITE 1416 DALLAS, 6ALLAS COUNTY, TX 75219 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADCRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 75102 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 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 Gulon 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 "B". PERMANENT SEWER FACILITY EASEMENT Rev. 712118 D WpT. VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 9 PE PT 2 CITY PROJECT No. 100276 MOSES WALTERS SURVEY, ABSTRACT No. 1598 CITY OF CROWLEY, TARRANT COUNTY, TEXAS STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATE: 1 GRANTOR: GUIBN GREGG III GRANTOR'S MAILING ADDRESS (including County): 3838 OAK LAWN AVENUE, SUITE 1416 DAl<LAS, DALLAS COUNTY, TX 75219 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 Waiters 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 in exhibits "A" and "B". PERMANENT SEWER FACILITY EASEMENT Rev. V2H8 Foq WORD. 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 small 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. 71211 B F'Ox�T�. GRANTOR: Guion Gregg III .� �✓�-yam GRANTEE: City of Fort Worth S(Signature):�. Y (Print NameiS;%v--C- ,• *,Title e APPROVED AS T ORM AND LEGALITY (Signature) J t� Song ang, A Est nt city By (Print Name Title _ ACKNOWLEDGEMENT _ _ _ _ PAM B HALL STATE OF TEXAS S Notary ID 0129389491 -' My Commission fxplros COUNTY OF TARRANT § Apr 15, 2021 BEFORE ME, the undersigr�d authority,o• Notary Public in and for the State of Texas, on this day personally appeared [� t t�.r+ [�I'P 4 t.. known to me to be the same person whose name is subsFfibed to the f egoi Instrument, and acknowledged to me that the same was the act of __ _C��Fr1 F�[..__ and that he/she executed the same as the act of said C for the purposes ca and consideration therein expressed and in the p itr�thereln stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE'this . � day of i 20L?. PERMANENT SEWER FACILITY EASEMENT Rev. 7l2N S ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Note Public linjindpr the State of Texas, on Phi,, d y personally appeared �t1, - F ��rd. of the City of Fort Worth, known to me to bb the same person whose name is subscrib 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 w- day of 20B . SANGt1E� � }*e< MAIAS'4 2256494 otary Publib in and for the Stat of Texas ID et ti9, 2421 �z.�? >~x4l�es Dece PERMANENT SEWER FACILITY EASEMENT Rev. 712118 VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 9 PE PT 2 CITY PROJECT No.100276 MOSES WALTERS SURVEY, ABSTRACT No.1598 CITY OF CROWLEY, TARRANT COUNTY, TEXAS 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: COMMENCING at a 1/2 inch iron rod with cap stamped "RPLS 5544" found in the south line of said 154.79 acre tract of land, said 1/2 inch iron rod with cap stamped "RPLS 5544" being the southwest corner of a 72.700 acre tract of land (by deed) deeded to dustland Development, LLC as recorded in County Clerk's bile No. D218095428 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "RPLS 5544" also being in the north line of a 73.625 acre tract of land (by deed) deeded to MYWC, LLC, as recorded in County Clerk's File No. D212320034 of said Deed Records of Tarrant County, Texas; THENCE North 26 degrees 36 minutes 14 seconds East, with the west line of said 72.700 acre tract of land, a distance of 148.87 feet to the POINT OF BEGINNING of -the -herein described permanent sanitary sewer easement; THENCE South 89 degrees 52 minutes 07 seconds West, a distance of 75 8. 10 feet to a point for corner; THENCE South 79 degrees 22 minutes 02 seconds West, a distance of 175.83 feet to a point for corner; THENCE South 59 degrees 22 minutes 18 seconds West, a distance of 104.36 feet to a point for corner in the west line of said 154.79 acre tract of land, said point being in the east line of a Right -of -Way Dedication as recorded in County Clerk's bile No. D216001842 of said Deed Records of Tarrant County, Texas; THENCE North 00 degrees 08 minutes 29 seconds West, with the west line of said 154.79 acre tract of land, a distance of 52122 feet to a point for corner in the cast line of Lot 1, B1ock 1, Rosemary Intermediate School Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet B, Slide 3403 of the Plat Records of Tarrant County, Texas, from which a 5/8 inch iron rod with cap stamped "TNP" found for the northeast corner of said Lot 1 bears North 00 degrees 08 minutes 29 seconds West, a distance of 616.72 feet, said 5/8 inch iron rod with cap stamped "TNP" being the southeast corner 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, said 5/8, inch iron rod with cap stamped "TNP" also being in the west line of said 154.79 acre tract of land; Exhibit A Page 1 of 2 THENCE North 59 degrees 22 minutes 18 seconds East, a distance of 41.93 feet to a point for corner; THENCE North 79 degrees 22 minutes 02 seconds East, a distance of 227.74 feet to a point for corner; THENCE North 89 degrees 52 minutes 07 seconds East, a distance of 775.97 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 26 degrees 36 minutes 14 seconds East, a distance of 567.53 feet; THENCE South 26 degrees 36 minutes 14 seconds West, with the west line of said 72.700 acre tract of land, a distance of 33.59 feet to the POINT OF BEGINNING and containing 32,356 square feet or 0.743 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 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 Of' CURTIS SMITH r e 5.494 N11 ,. ,S UR`, �u�R rT ))B �9 _ PARCEL N�. 9 PE PT 2 �.. REMAINDER OF A 1 ±� 154.79 ACRES (BY DEED) r 1 GUION GREGG !II .......:;::"::; i C.C.F. Na. D214181380 S L—g % V.V:�� �� I 1 ;F... D.R.T.C.T. 1 RIGHT—OF—WAY J III DEDICATION L�� I I i3LF C.C.F. No. 021600118 22 L2 I`lty£ AN DI�ANCED.R.T.c:IL-1 N 2'E 14 1.8 - pm IL-2 S 89'5-'07"W 758.10' I L-3 S 79 22'02" w 175.83' DETAIL "A" ' IL-4 5 5922'18"W 1'04.36' NOT TO SCALE a f L--5 00'089"W 2.22' op� I L-6 59'22'18"E 41.93' ccip�i L-7 NN 79'22'02" 227.74' k —8 N 89'52'07"E 775.97' 'j L-9 S 26'36'14'W 33.59' I I I 20' PIPELINE EASEMENT C.G.F. No. D208115D34 1 D.R.T.C.T. 72.700 ACRES F1Y GEED) DEVELO MENT, LLC 1 FND 5/6"1R W/CAP 1/2" IRON ROD W/GAY;� C.C.F. No. D218095428 1 STAMPED 'TNP" STAMPED "RPLS 5544D.R.T.C.T. �I 1 PERMANENT SANITARY SEWER EASEMENT AREA I 32,356 SQ. FT. OR 0.743 ACRES � SEE S � z ; DETAIL ��A��-7l�NQ5 M Ag5-jRA -2 P.O.R. r P. 0. C. 73.625 ACRES (BY DEED) �1/2" IRON ROD WTTH CAP MYWC, LLC C.C.F. No. D212320034 D.R.T.C.T STAMPED "RPLS 5544" D.R.T.C.T. NOTES: 1. A LEGAL DESCRIPTION DF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NO-83, THE NORTH CENTRAL, ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE, 50Rv 0 15cjs 500 250 0 500 SCALE IN FEET C0710 tyl-v of Fort- Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 VILLA GE C.RI EEC BA SIN CROWLEY RELIEF INTERCEPTOR M 325 PARCEL NO. 9 PE PT 2 I CITY PROJ. No. 106276 PERMANENT SANITARY SEWER EASEMENT OWNER: GUION GREGG III SURVEY: MOSES WALTERS SURVEY, ABSTRACT No. 1598 LOCATION: CITY OF CROWLEY, TARRANT COUNTY, TEXAS ACQUISITION AREA: 32,356 SQUARE FEET OR 0.743 ACRES_ WHOLE PROPERTY ACREAGE: 80 95 ACRES (CALL} JOB No. TN&P1701.01 nf7AWN BY. SHS CAD FILE: oo�Ero2.nWc CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR DATE. JUNE 11. 2018 EXHIBIT B PAGE 1 OF .1 SCAM; 1'° 0' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA k ASSOCIATES, WC. • 7524 JACK NEWELL BOULEVARD iOUTH FOTX. 7611E ii17-498-1424 FAx 817-498-17$S RT Page 1 of 7 D217259507 111812017 8:18 AM PGS 7 Fee: $40.00 Submiller: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records l�uw�5j�� .1., Mary Louise Garcia VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 10 PE CITY PROJECT No. 100276 MOSES WALTERS SURVEY, ABSTRACT Na. 1698 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS STATE OF TEXAS § § KNOW ALL i11•iEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT. DATE: 1 0 d r0 1-1 GRANTOR: BLOOMFIELD HOMES, L.P. GRANTOR'S MAILING ADDRESS (including County): 1060 E. STATE HWY 114, SUITE 240 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. PROP)(RTY: 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 11 and being deeded to Bloomfield Homes, L.P. as recorded In County Cleric's File No. D216123147 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described in Exhibits W' & "B": PERMANENT SEWER FACILITY EASEMENT Rev_ 01116/17 FOR_ TWORT�r�. 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 STATIC OF TEXAS § § KNOW ALL MEI`! BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH {PERMANENT SEWER FACILITY EASEMENT, DATE: 10 p n GRANTOR: BLOOMFIE:LD HOMES, L.P. GRANTOR'S MAILING ADDRESS (including County): 4050 E. STATE HWY 114, SUITE 210 SOUTHLAKE, TARRANT COUNTY, TX 76092-6255 GRANTEE: CITY OF TORT 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. 01118117 FORT WORT 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. Subchapter E of the Texas Property Code, as amended, the owner or the owner's heirs, successors, or assigns may be entitled before the 10th anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which 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. When the context requires, singular nouns and pronouns include the plural. PERMANENT SEWER FACILITY EASEMENT Rev.01/18/17 FARTWDRT . GRANTOR: Bloomfield Homes, L.P. By Bloomfield Properties, 1 , it's General Partner Donald J. Dykstra, President Bloomfield Properties, Ino, General Partner GRANTN�Iszteve Fort Worth By (Signatur e, PropertyTAI teagement Hirt ectap (Print Name) , THE STATE OF TEXAS § COUNTY OF TARRANT § APPROVED AS T RM AND LE-GALITY (Signature) (Print Narne) Jess Sa svang,, gtant CifyAiiotney ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared DxirO,DIA1r,c ,known to me to be the same person whose name is sul7scribe to the foregoing instrument, and acknowledged to me that the same was e a t of �> and that he/she executed the same as the act of said ��o,r--` s �� the purposes and consideration therein expressed and in the capacity therein Ated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this (, '4- day of t,µrG1NA WIGKMAN �Notary Public. State of Texas �N,,;Igti Comm. Expires 09-26-2019 - Notary Pu c in and for the State of Texas Notary 4D 124694606 PERMANENT SEWER FACILITY EASEMENT Rev. ai11Oil 7 FoqRr ACKNOWLEDGEMENT, STATE OF TEXAS § COUNTY Oki TARRANT § BEFORE ME, the undersigned authority, a Notary Public'n and for the Skh e oafTTeexas�on this day personally appeared of the City of Fort Worth, known to me to be tsame 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 20 ja, i Notary Public in and for the State of Texas a � U Lipp SUMNER Notary Publio STATE OF TEXASi�y Cif]ii M. Exp. May 1Q, 2QJ8 I� PERMANENT SEWER FACILITY EASEMENT Rev. ail181i7 FoRTWoRT . 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 EXHIBIT "A" 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 11 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 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 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, said T.E.S.C.O. monument also being in the west Iine 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 "'INP" 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 5/8 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 5/8 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; THENCE 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 THENCE North 72 degrees 00 minutes 25 seconds East, a distance of 104.53 feet to a point for corner; 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. 5. Date: June 16, 2017 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 crls � a+U� CURTIS SMITH �r ' 5494 SUR��� Exhibit A Page 2 of 2 K ET1 B."T 9 7B !f PARCEL No. f 0 PE 17.233 ACRES (BY DEED) ONCOR ELECTRIC DELIVERY COMPANY, LLC C.C.F. No. D209327919 VOLUME 3554, PAGE 622 D.R.T.C.T. PERMANENT SANITARY SEWER EASEMENT AREA 10' UTILITY EASEMENT 7,290 SQ. FT. OR C.C.F. No. D205232630 � .R.T.0� 0.167 ACRES _ ,T. 50' ACCESS AND -- UTILITY EASEMENT C.C.F. No. D205013877 D.R.T.C.T. , I I I I 85.29'35"E 221.21' 10.526 ACRES (BY DEED) ONCOR ELECTRIC DELIVERY COMPANY, LLC C.C.F. No. D209:327919 VOLUME 3540. PAGE 827 D.R.T.C.T. 1 s 1 L ONT I I 4--S OW08'29"E 81.06' P.O.B. �I S 00,08'2. I 25 An, N 85 29 35"W - - -1 - • v.l.1 1 65,33' S 72'00'25'''W I I I "^----_39.2a ___ 20' PIPELINE EASEMENT — - No. 0208115034 WALTERS SURVEY MC.C.F. ��: D.R.T.C.T. 154.79 ACRES (BY DEED) ABSTRACT No. 1598 I ` i GUION GREGG III C.C.F. No. D214161360 TRACT II j 710' UTILITY EASEMENT D.R.T.C.T. iI w i C.C.F. No. D205232630 48.706 ACRES (BY DEED) I I I i I O.R.T.C.T. BLOOMFIELD BIOMES, L.P. i I l o l C.C.F. No. D216123147 I j I o 1 D.R.T.C,T. I ,� I I � I LOCTIO i I I i — FN0 5/8"IR W/ CAP LOT 1, BLOCK of I (STAMPED "TNP" SUBJECT TRACT & ROSEMARY INTERMEDIATE I LOCATION OF EASEMENT SCHOOL ADDITION I CABINET B, SLIDE 3404 P.R.T.C.T. I I NOTES: 1000 0 100 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. `2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE ISYSTEM, NAD-93. THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHAR OWN E SURFACE. SCALE I N FEET � T I ty Gq F k-,,F rt r 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 TILLAGE C IREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 _ PARCEL No. 10 P£ I CITY PROJ. No. 100276 PERMANENT SANITARY SEWER EASEMENT OWNER: BLOOMFIELD HOMES, L.P. SURVEY: MOSES WALTERS SURVEY. ABSTRACT No. 1598 LOCATION: CITY OF .FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 7,290 SQUARE FEET OR 0.167 ACRES WHOLE PROPERTY ACREAGE, 48.706 ACRES (BY DEED) JOB No, TN&P1701.01 I DRAWN BY: RCS E CAD FILE: 10—PE.DWG DATE: JUNE 16. 2D17 EXHIBIT 0 PAGE 1 OF 1 SCALE: 1" — 100' CURTIS SMITH REGISTERED PROFESSIONAL LAND SURVEYOR Page I of 13 132*18022310 113112018 2:33 PM PG8 13 Fee: $64.00 submitter, XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records '_ lr4401&1,a-11�04L' Mary Louise Garcia F?o'ra9.H#1,— drabanx 345'KV Llnc 04506 (3%4&2-2j 20174290dW EASEMENT AN D- FUGNT OPWAY-- VIIIagp -Qrfqk- Basin Crowley Rel(effhtbrceptor M-325 City No. 1.002-76., F, arp,614''I I . �j 7r. .$TAT7'-0F Ti-XA$- I .9 KNOW ALL -MEN BY THESE PRESENTS -6,61 AiTY:0F IARI AUT That 09COR ELEOTRIG D-EUV8RY COMRAKY LL*, a belaware lWited IlWlfty c.ompany,.berolb.after-r.eferred to as Grantarildrand in opinsideratib.n.,of TEN-ANOV.0/1-0.0 DOLLARS '($ICFXq).,.arid -othi§fgd6dgrid valusfbiecoti.gidietatidtitd'it iffhand .paid b ft. herairtafter referred. to-,a8..Grg6t0e,..h*ds .9railted,sold and conveyed piftd by thase-presents does.h.er0y, 9. rant,sell. and convey uftto 9zfld'GMn10& a rfdn6j&;Ias1ve 0.142:adrd ft;9M66fl4fid t[ght.6fW#yf6r-thep1jrrP6se of .constroding, -racansfrud-ling, replacing, maintaining. and op-araffig o. gonitary--sewer.Kno beToinofte.r.refOrred.40 as Orontee's modervacTo.so.,and alon. g. the proverty d"arlb4d: On 'the 9tt9dhj6d rEXhibit "W',aild As --shown on. -the attached,EXhlblt "El", ZIE-E �XTACHe-O'EXH10frS There is a1s-o..grAnt4d ta Grantee, its --succeswFA or ].Rsmos, .1.l1Qn(aXqjU51ve tomporary:toristruction.easemetit.-dos:cr.jbed in EXh1b1V'1C"aftd `awshmn Oil--EXh1bjVD?' during temporary periods, as may beinecessary 1b " r1hv construdbon, *.malntenanc- e, and repair of '-taj Gra.. jft�$: Facility, use .0011 f into f a i h Gr ptoe's use Qf -.s . h n dot r with a property ofits bush a span i Gi%ntee.Shall . pirogerlymairtlain.sudit.,property during cm.mtruction- and -at thecom�l.Juafon of",$ -.11ch constraction remova,.alf construction debfig Ahd other- materials- ftth &Uch:ftropedy And restore ,Wbft.pfijp6*-td1he- s6riib concfitlon it was- in prior :to. the piommenuarn.enft.o. Granterp,'a cjorlskurfionlhareon -or In proxtrnity therefo. Addiftnal general construction described grid th3teic[, but n-ot'limitisd1o, M Exhibit"E",atWhed hi!�Nit6tihd by'f4ferer.1ce fffad6 of 0aft hemof. Ue of'-O'ragline5orother boom-fy.pe equ(pn1.on1irrrarvWct1aA with anyvorkfo:i a -pe.ifOrrood-on -.-FaDA( %prepwt. bythP.Grante%JtwiQmp ag.oni�s;i.ce.prpsentpiives..,Qr ._G wl y Wyees, coatmetum m- tfstcarnply with chapter 752: Texas Hsoiw and 8afmy-c- ada, the Nation -at Elefetr-mdi'Safety.,C;ode-an.dany-other,clealran,-aeroquirementa. Ncitw.iths-tart-dihg-any.thfrfa.-ta the y be, q , j.r eqvipme.ri Ith .11 -(15.feet QftheQnq r or -less- -power 11nos- iorwithin twerify (20)-fbef.of the..Oncor 34$,000--volt powor lines situated on :the aforesaid property, Grantee must notffy Fort W- brth'Tr~anamfS16n, r rtq-.tbp-vsO.uf-4nybpQm-type.-eqL;iprnentqn,$-r.5!otbr prop-eM except Ini-airs ernergoney. Grantor roserveg, the he fight,to refuse GriontmParmfg*n to. use b Am4y.pe.equipment, Page 2 of 13 -Gran'tar!&-facilities. Gra.nte.e:shail:.n..ot.pla.ce:,itsfaciii.tywfthin2S.-.foet cif any -pole or-tGwor-teg[. 'Grantee shop r6fi-abUfse Grdhfor fbNvi.y arid All cosits And -dx0ionses incarfed bVQrpjntqfor way refou"on araltemlitin ' 6fRg-fzj61!fle,5 located`'-prf or rlearths eosam- enfthatj3rantar, in i#s:saledisoretioc�, fetes Ines are-subl-Ootto interference-from-.the,,said.Grantews-Faciritytr ft`eXet*%--b-y- Grsihtt-& df any .6f Its r1q4t9 h-ereunder. Thle :easement Js granted upon the- cqnO(troms .chat Grarfteeris: Hadlilty. to -be :cbnstrtftted shall. be.mgJntaffl"edanal operated b.yGrantee,-.at-no..ijxpiiise:to Grantor arul Grantdr shall'notbe responsii.bl.6.1or aRy costs of -constructica, :reconstruction, operaftn, Malhtehi KdO 6r r.wnOvW bf Gedhtdd!s Facility. To -the extiRnt. permitted by law, Grantee agrees fQ defend, fncfe.mn1N- and tiold Geafitbr`, its 0 M-6r.9, gqahts and - employdog, harm bSS against any anal: all claim's, lawsu im, jud-geejents, i;,oqts-,:and expensesfor. personal injury.(lucliuding death)., property-d6mage-Or other harm fqr wh.f-c.h. Mcovery, 6fAtimages Is sought, -suffered by any per'son qr persons thattomay -arigg out of,.or be owasioned .,"by any:negfipnt a6t.ormusSion .of. Cronfeel: Its officers, -or i6hconaultants;. except that. the indemnity ptdvidtd- f6r 1n- thla paraqMph shall -hot apply to arty. liability retUlting1rafn thA. .9ole' nagilgen ca. of'Grantor, fts- afAwrs,..qg.pntqj argmployeeszrzeparafe cordwfors, alid-in.1be event. of jbint-And 1;Qnqurrent.negl1gen.Qo of both -GranW and Orantea, respo.n.91bilityand. Jndem6ity, If-arly-, sty4li.beaoporffaried,cornparativ.oJy In acoodanca With. the laws of the .S.tate -a.f-Texasi w.1tout; 'h:owoveT, waiving -ainy gover-a-m-entai lmrnwitv or other-dpaf6nsas -aVai]Abletip the parties Cjnd&T6xa.4.LbiW, The pro,41sibritof this -pdrqgtd#h-art-sbl6lYfor the bertefit-oflhe parties harsto-and riot lMended ta crea0s­prgrAnf any rightff, Ci2knfM-6tuAf ,or. otherwise -Jar any Mer perspin -or ep- tdil y... Grantee shall, -at its. own aq*t.And expense co mpfy- witholf.applic-aiAe laws, including Asti .ptjt nOtliffiftO tp e hqzgining otdipanceis, governmental rvje6.snd regulaticins.-enti-Oted orpt promulgated �y, any.-govw.timentaf'eiuthodty.,Aft4i Shall. promptly.xWc Oufo and -fulfill 911 -orders arm :requirements -imposed by such governmntal outhorifles- for thef correction`, pflaveritidn a'ftd abaterheht. -of.bUistibeet, M .tar Updh dit- cdAnOct&d-Wth'tdid 'pfeftse.4 becausp.'Df -Grantqd,'s, use the.reof. This easement'A'41bei to tffflarv-Eiof rgcom, is alficodnua on (Y so 16fig AS. G, fant,616 .s.h ' a' and. teftlt.usathis rig ht --of way. for-th e..gurp.ase herein describedand the -same shall hme'd Wely Ia inaR6606ft 6698ieeton df:suob u6b. Mie TO HAVE ANP TQ KOLD the above described easement and rights untor tb.o 'Grwitee, its suco6ssor-sartd ate1qn%.`fbr`the purposes 6fbresdid and updn the cdInditiM16 herein :stated untft the same %fiall bw-aban.dene.d for use'by the: Grantee. for.thepurpose. her stated, thon-. and thereupQrj rbafi be -nail and voidr and the. use ---of' said 11-afid and pYbM[Ses-.shziIl -0-8olutely reveft to Grantor henetn, Us taccogsors:,and pssig , d as., and no -act ar-ornisstan on the..parf--of them 5h-oll.be uon.strued-As a waiver aft fie Onfj9rceMenfqfsUcondition. h Ea-senjeniand-Nightof-Why- -Pale 2 of 43 Page 3 of 13 A -NO Grantor.does �heraoy blnd its.elfl- Ifa purcmeqrs -and carisilqns,lo- WARRANT it - AND FOREVER.-DEFEN.'UMliiridgi-qgd.lgr'thia Ab-OV --d6ttribo -d ia99elrii6ftt.-:Md fig ' hts firitd .the Grmntc�a-,Als suacessor.s., -and a-spigm, -Agpinst -ev ry, person whomsoever. I�wlullyv Maim- the gamer cr any pgparkftmof,: hyp th -vol-I under Qrqntor laulnot othaMt6. -5XK0UT80:aV-jDf-'th-l-S: .30 0-y-of -0-RANTO-R, ONOO.R CYRJ' DGUVERY GOMPANY'LL0 .S.Y. ....... .. ... Denh-ld -L. Pdttoll. :CITY. --OF Ft RTMORTH' xam; Title) Eoemenl!ancr Page 4 of 13 STATE -OF TeXAS. C'(DU NTY -0-F T-ARRANT 1, ,..the undersigned .8-utI40rity, ort this doy, persional I v a - the.n.4 -y-Offod-MVP -,.b-.:kOOWn a die ta. a tbffp*4 Am.- is subscribed -the f . orpgpl!ng inalrurront me feet. F efsite exe d .tie towe for- the. purposes and.oanaider.aftn1here.in expr"edj in1he-capaci W.herein-s.ta.ted and he/she Is ziathbrVed lb.-da,46. JVE.NDFR" MY 'QAN )-5EL:op-oFFiGe.�his_ A Y-0 VA. 0 Stato of Texas -STA -OFF it midlurth GOMM EFIT-0 li� --16;,20 is .-STATE.-OF TEXAS-* & W-UNTY'OF TARRANT ty -Ritkav as the Aft. m. er I:n-IFaot:6f'qncpr%.ETectrW 0aftetpComp#tly-l- W, kri-own to:Melu 15#,- the to-Me.foreqoing WitrUmOtand'ackiTowl . odged4d me that ha.'exac.ut6d the.. same, for thajpx. pc.-,-s -ano consi.deratfan'ther6tn,.expres5ed, In -the dd�pcffy thdreld Mated aid h.d is 0Uthdlri;bM:tb do ixi. GIVEN lU RIDER my HAWAND $F_AL:-0F OFFICE :Mt% (:n -day-of A, D% 2018' IfIRII& M-4NOV M. .4-Mml .'eSt6tL- df'T-e:kzis ft.."rv.pibff� awtWof rill V41" 19. W4413-7984. 7- ",., ..r7.,,r r base df-.'Why- -t .agaAcff"l'd Page 6 of 13 -CUT. kRQJMdT'No.IO9276: 'MONAW WALTON $ IMYOM AMM-.- W i;BM CITY O.M.-FORT WORTIf'-TARRAN-T. Coma. V� Tff�-m M sa ea eMg..Eli. 159t,, Qty of ftt WQdh, To a ,Qoufttyj T" -ptdpprmaMA OWAPY WWW-eageW�*Ivo E� not 0 laft'4 -(h &*A) :b*9 doodW. -to ondo 1�11�-Wfq _949fty p6W6A Of I y Qowivy; LU f!4..:rm or-W it. Cwmty Glerkjo-FlWy NO, D20913.279-1-�Offt'Pgqd *corda..of Taff tMt; TZA-9 add.b'- f-utffi&- detm&d 16 _VdI=b,N 4, PAZQ Q2,.:d.Said.'Dd6d -960judq qf T.W.-gat cmmty# Texas -;gfSI pe aMqf -sanitary -gqwor easexd't*K more -Whemorffierly VUODf ;4417-220 -me froot orjmd.;4d point being;.in the mutherly. lined a,51.566 aom -baut of faad (by doedy dedded-.'tbL'T'bW, E&P USA Q.oMt -,bxo.. ftqia -l9bWITO­u df Wd- pDOD.rJ f 2 % 04 .1i ihoh"oiltdd­'W�O.bj� ing- W i�W M-f be UUj# IW of- SaW 51466-4m try gjdpUibiOdt I-PIENVE 15014.4-5 degrees 10 mftfto: V"wQ444 9 04t- -with sick '! 7M3 E1OrO.tMOt,.pf.Imd &t=o of .519 fed, t& apq�fqf wmw,,.. "MOCIR Sovih. 04 ftmw'- -g pfmufos 4 svywds-Bast, wdiatoavo pf :206M Aof to- V, PQ*t *?r wibt �M_Dbiftt ----bl ft. of-'adid-17.213 Ado.. -Of 'd A bift -.aq,Ffjj idgh" -Way Um of MoOq#,&vQA1uq (A V?d4bj(,k-vAiffh-;dgh Wcaf, with the, savh4YJb* dsaU.17.23.1�. line ofsaid MaCartAJvpmuq,,a-di Wi ' 3 i lk IWIa.a- poini ft- oorm US Itph �4,onpd v.0 oop atgmpod 0. Oftom whibh,.a:S Dmmqy & AsswWW"bund dbr an anglermiukla the southerlyUm oEd_17,2-33 mom.41act-of IPA dbi5m'North 95 -degrem 34 miautes AR mron4st-Wt; -a A�o 4 '74.5- 96 -ftc&pig4-_5M -1#d11roif 04 wjI'h_Aqp-af.0 wm -&A 'beipg mped .y oftot24j Mpok-113. ofR4spoxary WMSAd�tlofi, im-244fift A 1.2 .y�M64.0, Qf thoTJaf-Rmp4;.-.9f TwaufPvAnfyi. Tens, Lasemagi.-end-kighkorway 7*'b!vA.r-Agvj ofl- Page S.(?fVI Page 6 of 13 THENCZ NoAh-.04durgm V muto 12--sewzds.' a distwice of 206.02.feet W the, PO W, Or Notes-, (1) A'pWbf.ften.s"y dW-hemw'I -m aloode .(2) All b,&Wngo. ud Ooordfivft.a are, retemitc-ed 'w the Tcrps- Coordinate Oymv�, 'Not' 4, di-�. UO NO' -am$- M C Zdh6 -4n2,. 13 ]Dgkv: AdYA2011- coft Re9f*rc#,p,*fpl=On4 L=d SIOIVOYM X;-�45.4 'T;mw F—in—Al a. 1`O'jr0O90a- Page 7 of 13 F-TH.M.-T T_ "OF9 4- 0,VWX ffi�l 1 .1 P19- I. "):I-; is' -WITW. l'I II, a�SEEWFAMM 40PMIKAND, Q;F_ Tl 3B92LuC- Is yetJ0. C-)r VOLJ24PE 24A .V'0��in,upwa _§ubitu Vicf ju bNo VaIR LOGATION bF' �&EMENr U 0W%il. eEtTft DEUVOY 09 WMA. . . vb W; AR FA '%-F 3114, PA OZZ - 42 ;v -T Zq M%._ KV TOWER sfAMP Rill 2w . :DUNP#6y.&. b 'MW(kTW '501 -W 'LTERS- SURVEY TRA T. 9* tOT -44 Wt --aS LOT 38: zoxHd. V-1 > �2' Tw XY_ . ju V? Tom vesondo OF EVEN SQ J.00 Z . .... ....... ... 4w Wu F 1' C) E WOrth &qp y 1&0' TA80AjdjWA4 31ROT MR VIL.L'A"VE REP, AA S-1 1.5 I -pF -CITY PROJI-:14b. 1002,16: A . 1 1 , - C.C,'E 0!xANRARY. SMER iRISEMENT . . . . . . RELIVERYO(WRAW, LLCL E Tq RAOT:Hb. 159B: SUR M=: L� Sla�l ;.�t�TY OF. FO U G00w..; TFT�.. A VFW -09:03 AG FEUMM -FlR0FES=t4At,:lMO SURVEYOf .,JU6 -7.1111 D IX, !117-49fflrni41 FAC.Mv :piiq6`-t6j-l3 a Page 8 of 13 VZLAOX CROX DANW, -CROYMU-01 IT INTRIACE, FTURM-M5 PARCEL-M. Il ACITY-PROJECT'No, HOW* . w XGSTRACTNCV� 1598 .T. WORTHyTARRATU-MUNTY, TEXAS .li BJT:KC?x Ong ,Vbitibii df d T1233--adb6tw Oil Cam* aigWsFjj�iWD2Q9327_919-qf the -Deed Rwords-of-TananI Coud ev scrib qw�ent'bOf4g more pardoularly dqscmdW-"E y,*tes: TkOWNMAt gpo*fhrMmerJyLthouord*rly Vfsiuiid. 17,4. #qp Vact oflaad,- .04-poii1t spijt&ly -.1iner. Df 'a 51,566• a0mr,.-frea. of -land (11.14 ..dwaed -to Tow imp -MA di­itr ' CloWlMoW .Cqot�Z, said ... .. . ... ... N&th 30 . iAuizff-, .1 7X3 =a.trwt o Adbtag of q.:.. glo;pa aig-thd-dovahorl T=Nt% Sogth #5,dpgrrq _�q MiplAes 13 NoMciq gasti vft4 Jie:nm&erly ka of said 17-233- acmtraqt 0 lafid'and-withthemuthrtly. line ofsaid 51.566.amtpftd.of lAmL A-di.dau"., Orawffit.to avoint.forthr...Uoxtlxrest 4llolm.r Of paseqlbl�kt"- 04 dogvm,39.iaxh=tqs U.,wcauds gasf, vv& w-p.4 llh6--Qf said -b*pqmd MoC utA-Aht&'(ft va abl Wit -1p6ifit also: beffig ftS&I&We qpmpr 4sai At I T=NC,E -North A5 &9mm 101MIM018 39 :aqwndu'WWr, Sri tbo aouthrly IjTiq Qf pid noi1-7=3- aatx uue� 4 d-iAtcrmot (if 1�nd-andwilEffic. *,,fiy,,W of sadcCa-M.1-Mb ode, ghtoof-Wh Aj4p M4" as adffition to *p City •qf Vort'Worffi, Taut AAM'14.0101ms"fburdlbf! im tr.mt. of &tempaVD=away.&Asaod4l,W- beJugwpBj�--poihtitift ngx*edy line -OUM, ,ge-Ad 6n" '59aamant andAlghb)fWay $-of 1s Page 9 of 13 MA WO MWOT Notes. pI Ail iim -fdfoienci4 to -t',* XAPTong' CdoidihatdRyste­m :83� The. CijntTdZw 4202*Adj$jams Ua m-ma m"o DAW M5t 10, 241.7 ,No. 5494 Ex 'Easemeril-atid Pight of Way. bUt C-� -j?4 . go-2 qf,2:page g of 4� Page 10 of 13 EX. KID IT MORT NO. 1.4 W -sA*rmr 3w 00.1 D' AO AODESS "EASENW, Gas EASMM4T % WCATION F. NEKT. tintywr 17433-AORM (BY QFM) � w E DIU902 WWW-:5554- •..fg 0'92 tMTki j37 KV:'TM'E� V3 MOSES WALTERS !W.' T N T- A =�TRAC L4 I AT 37 L ADblt , r PATAT4. TWINLEAF, Ow- 1_.QISfANC E. 3 Tk W. LZIT �48. . . ..... ... �,70�6& QMWR,04 tr M DAMMOWMIM INS WT, ... ... [.—Z- .AU- 'IIA& 60ALE Iff 'Mtt cit of� Fbrt: •Worth 'y VILIAGE CREEK'BASIN 1.002-d mp()Rw .00NMUCTIOn FMV Ev MPA _WAUft -SUFN. TRAM 46. Oft-Y. OF FMT-.0 jqUKM_Ot4 A-p .41:20 FW RMI. JAI:tr bft%6�17 . AL i I -VAN AbID04: 10W :MMI �f_apgH. J11 A'a RGS RfOGMRIV. F WOMK:lx. -.loll a- i %)I_I1rL4, ..CaseMiRrit and'R[c htpf Way I Page 11 of 13 -CONSTRUCTION LIMITATIONS ON, .,On c or RI O lit.WWAY EXHIMT 1PE# 4. you -eive-notiflod- afid0bUld AdVmqb-.y0Vr agents, 1E who enter the _proper fy-thAt they will be working]n the 00flity of high -voltages ellectrical-far,111flas and.ah-auld teke.prapr precautions, in.0fuded -but n.qt. fti.todtQJ.ho.fogowtng,5fPtiJat[Ons And tit. S -76'V.T. - . d pqMplianue, at all tunes, with-C.- hapipr -Z. V ',A.., Health k-.gawy Ccde.0. 2. JR14stjng is p co .4pr ..9itobsperrnitted,on-OP ,on-c&w8Y--oi-und Uncorlihes. -2-003 3- shalicbm an - .1ealdectImm-tim. a to time: 4. No. rro"jnq.laa$ than thd riqbt-of-Way. f! to 6 -rjg� -Qfi-w;ay;aa near as pm$ibl t ntoondition., and. palrashisla.1hedefton fight-of-way....�Slopes VYWI be gra(160--so.that trucks. can p.- d6Wn the'rfght-of-WAV.-wheil- roquirad a0d.soch fttlh-0 slopes can be mec4aniWily. maintained-, 6. e'U"I.prnprit and materials- Will not be shomd.on- the ifig'hf-af-way during constructimu without w(Itteli- appt(jvA of thig -SugnerVitcor of.Regtonal TfAfiWiEWM. T. fteef or road'vro6sings areloba-ba.aed on- dreW(h.gs--qub.rniftad, My. chang.e-Ah-aUgnment.or .aiovationvOif he resubmitted f6rappfov.41- 6, N41sfg.nei-lights9r.guard'IlghtsV#Ibeperrrfifted-on-theright-:of4way., D. Powex.IIM safety Oquip.m4nt opy.atierfs; hAmrd-aaserment and pr.qM0fiQftS-1n8fd0-,th6 Work zone area rhUst bEipbrfotmed 'arid In-c6mp1jzind&.Wdh Equjpmmt�qhall ji9t be placed -with -in fift -f of fh-(y 3 .0 w 0 .)ncor 1: O�. volf or lest poW lihias or Wiffilp twartty--,( ). fkt.-6f 0138`00cpr 34600.0 v61t power -1rtes. Easomeni and MOM dt"Wqy pvgaltofla Page 12 of 13 -10.. Ah.Y-pro-4PptoV0d fehoiftYWIll not axceOd':elqhC(8-)f6&t in 1161ght., Md'ifM08fl iri hiitUr6, Will tfo- grounded,st.ten (1Q).featintervals, wlth-awappropdate driven- ground . 'Gates should be at least sixteen -00) feet in w.id(hJa:alI9.w 1. 1-. Nd d(jmpst*s'vvIll be fee. bwlidd pe6pedy- 1.2. Dra9Hne-s*II:tvof bs,- used upder them or rin Onflor rigt&of-wzy. 13. TKe­6>(Istitjg-Rrade shiall.notlae-distUrbad, excavafed:orfffltdw.itH!h.25-fbOtof.'the n6west_adga: of any Qncor I m-MmIssion. at=Wm (lower.) poipj- quy MY% etc,.:,). 14. Right-af-w5y*ll W protebted'frOrb Wivallft-Afid erosion by.Of1d0'MappfO.ftd mothod Before an permits are. -granted. No dischargihp. of water -will be allowed within. any. portion -of the rightof way,- Drainago, facilitation- m(IN"not be. allowed to t0scharge Intolanto.Oncv Oghtndf-sway. 15. No---Ob9Vtjdtlon:A all U63n'stallod on the right-ref-fty thbfwauld structures or preverit niecharfli,.al maintenance. 16. bathre any vork k dono under On-por Arto or b.y-ohcor.structures:-twil0i - the A6OIcM- TrM6miM*K Ddlpeffltn6fit, 817-49%2740- 17: No :Ozardwiev mstep'afs vill'�.o4bred on the rjg�t of -way. 4'6.56r�pdroo6eg & this Oddmerit, 11Ha�Mout Ma&�.Ms" nneaftshd lndluddi§ thdsb-subsfaftc6s, inOuding, rifMout.[ir7?lta#icrl� sj)esto$:Qoqt 'ning Materiqt. cqnt .ore t �on percent gi�ing,m lhgn .9 erent '(41%) asbestos by weigbi. or- the groups Vf org"Mo com. pounds k-a-aw.n as polyr-hkOiated" b". 6rlyla- flab MObh�.AxplbsiVO; radiddrtIVA knateidala, ctrOM08ils KOOM.Ad M160 dArIber dr- reproductive toxlcjt�r and includes arty-Itams, included In-1he definition of. hazardous or taxis. wasto,rngterh.ts Q.rw.- bro.fainoea.urvd�raqy Hazardauri: Meriaf Law, "Hazardous Mateiiatlawd` qoffedvely means. and includes -any . 0, pjesentandfutiureloop -state and-federaflaw.-re'langto1be erivirahrAWit atid -driviraAmbntal'. cooditions 710cludifig, withoht- WtO1160, 1116 R6:§!bdftd Conservafion:andi�oavery,Actof'tg7g("RCR-A"),.47,U,S,*C...§.6901.gtsec ,Effie C-'amprehensW- 5_nvirojnm:e6.fa( Res.porlse. Uarnpvnattajv and U6131 lity Act -of '1980, CO E ),. 42 UA a 1:- 9 6 9.7, as-ame n d 0 d �y #fe -1,§u p e r6nd -A m end m an% --a n d Re'a U i ho ft-Ati.on Avt of 9 aEl.- ('SARXJ� the Hatakfbtf4 MAt6HU Trdrfi3pbrtatloh.A:bt, 49-,U&C. .§6901- g.jg�L,: ,:the F66)rai Water Ppiftfioin'ContrOl Ad 03 V'SR�, -§1 tte OjeanAkA0,42 Uss-4,41741 91-92T. Eds.eihbfil Ernd.RW OfVfty PQkiz:df*- Page 13 of 13 'the. Clo.eiri -.W-dt6f.A,6t, 33U.S.G. §74G-1 gj,gkq'.,Ithef Tdxjc SuWana6t Conte6l Act, 15- U.*S.C,. -§§V teTA. t. 47 U54.. §000f-MOT Eind all th.0- r@9V)afjQW, orderar, and dearees now or horeafter.promulqated thereunder. 49, -Brush and &t timber W not to be 0110d,.Or stacked- oh 0Incor:rl4ftVofAwaY -nor Wit.alloWed:fo..be I .urne� upQri or in vlosoproximity-to the, Wnd.'.store Qr-fower-5.. 20-, No strubtur6s or cbttruafibfis, :such as. bifidilh'qaj thbdt, sWifnM­In9.' P0016, playamund.equipmefit,7guard will -be permitted on the Oqht&of=way; 21. Land9baplUq.0rI- Onqu r.I-pht;.ef. . vay. 1r. perffilfted when,0nc0r_9pp.r0V4s 14rId%ffEfpIb.Q. plans in- 'rifirtO. N6 ROMA or.spAf►ltiee-sysfeM. b are 911dWed On ffid fi§fttIdf-W$Y:. 925-. No ppTk:oT,paTk.:d " n6t n-wil permittel-on"the right-of-way. 23,:Ga6.,.pj0djIn6 Kofecfivie Wrd6r, GraMe, at GraftrWs sc[4 OxpenAe,sh011 provide one -of -the M.11OW(I pf.cit'sot d W"enth .,surfac. e. and the PiPfF th-at 19 8:M611mum of W- a (1) footthidktoy one (f). fb.at-Wdre,JIfpope-is Mderftm ow,(Ij.fqo�'thep Wfdtft of.pipe-, Wift fttoP-bf Ihe:cdn0'dtd-biArti60o b6zit-.1666tQ0 (111-060616W the:surfarA.0 line! grade, 2.) QQnstruct thegas. gip.Q11ne lr ide dff.,p prqper profsdvq.,51ee( w.elng, 3�-Vihere leCtrrrr:faeiiftiasarelieate above. a.r-i4knumbf ten ZIG)f'eat-belm 11w-ground surface.;: or,4)'where electric4acilities are.-Jocathd belowgrouridinstalUthe pjoeflne at a d6ptfi thafprq%i.d es'jb.r'a.m7wIinum of --a-ten -(10) fopt 0(earsAD-9 betem-enifte plpeffne: avid-fh-e 24, NQqtars hydrants or rnanholqsibe permIttpd'wl in the l.obt-QfW.a, i 25: AAy.dralno.4p.,featurp that alt6WS Watbf-M.PM0, rjght*.bf+w6y.& i1mitt accets.fw ot,Eiro.uhd'.Onccies-facilities:fs pro.hibiUDd-. DiM046-fadilitation Will not # e oflqw.Q4 to di*qftargo into/onto Qnm-r right-of-way. 257.No baring plt9 Or Other.tYPP..:of .pits will be perfritted-WRIWA-111.6f rI0hjAif-.W0-y, E=assmentand.00(i6fWby Page,13 &43 Erxchange: Authorized Users Only Page 1 of 1 Document Receipt information Reference Number: C 100276 11 P8 70 ONCOR o Easement Instrument Plumber: D218022310 No of Pages: 13 Recorded Date., 1/31/2018 2:33:34 PM County: Tarrant Volume: Page: Recording Pee: $64.00 https://www.erxchange.com lLJINiewReceipt.aspx?DocumentId=12491253 1 /31/2018 Rage 1 of 7 D218210675 912112018 9:03 AM PGS 7 Fee: $40.00 Submitter: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk In Official Public Records I f��w� �prr► ate, Mary Louise Garcia VILLAGE GREEK 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 § l CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATE: aR3tkA 2,3, ?010 r E f GRANTOR: TOTAL. E&P USA BARNETT, LLC i GRANTOR'S MAILING ADDRESS (including County).. 1201 LOUISIANA STREET, SUITE 1800 HOUSTON, HARRIS COUNTY, TX 77002 � GRANTEE: CITY OF FORT WORTH F GRANTEE'S MAILING ADDRESS (including County): ' 200 TEXAS ST. )TORT 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. PROPERTY: Being a permanent sanitary sewer easement situated in the Moses Walters Survey, Abstract No, 1698, 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 & 13: VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 12 Ply CITY PROJECT No. 100276 MOSES WALTEIRS SURVEY, ABSTRACT No. 1598 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATEAtlyA 23, 2016 ' GRANTOR: TOTAL E&P USA BARNETT, LLC GRANTOR'S MAILING ADDRESS (including County): 1201 LOUISIANA STREET, SUITE 1800 HOUSTON, HARRIS COUNTY, TX 77002 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 51.566 acre tract of land (by deed) deeded to Total E&P USA Barnett, LLC as recorded in County Clerk's File No. D216266663 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described in Exhibits A & B: 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 (II) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the 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 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, Vccessors, or assigns may be entitled before the t Qth 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. When the context requires, singular nouns and pronouns include the plural. (Signature page follows.) 2 GRANTOR: TOTAL E&P USA Barnett, LLC a Delaware Limited Liability Company Dave,ife'opold,Od6ident and CEO THE STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth By (Signature): ! (Print Name) Steve Cooke, Property rw*m emen APPROVED AS TO FO AN L LITY (Signature) (Print Name) , Title Jessie Sengwang, Assl*nt Oily Attgmey 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 helshe 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 c1's CcL day of 2018. 2 o���� ;'..�- •.:.. R„ R Notar#09116 in and for the State of Texas JEFFREY SCOTT ANDERSON ' My Notary ID # 128832307 S Eupires December 20, 2019 3 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 Slew Lao(- I p%gar y r , of the City of Fort Worth, known to t "me to be 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 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 JPe � 201&. Notary Public in and for the State of Texas 0N0LEPOuWS0U9Mb*NEofR Wo�F1 61 264920WNRloi f. IAAY 10, 20202 4 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 EXHIBIT "A" 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 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 Tan -ant County, Texas and being further described in Volume 3554, Page 622 of said Deed Records of Tarrant County, Texas; TIIENCE 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; 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 3039 feet to a point for corner, from which a 1/2 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 72 1. 18 feet, said 112 inch iron rod also being an angle point in the northerly line of said 17.233 acre tract of land; 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 corner; 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 THENCE North 06 degrees 58 minutes 08 seconds East, a distance of 597.21 feet to a point for coarser 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; 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. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All hearings 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 �F Tic. No. 5494 o:N Texas Finn No. 10106900 CURTfS SMITH l op 5494�QY 0� 9��P;°F5S� F. Exhibit A Page 2 of 2 S U R 5 lkt 8L� OISTAIJCE LN N 30.3 L-2 0 04739' 12 L-3 83'01'52 54.82' 20.00' L-4 N 06'58'08'E 175.18' L-5 S 85'30' 13"E 20,02' L-6 N 06'58'08"E 697.21' L7 S 86'57'38"E ' 30.07' L-8 S 8F55'�1' +�f 772.26' L-9 S 4 g 2' E 56.60' AAHIBI T '9B " PARCEL Na. 12 PE it I t Ac4" MON REMAINDER OF TRACT 3 LOCATION 228.041 ACRES (BY DEED) C.C.F. No. D2 8444286 11 O.R.T.C.T, lrlt SUBJECT TRACT & LOCATION OF ACQUISITION It L 7 !1 rr PERMANENT SANITARY:.: SEWER EASEMENT AREA' 111! P.D.C. 28,366 SQ. FT. OR 0.651 ACRES FND 1/2"IR W/CAP STAMPED Ll "BRIT MN & CRAWFORD" _ 51-DOO ACRES (BY DEED rjr : joo If TOTAL E&P USA BARNETT, LC -�'`' 1 I f I C.C.F. No. D216266568 . 11 15' SANITARY D.R.T.C.T.i�" jr� sEwrR EASEMENT MOSES WALTERS SURVEY 11 C.C.F. noRrco 13692 `: ABSTRACT No. 1595 L-5R1" lrr 30' PIPELINE AND ACCESS EASEMENT rVOLUME PAGE 246 D.RT.0 1 FN0 1/2"IR O.R.T.C.T. � N 85'30'13"y/ 721.18, L--3 L-2 L 1-j 10 Wj in l ,p � 64' DRAINAGE EASEMENT N .>! F!1"�- C.C.F. No. 0205013890 l fit L-9 D.R.T.C,T. P. O.B. N85'30'13"W- 850.13---.-,_---- 17.23 CDEED ARES {BY ) �` _ _- - - - ONCOR ELECTRIC DELIVERY COMPANY C.C.F. No. D20932791g LLC VOLUME 35U, PAGE 622 ROSEMARY 011IDGE ADDITION -' 34 35 36 37 CABINET A. SLIDE 1061.2 a I�.$.T.CT. �LEAFDAjVC 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, NA➢-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. - SCALE IN FEET i 1000 THROCKMORTON STREET • FORT WORTH. TEXAS 76102 VILLA CTE CILEEIT-l" BASIN CROWLEY RELIEF INTERCEPTOR M 325 PARCEL NO. 12 PE 1 CITY PROJ. No. 100276 PERMANENT SANITARY SEWER EASEMENT CURTIS SMITH OWNER: TOTAL E&P USA BARNETT. LLC - -'* . SURVEY: MOSES WALTERS SURVEY, ABSTRACT No. 1598 _ f 5494-• LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS FSSk Q ACQUISITION AREA: 28.366 SQUARE FEET OR 0.651 ACRES WHOLE PROPERTY ACREAGE: 51.566 ACRES (8Y REED) i JOB N_ o. TN&P1701.01 DRAWN BY: JPH CAD FILE 12-PE.DWG CURT] SMITH REGISTERED PROFESSIONAL LAND SURV DATE: DULY 7, 2017 EXHIBfi B PAGE 1 OF 1 $QjLE . 1" - 30D' 'NO. B494 TEXAS FIRM No. 1010 GORRONDONA & ASSOCWTES, INC. • 7524 JACK NEWELL BOULEVARD OUTH FORT WOM, TX. 76118 • 1317-498--1424 FAX B17-498-1168 Page 1 of 9 0218220937 101212018 3:12 PM PGS 9 Fee: 348.00 Submitter: CSC ERECORDING SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records to nary Louise Garcia VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR U-325 PARCEL No.13 PE CITY PROJECT No. 100276 MOSES WALTERS SURVEY, ABSTRACT No.1898 CITY OF FORM MRTH, TARRANT COUNTY, TEMS STATE OF TES § KWOW ALL MEN BY THESE RI SEI CCUWY OF TARR MT CI Tr 0 F jg' T6 PERMAN111- - & ACILITY EAR DATE: - GRANTOR: COH01 LLC GRANT OKS MAILING ADDRESS (including County): FAO BOX 6297 CULVER CITY, LOS ANGELES COUNTY, , CA 90231-6287 GRANTEE CITE' CE FORT WORTH GRANTEES LWLING ADDRESS (including County): 200 TEXAS ST. FORT t , TARRMT COUNTY, YX 76102 CONSIDERATION: Torn Dollars ($10.00) and aftr good and valuable tvwipt and sufficiency of which is hmby admomdedged. PROI'mw.- Being a permanent sanitary samr awament shuaW in the 1'144ses Wallters Survey, Ab*ad No. 1698, City of Fort Worth, Tarrant County, Texas, said permanent sanitary sew easement being a pordon of ft remaindar of a 228.D41 acre tract of land (by deed) dew to COMIX LL0 as recordod In County Mork's File No. ID208444286 of the Ind Records of Tward County, Texas, said permanent sanitary sewer easement being more particularly described in ExhiVft A & S PERMANEWSEi R FACILM WEIR14T Re , 49lM? Fbir� r l , Page 2 of 9 Graniot', for ill- a wrrslderatron pain to Grantor and other good and valuabls Consideration, hemby granis, sells, and convers to Grantee, its su cessm and assigns, an exclusive, perpetual easement for the construction, operation, maintenan roplacoment, upgrade, and repair of a Pemanent Sow ILina Fecility, hereafter referred to as 'OlFadlit1r. The Facility includes all incidental undaramund and abonground aachrns ts, equipment and appurtenances, including, I t not limited to manholes, manhole vents, lateral lime connections, pipelines, junction boxes in, upon, render and across a portion of the Property and more fully describd in Exhibit "A7 atechad hereto and incorporated Maine for all pertinent purpows, togs with the right and privilege at any and all times to eater Property, or any part thereof, for the purpose of constructing, operating, maintmining, Mplacing, u rading, and repairing said Facility. In no event shall Grantor (I) use ttte Property in any manner which intarferes In any material may or is Irmnelstent MM the rights grand hereunder, or (11) erect or permit to be erected within the easement property a permanent structure or building, including, but not limited to, Moftm$nt sign, pole sign, tdilboard, br ck or mewnry fiancee or walls or char structures that requie a building permit_ However, Grantor shall be perms to Instill and maintain a concrete, asphalt or gravel driveway, roast or parking lot some the Easement Property. Grantee shall be obligated to rest the surfaoe of the Proms at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface irnpravements loaaW upon or adje rtit to ilia Easernard Trail which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantees use of the easement granted hereunder. Provided, however, that Graff shall not be olAlgated to restore or rep3acs itrigation systems or vtiaer imp=sments inatalled in vMaWn of the provisions and intended use of this Easement. Subchapter E of the Texas Properly Code, as amended, tip owner or the owner's heirs, aLmsssom, or assigns may be enitlad beefon the 9 arrtnWmary of the date of this a uisition to repurchase or inquest ceriain Wrmation aboutthe use and any actual progress made toward the use for which the per" was acquired through eminent domain, and the repurcham pdw will be tla prim the city pays you in this Squisitioa. TO HAVE AND TO HOLD tb above -described MmMent, together with all and zingular the fights and appartenancAs thereto in anyway beloging unto Grant, and Grantee's sr��ors and assigns forever; and Grantor sloes 'ruby bind itsalf and Its nor a assigns W warrant and forever defend all and singular the easement unto Gmntee, its successor and ass", against even person whomsower pally claiming or to dairn the some, or any part thoroaf. When the eont uiies, singular nouns and pronouns Include the plural. In the art of corW betwesn the aim proviswrrat and tim previsions blow, the provisions Wow steak prevail. Umntm agrm not to constrm above-grmjnd fim or yes Won said easement shiA except for marlins at few him€-, pioperty linos, manfiolaN and ditch banks. GmnWe agrees that all fa tides except wholes shalt be Cried a minima of (48) inches below the surfimm of Ow land and Grantee finer agreft to place all facilities emxv manholes at least (48) incias below the flow lire of all dmhmp ditches crossing sitid ew@ment strip. Gmefte apses to tale reasmnable steps upon the eompWon of coast axon to restore the ma's land% to the extent practicable, to theirs pmonabuctioa condition. Any fcn= dama&4 severed or distutibWl in PERMA NT SeNM FnaeaTr r=,U wr ream. 01nar17 FORT� WORM Page 3of9 any way during Grantee's activitics shall be restored to at bast the sarac pvndition as thg existed prior to construcdcw, all attho expense, of Grantee. Grantee strati ex Nse due mv to prevent injury to iivestocls on the Grantoes Property during consteuetioa activities. Gmtee shall areat tennporaty structures or fcaces as Gra wr and Crantee ague are appropriate or false other mutuatly agreed action necessary for this purpose. Grantee shall use sgpropriate construction practices to prevent erosion on the easement strip during construction and shalt ensure drat adequate erosion control mcaswx* arc put in place at the ooncltuston of construction. Grantee agues that the ee nwat will not be used for purposes incuBsistent with the stated purposes of this Grant. GRANTOR. COMI , LLO By VELAGE, INC., Me Manager Ronald' . F—hmca, President GPMTEE: City of Mart V odh By (Sign): - toe}� Title r 6-' APPROVED AS -rO FORM AND LE LTY ;. (Signature) = (i�inmNawv) : '.._ .Title PERMAWNTS FAaW W 01118H7 Page 4of9 ACKNOWLEDGMENT A notary public or other officer completing this certificate veriffes 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 State of California County of Los Angeles �) On September 6, 2018 before me, Jessica Leon, Notary Public (insert name and title of the officer) l?emonally appeared Donald V. Franco ------- -------- who proved to me on the basis of satisfactory evidence to be the person( 'whose name ' ialaw subscribed to the within instrument and acknowledged to me that helsl�syexecuted the sarne in hisl0m7tbeir authorized capacity jaq and that by hi9 rlt signature on the instrument the person or the entity upon behalf of which the person( acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and corrKl. WITNESS my hand and official seal. Sian otturA ��ssic�u:ari 14aEary i�qc - CalifefnFa LIUFOm County COmmissfan i Z23627S MY CMM. Eau IM Apr 26, 2012 Ln nl n. Page 5 of 9 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a No#pry Public ip arld for the State of Texas, on t is day personally appeareddt,. ?.- rs v 1 , ( fkLLp I.,,—fS` f 0 i t o of the City of Fort worth, known to me to be the same person whose narne islubseftdd to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that helshe mxecuted the same as the act of the City of Port Worth for the purposes and consideration therein expressed and in the capacity therein stated. A GIVEN UNDER MY HAND AND SAL OF OFFICE this 04— day of 20 ." .. , Notary Pubrid in and for the Bye of Texas �MARIAS. SANCHEZ EX099 VtOmb&r 19, 2021 PERMANENT SMR FACILITY EASEMENT PAY. 0111WI7 Papa 6 of 9 VILLAGE CREEK BASEN CROW -LEY f LMF INTERCEPTOR M[-325 PARCEL No.13 PE CITY PROJECT No.100276 MOSES WAL'llE,RS SURVEY, ABSTRACT No.1598 CffY OF FORT WORTTI, TARRANT COUlM, TEXAS EXHMIT "A" 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 the remainder of a 228,041 acre tract of land y deed) deeded to COHIX LLC as recorded in County Clerk's File No. D208444286 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 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. D216266563 of said Deed Records ofT'anrant County, Texas, from which a 112 inch iron rod with cap stamped "Brittain & Crawford" found fot 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 112 inch iron rod with cap stamped "Briitaiu & Crawfor&' also being the most easterly southeast corner of said 228.041 acre tract of laud; THENCE North 86 degrees 57 minutes 38 seconds Nest, with the rwrrth 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 lime of said .51.566 acre tract of land, a distance of 2242.75 feet to a point for corner; TI NCE North ng dPg�ees 42 minutes 25 seconds West, a distance of 942.62 feet to a point for corner; THENCE South 89 degrees 03 minutes 52 seconds West, a distance of39.06 meet to a paint for comer 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 Noah 00 degrees 42 minutes 37 seconds West, with the west line of said 228.041 acre tract of land and with said W. Cleburne load, a distance of 30.00 feat to a point for comer fi our which a 1/2 inch iron Trod with cap stamped "DAA" found for the northwest cozener of a 0.343 acre tract of land (by deed) deeded to the City of Font North as recorded in, Volume 15212, Page 77 of said reed records of Tarrant County, Texas bears North 00 degrees 42 minutes 37 seconds `Vest, a distance of 80.50 feet and South 89 degrees 03 minutes 52 seconds West, a distance of 150.57 feet, said 1/2 inch iron iota 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 Plat Records of Tarrant County, Texas; Exhibit A Page 1 of 2 Page i of 9 TIMNCE North 89 degrees 03 n mutes 52 seconds East, a distance of 69.06 feet to a point for corner; THENCE South 00 degrees 42 minutes 25 seconds East, a distance of 944.64 fret to a point for corner; THENCE South 86 degrees 57 minutes 38 seconds East, a distance of 2216.71 feet to a point for comer; THENCE South 06 degrees 58 minutes 08 seconds West, a distance of 30.07 feet to the POINT OF R1� MNIING and containing 96,823 square feet or 2.223 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, %TAD-83, The North Central Zone 4202, all distances and areas shown are surface. Date: July 7, 2017 Curtis Smith Registered Professional Land Surveyor Nm 5494 Texas ]~irra No. 10106900 Exhibit A Page 2 of 2 CURTIS SMITH 55ti0" S tj .:..,:: I . ........... .. Rage 8 of 9 EXHIBIT "B" PARM .No. 13 PE BLOCK 43 ► SUMMER CREEK RANCH CABINET A, SLIDE 12661 ' � .. c.: ,+r jo.s, ACRES der urEn} MOSS WALTERS SURVEY �/ Ci11' OF fOliT YIQRTf1 r�+ o �V�OWME 1�212. PAGE 77 " a.R.T_C.r_ ABSTRACT No. 15g8 SEE if 1I ``--DETAIL "A" REMAINDER 0F TRr'tt3T 3 ri 220.041 ACRES (BY DEED) WATER TRMiSMISSION CONIX L,LC rr MAIN EASEMENT C.C.F. No. D208444286 it 'OUArE 15390. PAGE 3W D.R.T.C.Y. rl D.R.T.C.T. if Ir3' SANlTARf :J SEWER L;SEMENT d C.C.F. No, 132051313892 y P ANENT SANITARY u D.R.T.C.f ■ ■ I - lER Ed4,aE'MENT AREA: II 96 SO. FT. OR it 2.223 ACRE Ir U. -, '� ` ` f1r 'BRITYA[N ji do CRAWORD' a... Lai nw ...... lil— a6'57MW M 805°';y 2LLP 242.7 _ f P. O.B. J cos -, 5,E Lu CQUI�1FIO r+r 1/2"IR W/c STp"ED ff I "BRWFAN & CRAWFOW -TOTAL KEG$ USA OARNETC p� II C_C#_ No. 621926WO ++ rr SUBJECT TRACT & LOCATION OF ACQUIST10" ii _ ...--...... .. T �J �A 1.�L dIZOnM OF um uATE ACCOUPN Ems -nim PLAY. 500 250 0 500 1 ALL RuMm= AND coommws ARE RuFrd74rEu To TK T3S COORDINATE � S IB NO --a#. TKE NOMM CFNTRAL Z:)NE 42M, ALL DISTANCES AND ARM -- SHMH &M SURFACE. SCALE IN FEET Worth 1 1000 THROCK101000N STRUT + FONT WORTH, TEM 78102 IL RE -RASIN ----- � .0F PARCEI. NCRO91EY RELIEF INTERCEPTOR rrY wRo,25 1 oo27s ��`�� �n ......- - -�..........�._ y ._......�.Y .� PERMANENT SANITARY SEWER EMENT CURi1S SMIT1A SURVEY MOSLS WALTERS SURVEY ABSTRACT No. 15913 LOCATION. CJY OF FORT WORTH. TARRAkNT COMM, 'I`E A§ ACQUISMON ARC 06,823 SQUARE FEEL` OR 2.273 ACRES WHOLE PROPEMY ACREAGE- 176,50 ACRES (CALGO — CURiIS SMITH JOB No. WaP1701.01 DRAY1 B7: dPq S FILL 13-%DWO REMSTERED PMFk�S1i1n1At. LAND ATE RL€ONWNA1& At WSe INC, + 4 JACi NLLr�E1L 18MLEVARD FORT WORIK TX. 7811ffi •��l7 4iZT424' $17-4$r Page 9 of 9 EXHIBIT " 1 2 PARCEL No. 13 ARV LOT 4 ti- � tt 4 .Gd LOT r] 1 f 2'IR T/cll { STAiiR I _ �tlF �L-5 I 0-W ACRES (I3Y DEED) } UY OF FORT WORIN I i [S VOLUME 15212, PACK 77 MR T.C.T_ DETAIL. "Am NOT TO SCALE LINE' B L--1 00 S 942.62 L- 3 _ 00r 42'3730.00' L�4 V - 4;' 37 80.50, ! L^5 $ '0 '92'°W 150.57' Lm 6 N 0'03' 2 " 69.06' NOTES:- - - — 1. A LEGAL. DESCRIMON OF EWN DATE AOMMAANIES TM PLAT. 2. ALL HE;4ii1NGS AM CWRDIVAT'E& ARE REMBM To THE SAS COON"TE SYSHMw NW{i,3, THE NORM CDWZAL ZONE 4209, A]LL D aMMICES AND AREAS SHOWN ARE nWAM la r---JLI-- Imo rth 1000 THROCKmo m STREET , FoRT waaTH. TEX" 76102 �VILLA GE CREED` BASIN .„O. PARCEL NO. 13 PF - _ I CITY PROD. No. 10027E PERMANENT SANfTARY SE'WR EASWENT ClJ TIS OWNER! ODHIX 1 LC - - �_� _ - SURVEY. MOSE5 WAITERS 5Uf AID No. 15919 � -. 54S LOCATION: Cr Y OP FORT WORTH. TARRANT TEXAS ACQUISITION ARM 96,823 SQUARE F£Li OR 2.223 ACRES WHOLE PROPE91Y ACREAGE: 170 50 ACRES (CALC) CURTIS SM TH �A !IOip.Y 26i 1 I °,i U-R a.PH .� ....-.... — �ci am PRa�sra - - I CAD FILM 13o-F-Eb 16 hF ? 9Cr1I.I~ N)A 1►sn uew tis'vwc 794 EAIL BOULEVARD §bUTH FORT WOO. TX, 70119 L►WO Nb. 1 Page 1 of 7 D218139961 6/26/2018 3:56 PM PG 7 Fee: $40.00 Submitter: CSC ERECORDING SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Garcia VILLAGE CREEK BASIL CR{?WII lEY RELIED INTERCEPTOR M-325 PARCEL No. 14 PIE CITY PROJECT No. 100276 ANTONIO CASTE,LLO SURVEY, A TRACT No_ 272 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS STATIE OF TEXAS § § KNOW ALL MEN BY THI~SIE P SEMI $ COUNTY OF TARPANT § CnY OF PERMANENT S I O�J. Ii EASEMENT DATE: May 14, 2018 GRANTOR: FOF ESTAR tU$A) REAL ESTATE CROUP, INC. GRANTOR'S MAILING ADDRESS (including County): 6300 FIA 2244 RD, SMITE 640, BUILDING TWO AUSTIN, TRAVIS COUNTY, FX 78746 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANY COUNT;', TX 76102 CONSIDEiR"ON: Ten Collars ($10_00) and othergoad and valuable consideration, the recaipt and sufficlency of which is hereby acknowledged. PROPERTY; Being a! permanent sanitary sewer easement situated in the Antonio Castello Survey, Abstract No. 272, City of Fort Worth, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of the remainder of a 283.2-D4 acre tract of land (by deed) deeded to Forestar (USA) Real Estate Group, Inc. as recorded in County Clerk's File No. D212079898 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described in Exhibits A & B: PEAMMENr SEWER MOW" EA8EMENr Rev. 011INIV Kpm Page 2 of 7 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 W a ched hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Properly, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repalring 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 wells or other Mctures 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 rroperty. 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 Granters shall not be obligated to resters or replace irrigation systems or others improvements installed in violation of the provislons and intended use of this Easement. TO HAVE AND TO HOLD the above-dasodbed easement, togetherwith all and singularthe 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 def*nd all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim tha sarne, or any part thereof. When the context requires, singular nouns and pronouns include the plural PERMANENT SEWER FACUTYEASEMemT Rov. 0111 w 7 '0 iWrl�7rr, Page 3 of 7 FdANTO f�a#ar (USA) Real Estate Group, Inc. a lei ur .pora#ion (Name of Person ,A,uthmized to sign), Title THE STATIC OF TES § COUNTY OF TARIi;ANT § GRANTEE: CRY of Pori Worth By (Signature): (Pant Name) � Title r APPROVED AS 7 ORM AND LEGALITY (Si el ' AClKNOWLEDGNEN7 BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas on this day personally appeared � '+, ry � , known tome to be the same person whose name is subscribed to the foregoing itrurnent, and acknowledg*d to me that the same W4s the act of Mk : T r-��%bv\ and dod he/she executed the saute as the act of said the purposes and consideration therein expressed and in the capacity thereim stated. (317VEN UNDER MY fIAND AND SEAL OF OFFICE #dais ` day of 4 201 r' NotsTY publie. Stye of TeKas �✓ '-{ ., L d(f�- ? Comm. expires I I-cr-aa i ~" Pubic in and for th6ia of Texas Notary ID 131343214 PERMANENTSF-Y&R FACUTYEASWEHi Rw. 011=7 Pag-e 4 of i ACKNOWLEDYEt ENT, STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersfgned authority, a NqtaTY Public in and Tr the State of Texas, on t IS da personally appeared * ({, F of the City of Fort i�Wrth, known to me to tie the same person whose name is bscrib d to the foregoing instrument, and acknowledged tome that the same was the act of the City of Fart Worth and that helshe oxecuted the some as the act of the City of Fort Worth for the purposes and consideratfan therein expressed and in the capacity therein stated. GNEN UNDER MY HAND AND SEAL OF OFFICE this fJ day of 20LI. ... �. .. _ taffy Public In and far tl'ie ate Texas MAR10. SA NCHEZ My NoUq ID # 2ZO490 - p r6s 0=00)or la 2021 , MRWANENT SE►AfaR FACILITY EASEMENT Rev, QIIIW17 YWb Page b of 7 VILLAGE CREEK BASIN CROi EY RELIEF INTERCEPTOR M 325 PARCEL No.14 PE CITY PRO,)ECT No.100276 A.NTO IO CASTELLO SURVBY, ABSTRACT No. 272 CITY OF FORT WORTH, TARRANT COUNTY, `1ZX4,S A.tt EI[Bi 1, 46A" Being a permanent sanitary sewer easement situated in the Antonia Castello Survey, Abstract No. 272, City of Fort Worth, Tarrant County, Toy -as, said permanent sanitary sewer easement being a portion ofthe remainder of a 283.204 am tract of land (by deed) deeded to Forestar (USA) Real Estate Group, Inc. as recorded in County Clerk's File No. D212079898 of the Deed Records of Tarrant County, Texas, said pennanant. sanitary sewex easement being more particularly descriw by metes and bounds as follows: CO14IMMCING at 1/2 inch iron rod with cap stamped "DAA." found for the northwest corner of a 0.343 awe tract of land (by deed,) deeded to the City of Fart Worth as recorded in Volume 1.5212, 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 Creels Ranch, an addition to the City of Fort Worth, Tarrant County, Texas as receded in Cabinet A, Slide 12551 of the Flat Records of Tairarlt County, Texas; THENCE South 00 degrees 56 minutes 08 seconds East, with the west line of said 0.343 acre tract of land, a distance of37.49 feet to the POINT OF BEG114NING of the herein described permanent sanitary sewer easement; TM ENCE South 00 degrees S6 minutes 08 seconds East, with the west line of said 0.343 acre tract of land, a distance of 62.51 feet to a 1f2 inch iron rod with cap stamped "DAA,_„ found for the southwest corner of said 0.343 acre tract of land; TUZNCE North 89 degrees 03 minutes 52 secouds East, with the south line of said 0.343 acre had of land, a distance of 149.24 feet to a ,paint fox 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 being in W. Clebnrnc Road (an undedicated right-of-way), from which a Ilk nail found for reference beams South 02 degrees 43 raimAos 23 tends West; a distance of0.25 feet; THENCE South 00 degices 42 minutes 25 seconds East, with the east line of said 283.204 am tract of land and with W. Clebume Road, a distmee of 10.54 feet to a point for corner; TRENCE South 89 degrees 03 minutes 52 seconds 'Nest, a distance of 155.26 feet to a point Tarr corner; THENCE North 00 degrees 56 minutes 08 seconds West, a dista= of 69.95 feet to a point for corner in the southerly right-of-way line of dress Lake Drive (a 501, right-of-way), said point also being the beginning of a non-taug ant curve to the left having a radius of 50.00 feet, a central angle of 03 degrees 48 minutes 00 seconds, and whose chord bears North 21 degrees 59 minutes 55 seconds East, a distance of 3.32 feet; Exhibit A Page 1 of 2 Page 6 of 7 TEENth said txWeRt CmTe is the A d Su e* fight-0-f-of said ,vP=m Lake fir , =c mob of 3.32 fir to a pWxd for oomm; Notes: h 89 it gees 03 afts 52 Ems& E&W, a dim of 4.76 fed to *h- POINT" OF BEGINNMG imd coot square ftd or 0X46 auzs oflam iram or less, 1) A plat of jw4m survey dMa mith accmq�aM le deS0Xi%L (2) Ah b=mp and twrdbV= are re re=M t* the ' =in +C'flowbude syste n, N -83, The 'NoAh C=hW Zme 42 A dMMIM aw ams sho ane ACC. Date: July 7, 2017 Curtis Smith R fgistmcd Frofes�onal Land Surveyor o No. 5494 ICORT�SWIPTH Texas firm No. 10106900 Exdbit A Page 2 of 2 M Page 7 of 7 .�.` I LIJ crcr ILI. �' a i .v- �MUWW SMWFiW . WAWR EASEMEW .AM 2= SQQ Lei. OR 0,045 ACFM ,-- EXHIBIT "- , 256 i yj T- YI P0.C. LOT --S qAK Gi9"E 37i9' xo p, , Ott gyp_ # 5 CL3-0 Atmes D rr eef Im as bIS MNE 1=12. PAM 97 M-MC.% FD 1121A W/vp PAD FK VAIL grAmpElD lcw S =43'23 2 283-204 AIMES (BY DEED) LINE �+� (USA) R L-1 ESTATE �. INC.. L- 2 I 4 C F. No 0212O79696 L--4 . m 89 ' _ SUBJECT TAT & _LOCAnON OF ACOUJ$MON NOTES: 1. A CMAL MMi5lPlM OF EVEN DAW A=WPAM 7W PM'y: 2. AU- @irARM AM =UMM ME WMEWMD TO;W MW COD14lRWM S» ARE SUI . 50 25 0 50 SCALE 1N FEEY of worth Iwo Tip ami ron Sp - RYIMK Texas 7B10 ILIA CREEK SIB - PARCEL FCC+. 14 AE _ - I C17Y PROJ. No. 100276 F ERIVIMEhdi S, ITARY SEaR EAStME CU TIS SMITH 01 : FpIESE RAS4i RE]_ ESTATE GROUP. 1NC. SURVEY:AWON0 CAMiLL0 SuRvLY A6SMCT No Z72 - ; m5444 �•ct LocAn0N. crry OF row woww, iA�A CoUN`Fy. Tsos SS14 ACCFUISMON ARE;t 2,1007 S00ARE FEET OR 0.O46 ACRES �_ S WHOLE FROPU FY ACREAGE. 283.204 ACRES (6Y DM) C1JF?�1S 3M1!]�F _ NXLY 7 20-1 41 E1RAlgW g ��jypg�l 1 1 f CAi# � i4. i3�1SWG SiEfi€0 PRLiF7�MAL 1�% b SUR4�'W -.._..__._. M4 RpW.$yARD .. • i0ltti 'ii"i. TJ€ 7517� !`-�95 �h2rF FAiC B—d90-17SS G�RRONQ $ !"Sgfid41€�. Page 1 of 7 D218139962 6/2612018 3:56 PM PG 7 Fee: $40.00 Submitter: CSC ERECORDINC SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records t_ Mary Louise Garcia VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 14 TIC CITY PROJECT No. 100276 ANTONIO CASTELLO SURVEY, ABSTRACT N 272 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS CITY OF FORT WORTH TEMPORARY CONSTRUCTIO-N EASE IMI!- NT. DATE: Mn 14, 2018NY GRANTOR; F'Oi STAR (V$A) REAL ESTATE GROUP, INC. w GRANTOR'S MAILING ADDRESS (including County): 6300 FM 2244 RD, SUITE $00, BUILDING TWO AUSTIiN, TRAMS COUI+ETY, TX 78749 1GRAANTEE: CITY OF FORT illr'OI1<iN GRANTEE'S MAILING ADDRESS (fficluding County): 200 TEXAS ST, FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten DQ11am ($10.00) and other good and valuable considaraffdn, the receipt and sufficiency of which is hereby acknowledgad. PROPERTY: Being a temporary construction easement situated in the Antonin Castello Survey, Abstract No. 272, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of the remainder of a 283.204 acre tract of land (by deed) deeded to Forestar (USA) Real Estate Group, Inc. as recorded in County Clark's File No. D212079898 of the Dead Records of Tarrant County, Texas, said temporary construction easement being more part cularly described in Exhibits A & B= Grantor, for the consideration pale! 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 "K, and ingress and egress over Grantor's property to the casement as shuwn on Exhibit 0130 . Tompoup COMMI M EMMQV 0111MI v7 . Page 2of7 If is further agreed and understood that Grantee will be permitted the use of said Easement Property for the Our se of CONSTRITTION OF A SANITARY SEWER FACI UTY. 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, aft 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. rmpamy CMUVWM EaeMM 0111813017 Page 3 of 7 a (USA) Deal Instate Group, Inc. T if'R&A'. of person authorized to sign), Title GRANTEE. City of Fort Worth .By (Signature) (Print Name) � �Title APPROVED A TQ'PORM AND LEGAL (Signature) (Prlxrt N a T't ACKNOWLEDGEMENT STATE OF TEXAS § COUN-ly OF 1 ARRANT 135F RE ME, the undersigned ui iori#y, a Notary Public in and for the State of Texas, on this clay personally appeated A k+ J ��Y4.`.. , known to me to be the same person whose name is subscribed -to the foregoirq instrument, and acknoMedged to me that the same was the act of ! -} and that he/she executed the same as the act of said ,_ t, ; ,i �rn�c�., for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER PAY HAND AND SEAL OF OFFICE this 1 t#A11- day of � ��uurre�� STEPHANli NGUYEN g ,.,s '_Notary Public. Sxate of %xA5 k �L GE1ntl�r-xpir6s 47-07-2021 LibEi$ inand for the of exas i k*� Notary it? 151343214 Temporary Conaftw iom eM 06119iL(f17 NPW+ Page 4of7 ACK 4OWLEDGEMENT STATE OF TEXAS � COUNTY O %ARRANT 13EFORE ME, the undersigned authority, a Notary Public in an fo the State of Texas, on t is �Ry, personally appeared 4�t� _�.� _.. _ o #E7e City of Pori ItVvrth, Own to me to e same person w ase rnarns is s bse ibgrJ In the foregoing instrurnerrt, and acknowledged to me that the same was the act of the City of Fort !Werth and that helshe executed the sarne 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 KAND AND SEAL OF OFFICE this _ day of 1 jr the 8%6 exasN ary Public in and o MMLA S, SANCli2 W ry aD # 22W49p ' ;.�v member 19, 2021 Tampprary r-wemeet Page 5 of 7 VILLAGE CREEK BASIN CROWLEY RELIEF YN' ER.CEP'TOR M-325 PARCEL No. 14 TE CX'i'if PROJECT No.100276 ANTONrO CA.STELLO SURVEY, ABSTRACT No. 272 CITY OF FORT WORTR, 'i ARRANT COUNTY, TENS E.XmiT "A" Ding a temporary construction easement situated in the Antonio Castello Survey, Abet No. 272, City of Fore Worth, Tarmt County, Texas, said temporary consituction easement being a portion of the ruder of a 283.204 sere tract of land (by deed) deeded to Forestar (JSA) Real Estate Group, Inc, as recorded in County Clerk's File No. D212079898 of the Deed Records of Twxmt County, Texas, said temporary construction easment being more particularly describer) by metes and bounds as follows. Ct?l4 >F NCTNO at T12 much 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 'Worth as recorded in Volume 15212, Page 77 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped " DAN' also being in the south line of Lot 5, Block 43 of ,Sumner Creek Ranch an addition to the City of Fort Wortlx, Ta=an t County, Texas as recorded in Cabinet A, Slide 12551 of the Plat Records of Tarrant County, Texas; TIMNCE South 00 degrees 56 minutes 08 seconds East, with the west line of said 0.343 acre tract of land, a distance of 100.00 feet to a M inch iron rod with cap stamped "DAA" found foi the southwest corner of said 0.343 acre tract of land; THENCENo th 89 degrees 03 minutes 52 seconds East, with the south line ofsaid 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 lard, said point also being in W. Cleburne Road (an undedicated ri&-of-mW), from which a PK nail Mound for reference bears South 02 degrees 43 minutes 23 seco ds West, a distance of0.25 feet; T NCE South 00 degrees 42 minutes 25 seconds East, with the east line of said 283,204 acre tract of land, with W. Cleburne Road, a distance of 10.50 feet to a point for the southeast corner of proposed pea naamt sanitary surer easement; THENCE South 89 degrees 03 minutes 52 seconds West, with a south line of said proposed sanitary sewer easement, a distance of40.00 feet to the POINT OF BEGINNING of the herein described temporvy construction eas=ant; THENCE South 00 degrees 42 minutes 2.5 seconds East, a distance of 20.00 feet to a point for dormer; 'IC'IMNCE South 89 degrees 03 minutes 52 seconds Nest, a distance of 135.13 fee to a point for aorrrer; THENCE North 00 degrees 56 minutes 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 berg the beginning of a non tangent curve to the laft Having a radius of 50.00 feet, a central angle of 34 degrees 39 minutes 59 seconds, and v&ose chord gars North 41 degrees 13 n mutes 55 seconds East, a distance of 29.79 feet; Exhibit A Page 1 of Page 6 of 7 THMCE nth SRH wv-TM,,gew rearve to -die IfA and with ffie sou&efly o f way jineof saw CYPI&SS Lake Dfivek., M am leagffi of .30 fit to a lint faa the most masterly nox6wea comer of smd projNmed sudimy sewer ew emj� jg; TEWNcE Sew, h 00 dew-5mkut O8 swmd-slit, whb a t%e ofsaid } posed sa w fasewent, a dist=ft ' 69.93 feet to a part for ccu TMNCE Now 8*9 deggrees 03 mmutirs 52 seconds Ez% with a south ]me Of Said proposed sar tW sewer easment a distant of 115-26&d to tLu ?Oh -%Tr OF IXGM%IhMG and ewuWaipg 3, 7 sgramv f aT 0.088 aem of jaaadt, mom or less. (l) A pho of even =rvey ,dam htmv&h w congrgmi t Mega€ de=iOOta. (2) .All burin s and coor&naws m irakrewed to the Texas Coor&iate syvera, XkD-33, The North Cenkal Zone 4202, all distances and arem AWMI are Dale: JWy 7, 2017 Curtis Smith R.egi�ed Professional Land Surveyor No. 5494 Texas Harm No- 10106900 Exbibit A Page 2 of 2 ,�! � iron CURTIS SMrrH 5+4-94 r' ❑ Page 7of7 - w CC a. +I�EASO"T AM EXHIBIT "B -p"cwL NO. 84 = L 3 S2 -. w �L ; 5 P.D.C. LOT 5 E , zi 1-0 ` °� of s (1wAp ) 14, hA1t UNE 'MiZ PAS 77 7 Fm 1_,n 14 j�P FN0 PAWIL WEARS M 1 S 074Y23v 025 ffZ0 149.747 - -- — . +� �13+�`������S1.Y V.J .�L ii -��} ��� •sti psis 233=4 .AC (Erf Off) � %% kt s SUBJECT TRACT & r -aF No. 0212079898 : LDCATION OF 9CQUISMN ©.R T.0 T. i -- j 7_ A LEGAL .rr+tk4•F �1i 1WE A .Cs r' ma 50 -I-' ALL DAP, S$ AND CODROR OM ARE RjFUaN O 70 WIE 700S $iy Til f'FOM CMKAL THE ft02, All 051"AME r AM AREAS SCALE I N FEET rLt °iWorth 1000 7HjRMIMORTpN SiKhT • FOW WORM, I$= 7B M VILLAGE CREEK CRaW.LEY RELIEF INTERCEPTOR 3 5 RARCM- NO. 14 "iE _— CRY PIi04. No. IOM7B TEMPORARY CONS MCYION _ �7E CU IS SMITH i1VlVFR: FOR Ak?US) R GROUP INC SURVEY:ANTQNiD CASTE11D SURVEY A RA No. 272 { • 5484 I CATION: C" OF FORT WO 71i�1, Tl4�kA0VT CC1,iNT4 TS AS A00lJM13i0N AUA- 3,85i• SQUARE Fri' OR O.W8 ACIIEB WHOLE: MI'ERV ACREAGE: 2B3.204 ACRd (B' DEED) _ CURIiS $�AI7�I � ....... . 'JOB N 1701.01 DPAVA ft JPH CAD 14,TJDWG Y RMST iAND _ 2017 �xt� i NA &_+.00iA7_E.4r li7 • 44 .CFI-NEWU BOULEVARD RM4f WOrslH. TIC. 76118 1T6� Page 1 of B D218003256 114201810:61 AM PGS 8 Fee: $44.00 Submilter: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Garcia VILLAGE GREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 16 PIE CITY PROJECT No.100270 LOT 1, BLOCK 1, ROSEMARY INTERMEDIATE SCHOOL ADDITION CITY OF FORT WORTH, TARRANT COUNTY, TEXAS STATE OF'TEXAS § § KNOW ALL MEN 13Y THESE PRESENTS COUNTY OF TARRANT § CITY OF FOP)? VYORTH PERMANENT S1=WER FACILITY EASEMENT, DATE: -2 ht Z 0 r GRANTOR: CROWLEY INDI=PENDENT SCHOOL DISTRICT GRANTOR'S MAILING ADDRESS (including County): PO BOX 688 CROWLEY, TARRANT COUNTY, TX 76036 GRANTEE: CITY OF FOIST WORT! GRANTEE'S MAILING ADDRESS (including County): 21DO TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 7al02 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 out 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 3403 of the Plat Records of Tarrant County, Texas, said Lot 1 being deeded to Crowley Independent School District as recorded in Volume 10160, Page 1227 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described In Exhibits A & B: PERMANENT SEWER EACILrrY EA8EMENT Rev. 011181W RiW01iT0. VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 16 PE CITY PROJECT No. 100276 LOT 1, BLOCK 1, ROSEMARY INTERMEDIATE SCHOOL ADDITION CITY OF FORT WORTH, TARRANT COUNTY, TEXAS STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATE: 12/%/-Z01 7 GRANTOR: CROWLEY INDEPENDENT SCHOOL DISTRICT GRANTOR'S MAILING ADDRESS (including County): ISO li 683 CkOWLEY, TARRANT COUNTY, TX 76036 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 out 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 3403 of the Plat Records of Tarrant County, Texas, said Lot 1 being deeded to Crowley Independent School District as recorded in Volume 10150, Page 1227 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described in Exhibits A & B: PERMANENT SCR FACILITY EASEMENT Rev. W116117 I`OBT WQw- 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. TO HAVE AND TO HOLD the above -described easement, togetherwith all and singularthe rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor noes 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. 01/18117 oRT WORT . GRANTOR: Crowley Independent School ©Istrict 6("T'10 blwbI ' Aof phorson Authorized to sign), Title THE STATE OF TEXAS § COUNTY OF TARRANT § GRANTS ty of ort Worth By (Signature (Print NCoolie, Property lifWgement Director APPROVED ASASangs ND LEGALIT (Signature) J®SSg, tent CI€y�f Mej(Print Name)L e ACKNOWLEDGMENT, BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ) W(Aq f 1e m i?5 , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that t e same was the ct a -e 15T and that he/she executed the same as the act of said CDU) � (, the p�and consideration therein expressed and in the capacity therein stated. ` GIVEN UNDER MY HAND AND SEAL OF OFFICE this 5h day of Notary Public in and for the State o('exas SHARON MARE MYERS Notary Public + STATE OF TEXAS My Commildon Expires: June 23, 2019 PERMANENT SEWER FACILITY EASEMENT Rev. 01118177 170RT WDRT . 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 <� t"' jz e - Gd V--,/� , 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 execrated the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. Ce1_c,rAA,,1L-P, GIVEN UNDER'MY HAND AND SEAL OF OFFICE this / It'` day of ,200. No6ary Public in and for the State of Texas RICARD WN"! 0 SAiAZAR, I! Notary Public, State of Texas My Commisslon Expires %,�;,;r�� February 25, 2018 PERMANENT SEWER FACILITY EASEMENT Rev. 01/18/17 NgWow, VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No.15 PE CITY PROJECT No.100276 LOT 1, BLOCK 1, ROSEMARY INTERMEDIATE SCHOOL ADDITION CITY OF FORT WORTH, TARRANT COUNTY, TEXAS EXHIBIT "A" Being a permanent sanitary sewer easement out 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 3403 of the Plat Records of Tarrant County, Texas, said Lot 1 being deeded to Crowley Independent School District as recorded in Volume 10150, Page 1227 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 5/8 inch iron rod with cap stamped "TNP" found for the northeast corner of said Lot 1, said 5/8 inch iron rod with cap stamped "TNP" being the southeast corner of a 48.706 acre tract of land (by deed) being further described as Tract 11 deeded to Bloomfield Homes, L.P. as recorded in County Clerk's File No. D216123147 of said Deed Records of Tarrant County, Texas, said 5/8 inch iron rod with cap stamped "TNP" aIso being in the west line of a 154.79 acre tract of land (by deed) deeded to Guion Gregg Ili as recorded in County Clerk's File No. D214161360 of said Deed Records of Tarrant County, Texas, from which a TESCO monument found for the northeast corner of said 48:706 acre tract of land bears North 00 degrees 08 minutes 29 seconds West, a distance of 1821.49 feet, said TESCO monument being the southeast corner 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, said TESCO monuna,ent also being in the west line of said 154.79 acre tract of land; THENCE South 00 degrees 08 minutes 29 seconds East, with the cast line of said Lot 1 and with the west line of said 154.79 acre tract of land, a distance of 619.88 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement, said point also being the southeast coiner of an existing 10' Utility Easement as recorded in County CIerk's File No. D205232630 of said Deed Records of Tarrant County, Texas; THENCE South 00 degrees 08 minutes,29 seconds East, with the east line of said Lot 1 and with the west line of said 154.79 acre tract of land, a distance of 40.06 feet to a point for the southeast corner of said Lot 1, said point also being the northeast corner of a right-of- way dedication as recorded in County Clerk's File No. D216001842 of said Deed Records of Tarrant County, Texas; THENCE South 89 degrees 25 minutes 58 seconds West, with the south line of said Lot 1 and with the north line of said right-of-way dedication, a distance of 146.79 feat to a point for corner; THENCE North 00 degrees 38 minutes 52 seconds West, a distance of 11.00 feet to a point for corner in the south line of an existing 50' Access and Utility Easement as recorded in County Clerk's File No. D205013877 of said Deed Records of Tarrant County, Texas; Exhibit A Page 1 of 2 THENCE North 89 degrees 24 minutes 27 seconds East, with the south line of said existing 50' Access and Utility Easement, a distance of 48.03 feet to a point for the southeast corner of said existing 50' Access and Utility Easement; THENCE North 00 degrees 35 minutes 33 seconds West, with the east line of said existing 50' Access and Utility Easement, a distance of 29.00 feet to a point for corner in the south line of said existing 10' Utility Easement; THENCE North 89 degrees 24 minutes 27 seconds East, with the south line of said existing 10' Utility Easement, a distance of 99.09 feet to the POINT OF BEGINNING and containing 4,490 square feet or 0.103 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 Re star d Professional Land Surveyor �P ERa�-�q Texas Firm No. 10106900 coatis .sMiTH 4494 Exhibit A Page 2 of 2 PARCEL .No. 15 PE 17.233 ACRES (BY DEED) ONCOR ELECTRIC DELIVERY COMPANY, LLC C.C.F, No, D209327919 y __—_— — �- VOLUME 3554, PAGE 622 1 _—,_--_.__--`...._D.R.T.C.T. � ` TRACT II FND TESCO MONUMENT 40.708 ACRES (BY DEED) I I BLOOMFIELD HOMES. L P. C.C.F. No. D216123147 I� s D.R.T.C.T. -- — ------------------------- __—_—._--- _ 1 I I � I � I I I I I I CIC 13L •R'•T•jzg.DjAT IN)ZT103A""' D40E3 R0 00DxDE sCs PCT saaccess ; IE AND I I I U111.ffY EASEMENT I I C.C.E. No. 0205013877 1 D.R.T.C.T. i 1 LOT m pli 21 100 50 0 100 I SCALE IN FEET P.O.C. FND 5/8"IR W/ STAMPED "TNT 154.79 ACRES (BY DEED) GUION GREGO III C.C.F. No. D214161380 D.R.T.C.T. EyACQUISITION LOCATION SUBJECT TRACT & LOCATION OF ACQUISITION I E I 10' UTILITY EASEMENT I I ' ---I—C.C.F. No. 0205232630 CROWLEY INDEPENDENT I I —`�l I D.R.T.C.T. SCHOOL DISTRICT j I 20' PIPEUNE EASEMENT VOLUME 10150, PAGE 1227 I I — i I--C.C.F. No. D208115034 D.R.T.C.T. E I I D.R.T.C.T. I II I 3 1 ! I NOTES, I1/1ATCHLINE 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. �I m a 0 u City f i�� r Wort/ 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 - - VILLAGE CREEK BASIN OF CROWLEY RELIEF INTERCEPTOR M--325 q"i PARCEL NO. 15 PE _ I CITY PROJ. No. 100276 PERMANENT SANITAJRY SEWER EASEMENT _ _ _ CUR IS SMITH/ OWNER. CROWLEY SURVEY: LOT 1. LOCK 1NDEqT R5E:MARY®L UISTT INTP�RjI��C11��TE SCHOOL ADDITION LINTY, - - f : 5494 LOCATION: CITY OF FORT WORTH, TARRA TEXAS '' • .S ' ACQUISITION AREA: 4,490 SQUARE FEET OR 0.1.03 ACRES WHOLE PROPERTY ACREAGE: 16.345 ACRES (BY PLAT) CURTIS SMITH JOB No. TN&P1701.01 I DRAWN BY JPH CAO FILE- 15_PE.DWQ REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JULY 7, 2017 EXHIBIT 8 PAGE 1 OF 2 SCAM.1" - 100' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA da ASSOCIATES, INC. - 7524 JACK NEWEELL BOULEVARD SOUTH FORT WORTH, TX. 78118 817-496-1424 FAX B17-496•-17W EXHIBIT ".B " uu !! pp r� PARCEL No. 15 PE11;1 MATCHLINE oilI r�E 1 I I 20' PIPELINE EASEMENT �LOcx 11qRrfjTVpIA i i —� ,I-----C.C.F. No. DC07115034 � 1+fOPT ��3 ! —�� �—t--C.C.F. No. 205232630 � p�, AD pip 3 I D.R.T.C.T. N T � �.'r C.T. ; i ACQUISITION LOCATION CA 50' ACCESS AND 1 I I UTILITY EASEMENT f ; � ; SUBJECT TRACT & C,C.F. No. D208013877 I D.R.T.C.T. I I I LOCATION OF ACQUISITION LOT 1 f i c CROWLEY INDEPENDENT i i o i 154.70 ACRES (BY DEED) SCHOOL DISTRICTto I I I I GUION GREGC III VOLUME 10150 D.R.T.C.T: PAGE 1227 1 I I C_C.F. No. D.T. 360 f � , � � D.R.T.C.T.. 0.124 ACRES (BY DEED) CITY OF FORT WORTH f I P.O.B.1 C.C.F. No. 0206105119 I I I D.R.T.C.T. I I I I i PERMANENT SANDRY SEWER EASEMENT AREA ---------------------� �__----...—:.—:—:.. 4,490 SO. EP .OR - - ---- ---- I �y L-S- �.::::::;;:;: ;::t:::::;; I i 0.103 ACRES ...:::� , �- �L-'2' --------------------- RIGHT—OF—WAY DEDICATION 20 MULTIPLE PIPELINE C.C.F. No. D216001842 -RIGHT—OF WAY AND EASEMENT D.R.T.C.T, C.C.F. No. D205115032 D.R.T.0 T. "- S ' RI 2s DUT%IfEI . LL=2 S 89-25'58. 146,79'.1 73.625 ACRES (BY DEED) L-3 N 00'38'52""W 11.00' 1 C.C.F. Na 0212320034 11-4 N 89'24'27' E 48.03' D.R.T.C.T. �L- 5 N 00'35'33"W 29.00' L-6 N 89'24'27"E 99.09' NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 10050 0 100 2. AM SWINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAI THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE — - - SCALE IN FEET Ity of r iL worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 VILLA CE CREEK BASIN x�'� . R...., CROWLEY RELIEF INTERCEPTOR M 325 ��sTF PARCEL NO. 15 PE I CITY PROJ. No. 100276 PERMANENT SANITARY SEWER EASEMENT C TTS SMIT OWNER: CROWLEY INDEPENDENT SCHOOL DISTRICT -- w -- •-•---- SURVEY. LOT 1, BLOCK 1, ROSEMARY INTERMEDIATE SCHOOL ADDITION — "A'P 5494 ' LOCATION: CITY OF FORT WORTH, 7ARRANT COUNTY. TEXAS — - � .....,,,.... ACQUISITION AREA: 4,490 SQUARE FEET OR 0.103 ACRES S WHOLE PROPERTY ACREAGE: 16.345 ACRES (BY PLAT) CURTIS SMITH J08 No. TNdcP1701.D1 DRAWN BY JPN �CAD FILE 15-PEDWG REGISTERED PROFESSIONAL LAND SURVEYOR' DATE: JULY 7. 2017 EXHIBIT B PAGE 2 OF 2 ISCALE: 1" - 100' .NO. 5404 TE7fj45 FIRM No. 10106900I GORRDNOONA de ASSOCIATES, INC. 7524 JACK NEWELL BOULEVARD 5 UTH FORT WORTH, TX. 76118 817-496-1424 F 817-49.6-1760 Page 1 of 7 0218145732 7131201810:15 AM PG 7 Fee: $40.00 Submitter. XEROX CDMMERC1AL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records w_ ��t}u•.or ��► efts, Mary Louise Garcia VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-326 PARCEL No.16 PE PT I CITY PROJECT No. 100276 MOSES WALTERS SURVEY, ABSTRACT No.1699 CITY OF CROWLEY, TARRANT COUNTY, TEXAS STATE OF TEXAS § COUNTY OF 'T Ag APq§ KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATE: f GRANTOR: JUSTL.AND DEVELOPMENT, LLC GRANTOR'S MAILING ADDRESS (including County), P.O. BOX 969 SANGER, DENTON COUNTY, TX 76268 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS. (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 75102 CONSIDERATION: Tan 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. 1698, City of Crowley, Tarrant County, Texas, said permanent sanitary sewer easement being a portion 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 the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described In exhibits "A" and "B" PERMPAENT SEWER FACi[.iTY EASEMENT Rev. 01/18/17 &$1' WOTiT . VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-326 PARCEL No. 16 PE PT 1 CITY PROJECT No. 100276 MOSES WALTERS SURVEY, ABSTRACT No.1596 CITY OF CROWLEY, TARRANT COUNTY, TEXAS STATE OF TEXAS § KNOW AI la MEN BY THESE PRESENTS COUNTY OF ��'�'�r § CITY OF FORT WORT.M PERMANENT SEWER FACILITY EASEMENT DATE: 1 GRANTOR: JUSTLAND DEVELOPMENT, LLC GRANTOR'S MAILING ADDRESS (including County): P.O. BOX 969 SANGER, DENTON COUNTY, TX 76266 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 Crowley, Tarrant County, Texas, said permanent sanitary sewer easement being a portion 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 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 Rev. 0118117 ORTWOR'� , 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. Grantor and Grantee expressly agree that this Permanent Sewer Facility basement will be assigned to the City of Fort Worth prior to the commencement of construction. In no event shall Grantor (l) 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. 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. 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 Raw. 01110/17 aRrWose . GRANTOR: Justland Development, LLC C� lo THE STATE OT�S § COUNTY OF *AARA-wr-TeT § GRANTEE: City of Fort Worth rt--)l By (Signature . (Print Nar*ve Caoke, lPropes'ty Nfttgement Dilrectar APPROVED AS TO (Signature) r (Print NameC' ACKNOWLEDGMENT AND LEGALITY AffilCity r�gy 1: e BEFORE N0, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appearedil�1Da_ mown to meto be the same person whose name is su scribed to the foregoing instrument, and acknowledged to me that the same was the act o#`and that he/she executed the same as the act of said Lt,4 • .l rrdfli the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this C--IX day of n VIC.. , 201 LEA N MOODY,.. Public, a ZHtate*Tas _Notary State of texas N ubiac in and for �'• rr' Comm. Expires 10-21-2019 Notary ID 4210384 PERMANENT SEWER FACILITY EASEMENT Rev. ail1Bill 9 I4 R7' . ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary P bll in"lor S ate of Tex sonthis day personally appeared Ste- IMae s mme erson of the Ctty of Fort Worth, known tp 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 20A. Notary Public in and for the State of Texas o`fpY A48' L'1 O SUM'IER Na�r3r �I�blio- t� of i8"o NoNry lD 0128'254929 CDMMIMIOR tiff 10. 2022 PERMANENT SEWER FACILITY EASEMENT Rev, Of/18117 URT WO T . VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No. 16 PE PT 1 CITY PROJECT No.100276 MOSES WALTERS SURVEY, ABSTRACT No.1598 CITY OF CROWLEY, TARRANT COUNTY, TEXAS 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 a 72.700 acre tract of land (by deed) deeded to Justland Development, LLC as recorded in County Clerk's File No. D218095428 of the Deed Records of Tarrant County, Texas,: said permanent sanitary sewer easement being more particularly described by metes and bounds as follows: COMAWNCING at a 1/2 inch iron rod with cap stamped "RPLS 5544" found for the northwest corner of said 72.700 acre tract of land, said 1/2 inch iron rod with cap stamped "RPLS 5544" being in the north line 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 said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "RPLS 5544" also being in the south line 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; THENCE South 3 8 degrees 46 minutes 19 seconds East, with the west line of said 72.700 acre tract of land, a distance of 576.63 feet, to a l 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; THENCE South 40 degrees 51 minutes 47 seconds East, with the west line of said 72.700 acre tract of land, a distance of 798.97 feet to a 1/2 inch iron rod with cap stamped "RPLS 5544" found for an angle point in `she 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 94.10 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement; THENCE South 89 degrees 55 minutes 36 seconds East, a distance of 741.42 feet to a point for corner in the east line of said 72.700 acre tract of land, said point also being in the west line of a 380.083 acre tract of land (by deed) deeded to Gerald J. Bauer, Trustee of the Gerald J. Bauer Trust as recorded in County Clerk's File No. D215290951 of said Deed Records of Tarrant County, Texas and being further described in Volume 14233, Page 225 of said Deed Records of Tarrant County, Texas; Exhibit A Page 1 of 2 THENCE South 00 degrees 39 minutes 08 seconds East, with the cast line of said 72.700 acre tract of land and with the west line of said 380.083 acre tract of land, a distance of 30.00 feet to a point for corner, from which a 1/2 inch iron rod found for the southwest corner of said 380.083 acre tract of land bears South 00 degrees 39 minutes 08 seconds East, a distance of 1149.44 feet, said 1/2 inch iron rod being an angle point in the east line of said 72.700 acre tract of land, said 1/2 inch iron rod also being the northwest corner of a 93.865 acre tract of land (by deed) deeded to Bauer Farms & Land, L.L.C. as recorded in. County Clerk's File No. D210311504 of said Deed Records of Tarrant County, Texas; THENCE North 89 degrees 55 minutes 36 seconds West, a distance of 739.53 feet to a point for corner; THENCE South 52 degrees 25 minutes 51 seconds West, a distance of 71.15 feet to a point for corner in the west line of said 72.700 acre tract of land; THENCE North 35 degrees 55 minutes 09 seconds East, with the west line of said 72.700 acre tract of land, a distance of 90.62 feet to the POINT OF BEGINNING and containing 23,116 square feet or 0.531 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 8, 2018 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 P. 0. C. 1/2" IRON ROD WITH CA STAMPED "RPLS 5544" L'.xt1 B1 T �g�7 f9 PARCEL No. 16 PE PT 1 REMAINDER OF 154.79 ACRES (BY DEED) GUION GREGO III C.C.F. No, 0214161360 D.R.T.C.T. 1/2" IRON ROD STAMPED "RPLS s` ¢ a'• 10,526 ACRES (BY DEED) ONCOR ELECTRIC DELIVERY COMPANY, LLC C.C.F. No: D209327919 VOLUME 3540, PAGE 527 D.R.T.C.T. MOSES WALTERS. SURVEY ABSTRACT No. 1598 IJEy� ABLE I LIN DIA E L-7 S 35'55 94.10 L--2 S 89'55'36"E 741.42' L-3 S OW39'08"E 30.00' L-4 N 89'55'36')y 738.53' L-5 S 52'25'51' 71.15' L-6 N 35'55'09'' 90.62' 4 EASEMENT LOCATION SUBJECT TRACT & LOCATION OF EASEMENT L-1 IP.a.B. PERMANENT SANfPARY SEINER EASEMENT AREA 23,115 SQ. FT. OR 0.534 ACRES 1/2" IRON ROD W/CAP STAMPED "RPLS 5544" a 15' SANITARY Ld iF 4A C]Fig W Wg -� i u m 6p U3 u SEWER EASEMENT JME 7271, PAGE 658 ® J D.R.T.C.T. W OI m"F a M � ��Ncj d 72.700 ACRES (BY DEED) o o ° Z JUSTLAND DEVELOPMENT, LLC '"1w C.C.F. No. D218095428 � D.R.T.C.T. FND 1/2113 NOTES: 500 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 25C 5[30 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD-53, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE: SCALE I N FEET 7tue of For-f- 400113TA Worth 10D0 THROCKMORTOH STREET FORT WORTH, TEXAS 76t02 , - - -- VILLAGE CREEK... BASIN OF CROWLEY RELIEF INTERCEPTOR M-326 A �xSTe•''•• PARCEL No. 16 PE PT.1 Li CITY PROJ. No. 10027?�� PERMANENT SANITARY EASEMENT EASEMENT I TI5- SMITH _C � � f SURVEY: MO SNWALTWSURVEY.LABSTRACT No, 1598 5494 . LOCATION: CITY OF CROWLEY, TARRANT COUNTY, TEXAS ACQUISITION AREA: 23,116 SQUARE FEET OR 0.531 ACRES su WHOLE PROPERTY ACREAGE: 72.700 ACRES (BY DEED) CURTIS SMITH JOB NG. TN&P1701.01 DRAWN BY: SHS I CAD FILE: 16.,•PE_O1,DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JUNE 8, 2018 E3LHIBTr 8 PAGE 1 OF 1 SCALE: 1' — 500' NO. 8494 FIRM Ka. 10105900 GORRONDONA & ASSOCIATES, IN , • 7524 JACK NEWELL. BOULEVARD 8 M FORT WORTH, TY. 78118 817-408-1424 FA)C 817-498-1788 Rage 1 of 7 D218145802 713/2018 11:16 AM PG 7 Fee: $40.00 Subrnitter: XEROX COMMERCIAL SOLUTIONS Electronically recorded by Tarrant County Clerk in Official Public Records Mary Louise Garcia VILLAGE CREEK DASIN CROWLEY RELIEF INTERCEPTOR M-326 PARCEL, No.16 PE ITT 2 CITY PROJECT No.100276 MOSES WALTERS SURVEY, ABSTRACT No.1698 CITY OF CROWLEY, TARRANT COUNTY, TEXAS STATE OF TEXAS COUNTY OF 11/ifoja KNOW ALL MEN BY THESE PRESENTS CITY OF FORT WORTH PERMANENT SEWER FACILITY EASEMENT DATE: 4 X I GRANTOR: JUSTLAND DIEVELOPMENT, LLG GR ANTOWS MAILING ADDRESS (Including County): P.O. BOX 9d9 SANGER, DENTON COUNTY, TX 76266 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. r PROPERTY: Befng 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 a 72.700 acre tract of fend (by deed) deeded to Justland Development, LLC as recorded in County Clerk's File No. D218096428 of the Deed Records of Tarrant County, Texas, said permanent sanitary sewer easement being more particularly described in exhibits "A" and "B". I PERMNENT SEWER FACILITY EASEMENT Rev. 01116/17 parrrWpp- VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL. No. 16 PE PT 2 CITY PROJECT No.100276 MOSES WALTERS SURVEY, ABSTRACT No. 1698 CITY OF CROWLEY, TARRANT COUNTY, TEXAS STATE OF TEXAS p § KNOW ALL MEN BY THESE PRESENTS COUNTY OF § CITY OF FORT WORTH - PERMANENT SEWER FACILITY EASEMENT DATE: lAalr r r GRANTOR: JUSTLAND DEVELOPMENT, LLC GRANTOR'S MAILING ADDRESS (including County): P.O. BOX 969 SANGER, DENTON COUNTY, TX 76266° 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 Crowley, Tarrant County, Texas, said permanent sanitary sewer easement being a portion of a 72.700 acre tract of land (by deed) deeded to Justiand Development, LLC as recorded in County Clerk's File No. D218095428 of 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 Rev. 01118117 - ORT ORT . 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. Grantor and Grantee expressly agree that this Permanent Sewer Facility Easement will be assigned to the City of Fort Worth prior to the commencement of construction. 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. 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. a118117 ORT WORT . GRANTOR: Justland Development, LLC THE STATE OF TEXAS § obnkn COUNTY OF TAMPMK § GRANTEE,..C-lyty of; rt Worth 6 I rt ; By (Signature):r` f.�� � Steve Cache, PropertyMRna em nt Director (Print Name) , Title APPROVED AS TO (Signature) (Print NMCO AC"OWILEDGIMEN- T AND LEGALITY fy BEFORE MM, the undersigped authority,4 Notary Public in and for the State of Texas, on this day personally appeared �'[ known to me to be the same person whose na�ne is sub cribed to the foregoing instrument, and acknowledged to me that the same was the act and that he/she executed the same as the act of said- 5� the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY BAND AND SEAL OF OFFICE.this day of 20ky .�,.. .. - . 11 �I """"'• LEA ANN MOODY Notary Public, State of Texas ary Public in and for the Mate of as . , Comm. Expires 10-21-2019 Notary1D 4216384 PERMANENT SEWER FACILITY EASEMENT Rev. 01/18117 Itr Woer . ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE MET the undersigned authority, a Notary Public In and for the State of Texas. o this day personally appeared Cdd(v— fit' of the City of Fort Worth, known to me to be thesame prson 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 I stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ��1 day of J c n1rt , 24S-K. Notary Public in and for the State of Texas g1�5iY P46 6EO �LAMNER * P1ot�ry1 �I�Ey1io-S�ta df TAx�Tt � Pa�tmie�laa �. F�OY t0, %Q?2 PERMANENT SEWER FACILITY EASEMENT Rev. 0111e1i7 OTWORT. VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR M-325 PARCEL No.16 PE PT 2 CITY PROJECT No.100276 MOSES WALTERS SURVEY, ABSTRACT No.159S CITY OF CROWLEY, TARRANT COUNTY, TEXAS 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 a 72.700 acre tract of land (by deed) deeded to Justland Development, LLC as recorded in County Clerk's File No. D218095428 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 "RPLS 5544" found for the southwest corner of said 72.700 acre tract of land, said 112 inch iron rod with cap stamped "RPLS 5544" being in the south 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, said 1l2 inch iron rod with cap stamped "RPLS 5544" also being in the north line of a 73.625 acre tract of land (by deed) deeded to MYWC, LLC, in County Clerk's File No. D212320034 of said Deed Records of Tarrant County, Texas; THENCE North 26 degrees 36 minutes 14 seconds East, with the west line of said 72.700 acre tract of land, a distance of 148.87 feet to the POINT OF BEGINNING of the herein described permanent sanitary sewer easement; ' THENCE North 26 degrees 36 minutes 14 seconds East, with the west line of said 72.700 acre tract of land, a distance of 33.59 feet to a point for corner, from which a 112 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 26 degrees 36 minutes 14 seconds East, a distance of 567.52 feet; THENCE North 89 degrees 52 minutes 07 seconds East, a distance of 138.56 feet, to a point for corner; THENCE North 25 degrees 19 minutes 58 seconds East, a distance of 771.10 feet, to a point for corner; THENCE North 12 degrees 05 minutes 11 seconds West, a distance of 83.72 feet, to a point for corner in the west line of said 72.700 acres tract of land; THENCE North 35 degrees 55 minutes 09 seconds West, with the west line of said 72.700 acres tract of land, a distance of 40.37 feet to a point for corner, from which a 112 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 hears North 35 degrees 55 minutes 09 seconds East, a distance of 596.71 feet; Exhibit A Page 1 of 2 THENCE South 12 degrees 05 minutes 11 seconds East, a distance of 120.89 feet, to a point for corner; THENCE South 25 degrees 19 minutes 58 seconds West, a distance of 800.20 feet, to a point for corner; THENCE South 89 degrees 52 minutes 07 seconds West, a distance of 172.61 feet to the POINT OF BEGENNING and containing 31,306 square feet or 0.719 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 8, 2018 '14 Curtis Smith Registered Professional Land Surveyor No. 5494 Texas Firm No. 10106900 Exhibit A Page 2 of 2 �6'3fi'14'E�0948.87'E� L-2 N 28'38'14"E 33.59` L-3 N 89+52'D7"E 138.56, L-4 N 25'19'58"E 771.10' L-5 N 12*05'11 "W 83.72' L-8 N 35'S5'09"E 40.3T L-7 S 12'05'11E 120.89' L-8 S 25'19'58"W 800.20' L--9 S 89'52'07"W 172.61' A1XHIMI 1 9'B " PARCEL No. 16 PE PT 2 EANENT LOCATION SUBJECT TRACT & LOCATION OF EASEMENT 72.700 ACRES (BY DEED) JUSTLAND DEVELOPMENT, LLC C.C.F. No. D218095428 D.R.T.C.T. ILI 1/2" IRON ROD W/CAP REMAINDER OF A STAMPED "RPLS 554V 154.79 ACRES (BY DEED) GUION GREGO III C.G.F. No. D214181360 y$ D.R.T.C.T. MOSES WALTERS SURVEY = `'�I ABSTRACT No. 1598 1/2"IRON ROD W/CAP STAMPED "RPL.S 5544' 73.625 ACRES fBY DEED) MYWC, C C,C,F. N.., D.R.T.C.T. L P. O.B. 15' SANITARY SEWER EASEMENT VOLUME 7271, PAGE 656 1 PERMANENT Ls 3 SANITARY ar SEWER EASIM EN 1 AREA � �1/2' IRON ROD WITH CAP STAMPED "RPLS 5544" 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. M� soo 250 a 500 SCALE IN FEET Co"itve o fl'"11--O rt wort 1 000 THROCKMOIi'T'ON STREET FORT WORTH,. TEXAS 78102 CRCWEEY RELIEF INTERCEPTOR M-326 T�R�.; (- PARCEL No. 16 PE PT 2 CITY PROJ. No. 100276 • �f �_ � � 9� PERMANENT SANTI'ARY SEWER EASEMENT `Cl1 ITS S(+AITh{ :. OWNER: JUSTLAND DEVELOPMENT, LLC •t;"'' 549.4_ _JOB SURVEY; NipSES WALTERS SURVEY, ABSTRACT No. 1598 LOCATION: CITY OF CROWLkY. TARRANT COUNTY, TEXAS ACQUISITION AREA: 31,306 SQUARE FEET OR 13.719 ACRES WHOLE PROPERTY ACREAGE: 72.700 ACRES {8Y DEED} GURTIS SMITH SHS CAD ISCALE,L1" REGISTERED PROF �D SURVEYOR0, DATENJl1NE BP12D191 �EXHBN GORRDNO�NA Lt ASSOCIATES, IN 6•PAGE 1 OF 1 d 80SQ02.OWG +��4 JACK. NEWELL BOULEVARD SOUTH FORT WOI7iF1, TX. 76118 5800 .817-49E--1424 FAX 8��496--17138 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Upper Big Fossil Creek STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Drainage Basin Relief Interceptor Revised July 1, 2011 City Project No. 02515 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 8701 John Carpenter Freeway, Suite 250 balsas, lexas 15241-4640 214.676,0227 Rhone 214.678.0228 Fax www.hvj.com July 18, 2017 Andrew Luce, P.F. Teague Nat c& Perkins, Inc. 5237 N. Riversidee Drive, Suite 100 Foxt Worth, Texas 76137 Re: Geotechnical Investigation Crowley Relief Interceptor M-325 Crowley and Fort Worth, Texas Owner.: Gity of Fort Worth HVJ Associates No. DG1610112 Dear Mr. Luce. Submitted herein is the final. report of our geotechnical investigation for the above referenced project:. The study was performed in accordance with proposal number, DG-1 G-10112 and sub contract agreement dated April 17, 2017 and is Subject to the limitations presented in this report. %Ve appreciate the oppotumity of working ,wvith you on this project. Please read the entire report and notify us if there arc clu€:stions-concc xnitrf; this reptsrt or if we maybe of .further assistance. Sincerely, HVJ NORTH TEXAS - Cll-IEL LIAR CONSULTANTS, INC. `1 exas Firm e-Vtration No. F.-17942 v Robert Lawrence, PE Project Manager. L/FF/RE Ravi Teja Elepe, EIT Staff Engineer Tine seal aappea6ig on ibis doctunent was authorized by Robert 11. Lawrence, P.1i. 1.20422 on July 18, 2017. Alteration of a scaled document without proper notification to the responsible engineer is an offense under the Texas Engineering Rractice Act. tkiaia ..j"ext — 23 pages * Appendix B — 6 pages Plates — 22 pages ® Appendix C — 22 pages _'appendix A — 4 pages * Appcndix D — '17 pages Of ice. upe rated Hy NNIJ North Texas Cheltiah €:oasultams, Inc., a proud independ idy mvne d -..rid ope;rttcd HV-1 rrat1&.-isce CONTENTS Page EXECUTIVESUMMARY...............................................................................................................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 CHARACTERIZATION.........................................................................................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 . ............................ ......................................................................................7 5.2 Geotechnical Parameters............................................... .V....................................................7 5.3 Pipe Installation recommendations ..:......... ... 9 ......................................... ............................. 6 UTILITY 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 8 DESIGN REVIEW......................................................................................................... 19 9 LIMITATIONS................................................................................................................19 LIST OF TABLES Table2-1 — Groundwater Readings...................................................... Table 3-1 —Type and Number of Laboratory Tests ............................. Table4-1 — Stratum Types Encountered .............................................. Table 5--1 Geotechnical Parameters ................................................... Table5-2 E'n Values..: ... *""*'**'* ..................... **' * ....... ­* .......... * ......... Table 5-3 Soil Categories as per ASTM C1479M ............................... Table 6-1 OSHA Soil Types.............................................................. Table 6-2 — Soil Type Definitions......................................................... PLATES Page ........................................ 4 ........................................ S ........................................ 6 ........................................ 8 ...................................... 10 ...................................... 12 ...................................... 14 ...................................... 14 Plate SITEVICINITY................................................................................................................................................1 GEOLOGYMAP............................................................................................................................................. 2 PLAN OF BORINGS................................................................................................................. 3A, 313 & 3C BORINGLOGS....................................................................:............................................................... 4-15 e KEY TO TERMS & SYMBOLS USED ON BORING LOGS..........................................-16A & 16B BRACED EXCAVATION LATERAL EARTH PRESSURE DIAGRAM.......................................17 RIGIDPIPE LOADS....................................................................................................................................18 APPENDICES Atpt),p et1C1lX SUMMARY OF LABORATORY TEST RESULTS.................................................................................A OSHA TABLE SLOPE CONFIGURATIONS......................................................................................... B ADVANCED LABORATORY TEST RESULTS.................................................................................... C PIEZOMETER SCHEMATICS AND WELL REPORTS......................................................................D EXECUTIVE SUMMARY F Vj Associates% was retained by Teague Nall Perldns (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. 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 out held activity in the borings are summarized in the following table. Stratum Tvpes Encountered Stratum Approximate Depths of Strata Encountered at Borings (feet) Type Clay Gravel/ Weathered Fill(') Lean/Fat Sand Limestone Limestone(5) Shale(6) /Sandy(2) clayey(3) (4) B1 - 0-7 - 7-8 8-10 10-250 B2 - 0-10 - - - 10-200 B3 0--4 4-14 - _ 14-25(7 - B4 0-8 8-20 - - 20-27 27-30M B5 - 0-6 6-11 - 11-25M - B6 - 0-14 - 14-17 17-250 - B7 - 13-18 - 0-13 - 18-35M B8 - 0-12 12-17 17-21 21-250 - B9 - - - 0-13 16-30(7) 13-16 B10 - 0-13 13-20(7) - - - B11 - 0-6 - 6-25P) - B-12 0-5 5-19 - 19-20(7) 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 borings 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 ou 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. I INTRODUCTION 1.1 General HVJ Associateso was retained by 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. 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 PrQaraim 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 piczometers 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 5arn ling 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 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 documented 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. 23 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. Well reports 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 dieter Date of reading reading g B-1 Dry Dry N/A N/A B-2 8.5 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 Corirtg* 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 6/30/17 * 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 #200 sieve were performed, unconfined compressive strength, dry unit weight, sieve analysis, free swell,• sulfates, chlorides and pH were perfortned 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 froin 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) 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 (ASTM D422) 3 Free Swell (ASTM D4546) 3 Sulfates (SW-846 9038) 3 Chlorides (SM4500-CI-B) 3 pH (EPA 9045C) 3 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 8,000 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 ofEconomic 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 StratiVratghv 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 Fill(') Lean/Fat Sand Limestone Limestone(;) Shale(6) /Sandy(z) clayey(;) (4) B1 - 0-7 - 7-8 8-10 10-25(7) B2 - 0-10 - - - 10-20M B3 0-4 4-14 - 14-250 - B4 0-8 5-20 - - 20-27 27-30(7) B5 - 0-6 6-11 - 11-25(7 - ro Stratum Type Approximate Depths of Strata Encountered at Borings (feet) Clay Gravel/ Weathered Fill(t) Lean/Fat Sand Limestone Limestone(5) Shale(6) /Sandy(z) clayey(3) (4) B6 - 0-14 - 14-17 17-25(7) - B7 - 13-18 - 0-13 - 18-350 B8 - 0-12 12-17 17-21 21-25C4 B9 - - - 0-13 16-30hi 13-16 B10 - 0-13 13-200 - - - B11 - 0-6 - 6-25(7) _ - ! II B-12 0-5 5-19 _ 19--20(7) - - 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. Detailed descriptions of the soils and rocks encountered in the borings are given on the boring, logs presented on Plates il through 15. Keys to the terms and symbols used for soil and rock classification on the boring logs are presented on Plates 16A and 16B, respectively. UTILITY DESIGN CRITERIA AND RECOMMENDATIONS 5.1 General The project will involve installation of water/sewer lines along the proposed alignment in Crowley and Dort 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 usin� open -cut and/or auguring techniques. Our analyses and recommendations for open cut d 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 - Geotechnical Parameters Approximate . Invert Depth Boring of Pipeline Approximate No. at the boring Depth (feet) location (feet) 0-7 7-8 B-1 19.01 Ij 8-10 10-25 0-10 B-2 15.33 10-20 0-4 B-3 18.3 I 4-14 { 14-25 j! 0-3 1 3-20 B-4** 2$.0 20-27 27--30 0-6 B-5 20.0 I 6-11 11-25 0-14 B-6 18.36 I 14-17 17-25 0-13 13-18 B-7 27.66 18-25 25-35 0-12 12-17 B-8 20.17 17-21 21-25 0-13 B-9 21.98 13-16 16-30 0-13 B-10 16.1 13-20 0-6 B-11 21.0 6-25 Soil Description Very Stiff Lean Clay Weathered Limestone Unweathered Limestone Unweathered Shale Stiff to Very Stiff Fat/Lean Clay Unweathered Shale Dense Clayey Gravel Very Stiff Fat Clay Unweathered limestone Fill: Clay with Sand Stiff to Very Stiff Lean Clay Unweathered Limestone Unweathered Shale Very Stiff Lean Clay Dense Clayey Gravel Unweathered Limestone Very Stiff Lean Clay Weathered Limestone Unweathered Limestone Weathered Limestone Very Stiff Fat Clay Weathered Shale Unweathered Shale Stiff Fat Clay Dense Clayey Gravel Weathered Limestone Unweathered Limestone Weathered Limestone Weathered Shale Unweathered Limestone Stiff Fat Clay Medium Dense Clayey Sand Very Stiff Lean Clay Weathered Limestone rV Undrained Allowable Shear Bearing Total Unit (pcf) Strength Pressure (psf)/Friction (psf) Angle (deg) 125 3,000 psf 4,500 130 - 4,500 145 - 4,500 140 - 4,500 125 1,600 psf 2,500 140 - 4,500 125 32 deg 4,500 125 3,000 psf 4,500 145 - 8,000 125 3,000 psf 1,800 125 1,200 psf 1,800 145 - 4,500 140 - 4,500 125 3,000 psf 4,500 125 32 deg 4,500 145 - 8,000 . 125 2,500 psf 4,000 130 - 4,500 145 - 8,000 130 - 4,500 125 3,000 psf 4,500 130 - 4,500 140 - 4,500 125 2,000 psf 3,000 125 32 deg 4,500 130 - 4,500 145 - 8,000 130 - 4,500 130 - 4,500 145 - 8,000 125 1,500 psf 2,500 125 30 deg 3,500 125 2,500 psf 4,000 130 - 4,500 Approximate Und ed Invert Depth ear Shear Allowable Boring of Pipeline Approximate Soil Description Total Unit (pcf) Strength Bearing No. at the boring Depth (feet) (psf)/Friction Pressure location Angle (deg) (PSI) (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 >3-12 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 Pipe Installation recommendations Pipe Design. The loads imposed on underground pipes depend principally upon the method of installation, the weight of overburden soils, 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'n values are based on empirical relationships to the soil consistency as defined by unconfined compression tests for cohesive soils. E'n values for the native soils are presented in the following table. The E'„ 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. I. I" ably 5-2 - On Values Approximate Invert Depth Boring of Pipeline Approximate No, at the boring Depth (feet) Soil Description location (feet) B-1 B-2 i B-3 B-4* B-5 B-6 B-7 B-8 B-9 B-10 0-7 7-8 19.01 8-10 10-25 0-10 15.33 10-20 0-4 18.3 444 14-25 0-3 -20 3 28.0 20-27 27-30 0-6 20.0 I 6-11 11-25 0-14 18.36 I 14-17 17-25 0-13 13-18 27.66 18-25 25-35 0-12 2-17 1 20.17 17-21 21-25 0-13 21.98 I 13-16 16-30 -13 Q 16.1 13-20 0-6 21.0 k G-25 Very Stiff Lean Clay Weathered Limestone Unweathered Limestone Unweathered Shale Stiff to Very Stiff Fat/Lean Clay Unweathered Shale Dense Clayey Gravel Very Stiff Fat Clay Unweathered Limestone Fill: Clay with Sand Stiff to Very Stiff Lean Clay Unweathered Limestone Unweathered Shale Very Stiff Lean Clay Dense Clayey Gravel Unweathered Limestone Very Stiff Lean Clay Weathered Limestone Unweathered Limestone Weathered Limestone Very Stiff Fat Clay Weathered Shale Unweathered Shale Stiff Fat Clay Dense Clayey Gravel Weathered Limestone Unweathered Limestone Weathered Limestone Weathered Shale Unweathered Limestone Stiff Fat Clay Medium Dense Clayey Sand Very Stiff Lean Clay Weathered Limestone 10 On, Long Total Unit (pef) Term (psi) 125 1,000 130 2,000 145 3,000 140 2,000 125 600 140 2,000 125 1,000 125 1,000 145 3,000 125 1,000 125 600 145 3,000 140 2,000 125 1,000 125 1,000 145 3,000 125" 1,000 130 2,000 145 3,000 130 2,000 125 1,000 130 1,000 140 2,000 125 600 125 1,000 130 2,000 145 3,000 130 2,000 130 1,000 145 3,000 125 600 125 1,000 125 1,000 130 2,000 Approximate Invert Depth E'n Boring of Pipeline Approximate Soil Description Total Unit (pcf) Long No. at the boring Depth (feet) Term location (psi) (feet) 0-5 Fill: Clay 125 600 5-8 Stiff to Very Stiff Fat Clay 125 1,000 B-12 17.0 8-19 Stiff Fat Clay 125 300 19-20 Weathered Limestone 130 2,000 *B-4 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 Iaid 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. L VJ 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 pea 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 fcr ASTM C 11479;r'L Soil Category USCS Classifications Category I SW, SP, GW, GP GM, GC, SM, SC with more than 12% fines Category II CL, ML, CL-ML with more than 30% retained on 75 µm sieve Category III CL, ML, CL-ML with less than 30% retained on 75 µm 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 backfiu 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 Onen--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 Stabilipt. 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/Fort 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 andt 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 (414: 1V) or steeper. Table B-1 presents maximum allowable slopes and configuration's 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 other 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 V/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/z: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 weak material (trench backftll). 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 BorinZ_ 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. Ali7nment. 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 becompatible 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 -bearing 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 0 u.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 Testing We recommend that backfill be monitored by an accredited testing laboratory to verify that construction is performed in conformance with project specifications. HVJ 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 Y Irving Lakeftrw VINT$ 1krite'vie-a. Fort Worth -7- Arlington LE3 EdWdOt �mage iKKI Site Location 47ctrw hilt$ 1k 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 DATE; 6/6/2017 APPROVED BY: PREPARED BY: N RL EH SITE VICINITY MAP cRovaHy INTERCEPTOR Image obtained from Google Maps, June 2017. PROJECT NO.: DG-16-10112 I DRAWING NO.: PLATE 1 `r" - • III "* r. µ _ _ " si a _ -ice ���~ �}•1 _ •"f- r +. y� + - - � •y __ �. -- -+, Project Site — 41 ry db I 8701 John Carpenter Fwy Suite 250 Dallas, TX 75247 Km: Grayson Marl and Main Street Limestone undi`rided' � Y APPROVED BY: PREPARED BY. DATE: G/6/2017 RL EH N GEOLOGY MAP Source: Geologic Atlas of Texas Dallas Sheet CROWLEY INTERCEPTOR UT Austin Bureau of Economic Geology PROJECT NO.: DG-16-10112 DRAWING NO,: PLATE 2 Approximate Boring Location -� Pipeline alignment Image obtained from Google Earth, June 2017. n55P[nT[5 DATE: 6/26/2017 8701 John Caxpeater Rwg Suite 250 Dallas, TX 75247 APPROVED BY: PREPARED BY: RL I FIx PLAN OF BORINGS CROWMY U rMPICEP'T'OR PROJECT NO.: DG-16-10112 I DRAWING NO.: PLATE 3B .% �"j Approximate Boring Location Pipeline alignment i Image obtained from Google Earth, dune 2017. 8701 John Carpenter Fwp Suite 250 Dallas, TX 75247 AS30[InT [5 DATE: 6/6/2017 APPROVED BY: PREPARED BY: RL EH PLAN OF BORINGS CROWLEYiNTERCEPTOR PROJECT NO.: DG-16-10112 I DRAWING NO.: PLATE 3C r•, Project: Crowley Relief Interceptor Boring No.: B-1 Groundwater during drilling: -- Groundwater 24 hours after drilling: --- ELEV. SOIL SYMBOLS LOG OF BORING Cate: 5/15/2017 Northing: -- Easting: -- DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION FEET AND FIELD TEST DATA ..........I .............. I ...... I...... LEAN CLAY (CL), very stiff, moist, dark brown to reddish brown, trace sand and gravel, possible fill sandy gravel LIMESTQNE, hard, tan, weathered LIMESTONE, hard, light gray —10 (sale y SHALE, hard, with limestone seams (5010.7s") 15 Project No.: - DG-16-10112 Elevation: Station: -- Offset: — �� ? w rn SHEAR STRENGTH, TSF rnrn zw CO o w U A XC 0- N } a 0.5 1.0 1.5 2.0 I I I I I I I I z Cl MOISTURE 0 CONTENT, % PLASTIC' LIMIT 1LIQUID LIMIT 10 20 30 40 50 70 80 90 (5010.5") i - 20 1 18-(5014") - 25 ......................................................................... Boring terminated at 25 feet below ground surface. — 30 - 35 Shear Types: • = Hand Penet. 11= Torvane ♦ = Unconf. Comp. X = UU Triaxial See Plate 3 for boring location. PLATE 4 ASSOC;IATI.S t,- LOG OF BORING Project: Crowley Relief Interceptor Boring No.: B-2 Groundwater during drilling: 8.5 feet Groundwater 24 hours after drilling: --- ELEV. SOIL SYMBOLS DEPTH, SAMPLER SYMBOLS SOUROCKCLASSIPICATION FEET AND FIELD TEST DATA Date: 5/15/2017 Northing: -- Easting: -- r 0 ................................................... FAT CLAY (CH), sti...ff to.ve.ry.stiff, moist. .., dark..brown....,..... frAsm reddish brown with calcareous nodules below 5 feet OWAM —5 r _ LEAN CLAY (CL), moist to wet, brown, with gravel - and 1. tan limestone fragments 10 SHALE, hard, dark gray, with light gray limestone layers (5010.75") —15 � (5013.50") —20......:................................................ Boring terminated at 2D feet below ground surface. F —25 —30 —35 Shear Types: = Hand Penet. See Plate 3 for boring location. Project No.: DG-16-10112 Elevation: Station: -- Offset: — ..-I� z W inu� zC) SHEAR STRENGTH, TSF o o a a �+ 0.5 1.0 1.5 2.0 0 0 Ix I I I I I I I I I z 0 MOISTURE D CONTENT, % PLASTIC LIMIT ILIQUID LIMIT 10 20 30 40 50 70 S0 90 96.7 117 I E = Torvane ® = Unconf. Camp. I ASSUCIATF.S G _. X = UU Triaxial PLATE 5 Project: Crowley Relief Interceptor Project No.: DG-16-10112 Boring No.: B-3 Date: 5/15/2017 Eievation: Groundwater during drilling: -- Northing: -- Station: -- Groundwater 24 hours after drilling: --- Easting: -- Offset: - w ELEV. SOIL SYMBOLS ? w ui SHEAR STRENGTH, TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCKCLASSIFICATION U)o wU -�� _ A acQi 0a 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA a p I I I I I I I I I z MOISTURE O CONTENT, % PLASTIC LIMIT ILIQUID LIMIT _0 10 20 30 40 50 60 70 80 90 CLAYEY SANDY GRAVEL (GC), dense, moist, light brown, possible fill 26.7 0 FRIT CLAY (CH), very stiff, mnial, tari and redd'ish • • —5 brawn brown, with calcaroous nodules 111 C'' shaley below 7 feel —1a - U LIMESTONE soft to hard, light gray wiih occesionai... 15 dark gray shale layers — 20 —25 ....................................................................... Boring terminated at 25 feet below ground surface. Shear Types: 6 = Hand Penet. 0 = Torvane A = Unconf. Comp. X = UU Triaxial See Plate 3 for boring location. PLATE 6 �AN%SOCIATES Project: Crowley Relief Interceptor Boring No.: B-4 Groundwater during drilling: -- Groundwater 24 hours after drilling LOG OF BORING Date: 5/31/2017 Northing: -- Easting: -- ELEV. SOIL SYMBOLS DEPTH, SAMPLER SYMBOLS SOIUROCK CLASSIFICATION FEET AND FIELD TEST DATA �.p........................................................................ FILL, clay, with sand, very stiff, dry, brown, trace gravel, organics and calcareous nodules :I 7-6-8 / LEAN CLAY (CL), stiff is very stiff, moist, tan io brown, trace gravel and calcareous nodules —10 —15 - j 8_9-10 —20 ..... No Recovery .................................................... LIMESTONE, hard to very hard, gray, with shale layers —25 No Recovery - E . . .............................................................. •SHA..L, very hard, dark gray with limestone..seams —30 —._................................ .......................... I.............. Baring terminated at 30 feet below ground surface. 35 Shear Types: ® = Hand Penet. See Plate 3 for boring location. Project No.: DG-16-10112 Elevation: Station: -- Offset: - c5 W r z — rn cn "I z u. SHEAR STRENGTH, TSF ¢o oa �10 X a- N y 0.5 to 1.5 2.0 o p M I I I I I I I I I z ❑ MOISTURE O CONTENT, % PLASTIC LIMIT a LIQUID LIMIT 10 20 30 40 50 70 80 90 i 75.8 i o i l 1 � I � I U = Torvane ® = Unconf. Comp. X = UU Triaxial PLATE 7 v]"�T] ASSOC-MrS Project: Crowley Relief Interceptor Boring No.: B-5 Groundwater during drilling: --- Groundwater 24 hours after drilling: --- ELEV. SOIL SYMBOLS LOG OF BORING Date: 5/31/2017 Northing: -- Easting: -- DEPTH, SAMPLER SYMBOLS SOUROCK CLASSIFICATION FEET AND FIELD TEST DATA LEAN CLAY (CL), very suff to hard, dry, dark brown, trace organics and calcareous nodules Project No.: DG-16-10112 Elevation: Station: -- Offset: -- z W SHEAR STRENGTH, TSF u,E5 z� tq 0 w U-� IL N >_ no. 0.5 1.0 1,5 2.0 z I (MOISTURE 0 CONTENT,(% I PLASTIC LIMIT lLIQUID LIMIT 10 20 30 40 50 70 80 90 ' 5.7� 119 CLAYEY SANDY GRAVEL (GC), dense, moist, brawn, with calcareous nodules and weathered limestone fragments 28.9, —10 RX, ........................................................................ REC=80%, LIMESTONE, very hard, tan RQD=15% 152 -15 REC=45%, 145 RQD=37% 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 Q 22 ft -25......................................................... Boring terminated at 25 feet below ground surtace. I i i - - 30 7 l J ' Shear Types: = Hand Penet. 0 = Torvane A = Unconf. Comp. CIE = UU Triaxial i See Plate 3 for boring location. PLATE 8 J .4, ACE 0C IATE-5 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:UJ — ELEV. SOIL SYMBOLS > z iu co SHEAR STRENGTH, TSF DEPTH, SAMPLER SYMBOLS SOUROCK CLASSIFICATION 5)0' Z" Qo �a FEET AND FIELD TEST DATA a a ! } 0.5 1.0 1.5 2.0 o p I I I I I I I I I z d MOISTURE O CONTENT, % PLASTIC LIMIT ILIQUID LIMIT C10 20 3.0 40 50 70 80 90 --0 LEA Wi& tJ LAY jdC ,wery-st'iff to hard, moist, ....... _ dark brown and olive brown, with calcareous nodules and weathered limestone fragments 121 _I 5 U 1 67.8 1 1 1 —10 LItVIES7l7NE, hard, tan, weathered - I-IMESTONE, very hard, light gray —20 REC=75%, _ RQD=60% Compressive Strength at 22 feet = 468.9 tsf 140 —25 Boring terminated at25 feetbeiowgroundsurface. .. — 35 Shear Types: ®T Hand Penet. ®= Torvane ®= Unconf. Comp. X = UU Triaxial See Plate 3 for boring location. PLATE 9 Project: Crowley Relief Interceptor Boring No.: 13-7 Groundwater during drilling: -- Groundwater 24 hours after drilling: --- ELEV. SOIL SYMBOLS LOG OF BORING Date: 5i25/2017 Northing: -- Easting: -- DEPTH, SAMPLER SYMBOLS SOUROCK CLASSIFICATION FEET AND FIELD TEST DATA LIMESTONE, weathered, hard, tan, yellowish brown Project No.: DG-16-10112 Elevation: Station: -- Offset: -- Zw SHEAR STRENGTH, TSF UJ dl z LL d I 01 I 1I I 1I I ZIO I z ❑ MOISTURE Q CONTENT, % PLASTIC LIMIT I LIQUID LIMIT 10 20 30 40 5n 60 70 80 90 -5 -8 to 9 feet: Fat Clay (CH), moist, reddish brown 89.5 —i0 VAf CLAY (dk1'- sfi ley, -stiff, moist, dark gray .. ... -�5 ........................................................................ 311ALt, highly weathered, son, dark gray - 20 REC=78%, SHALE, hard, dark gray RQD=70% Compressive Strength at 25 feet = 16.73 tsf —30 REC=37%, Compressive Strength at 30 feel = 11.78 tsf RQD=18% -,35................................................ Boring terminated at 35 feet below ground surface. Shear Types: ®= Hand Penet. ® = Torvane ® = Unconf. Comp, See Plate 3 for boring location. �AS-SOCIATr3 117 O X = UU Triaxiai PLATE 10 SLIM- � :1'! ' 0 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: — W ELEV. SOIL SYMBOLS z . C-0 0, SHEAR STRENGTH, TSF DEPTH, SAMPLER SYMBOLS 50lLIROCKCLASSi�ICATION �0 W0 ° -a�a , N, FEET AND FIELD TEST DATA a N y� a o 0.5 1.0 1.5 2.0 I� 1 1 1MOISTURE z O CONTENT, PLASTIC LIMIT ILIQUID LIMIT _ 0 10 20 30 40 50 7D 80 90 FAT CLAY {CIi), very stiff, moist, dark brown and - yellowish brown 101 Q t. - ro --10 - - ..........................................................� CLAYEY GRAVEL VATH SAND (GC), dense, moist, - tan, with weathered limestone layers C -15 i _ ................................................. .......... LIMESTONE, weathered, hard, tan -20 REC=50%, _ RQD=20% ............ LIMESTONE, hard, light gray, with shale layers Compressive Strength at 23 teal = 147.14 tsf 138 / ti _ Compressive Strength at 24 feet = 407.78 tsf ' 149 d iB— ......., 25 goring terminated at 25 feet below ground surface. a 7 S _ d — 30 c7 o= O m } - w a U - z o Shear Types: i = Hand Penet. ■ = Torvane ®= Unconf. Comp. X = UU Triaxial J_ o See Plate 3 for boring location. PLATE 11 �y^ Ati�{](-]ATiS Project: Crowley Relief Interceptor Boring No.: E-9 Groundwater during drilling: --- Groundwater 24 hours after drilling: LOG OF BORING Date: 5/17/2017 Northing: -- Easting: -- ELEV. SOIL SYMBOLS DEPTH, SAMPLER SYMBOLS SOUROCK CLASSIFICATION FEET AND FIELD TEST DATA ............................................ LIMESTOPlE, hard, tan, weathered, with shale layers -5 -10 .,....................................................................... SHALE, soft to hard, dark gray � I 15 LIME570NE, soft to hard, tan to dark gray, wiEh ` shale layers -20 REC=20%. RQD=10% -25 REC=14%, RQD=8% -30 boring terminated at 30 feet. below ground surface. - 35 Shear Types: • = Hand Penet, See Plate 3 for boring location. Project No.: DG-16-10112 Elevation: Station: -- Offset: — �� z w N SHEAR STRENGTH, TSF �n (n ul o z U- W L) a �I na. N } n 0,5 1.0 1.5 2.0 o p z I I I I I I I ] MOISTURE O CONTENT, % PLASTIC LIMIT I - LIQUID LIMIT 10 20 30 40 50 60 70 80 90 O rd = Torvane A = Unconf. Comp. X = UU Triaxial PLATE 12 A .NSO(J ATFS LOG OF BORING Project. Crowley Relief Interceptor Boring No.: B-10 Date: 5/25/2017 Groundwater during drilling: 16 feet Northing: -- Groundwater 24 hours after drilling: 6 feet Easting: -- ELEV. SOILSYMBOLS DEPTH, SAMPLER SYMBOLS SOUROCK CLASSIFICATION FEET AND FIELD TEST DATA FAT CLAY (CHj, stiff to very stiff, moist, dark brown, trace organics and clacareous nodules = 5 —10 Project No.: DG-16-10112 Elevation: Station: -- Offset: -- U' � Z w N SHEAR STRENGTH, TSF rnU) zw n¢ N Q ° 0.5 to 1.5 2.0 1 1 1 1 1 1 1 1 1 z Q MOISTURE O CONTENT, % PLASTIC LIMIT ILIQUID LIMIT 10 20 30 40 50 70 80 90 94.9 a aa 103 t I ............................. CLAYEY SAND WITH GRAVEL SC), medium dense, moist, brown, with weathered limestone seams 15 37.4 -- Boring terminated at 20 feet below ground surface; installed well. -25 30 - 35 Shear Types: = Hand Penet. See Plate 3 for boring location. b I = Torvane ® = Unconf. Comp. X = UU Triaxial { PLATE 13 IA I1 f ASSCJC[ATr.S Project: Crowley Relief Interceptor Boring No.: B-11 Groundwater during drilling: --- Groundwater 24 hours after drilling: LOG OF BORING Date: 5/25/2017 Northing: -- Easting: -- ELEV. SOILSYMBOLS DEPTH, SAMPLER SYMBOLS SOIUROCKCLASSIFICATION FEET AND FIELD TEST DATA i_EAi� Ci.AY (CL}, very stiff, dry, red brown, tan to light brown, with trace organics and limestone fragments 32-16-23 j 21-(SOIi") -5 LIMESTONE, hard, tan to white, weathered -10 Compressive Strength at 18 feet = 4.08 tsf -20 REC =100%, _ RQD = 97% Compressive Strength at 21 feet = 8.26 tsf -25 boringIterm inIated at 25 feet below ground surface. --30 - 35 Shear Types: = Hand Penet. See Plate 3 for boring location. Project No.: DG-16-10112 Elevation: Station: -- Offset: - LU z w SHEAR STRENGTH, TSF 5)W z- fn o W U a N 13 ° 0.5 1.0 1.5 2.0 z a MOISTURE O CONTENT, % PLASTIC LIMIT ILIQUID LIMIT 10 20 30 40 50 G0 70 80 90 0 = Torvane ® = Unconf. Comp. X = UU Triaxiai PLATE 14 1+ 100CI.ATUS Project: Crowley Relief Interceptor Boring No.: B-12 Groundwater during drilling: 19 feet Groundwater 24 hours after drilling: --- ELEV. SOILSYMBOLS LOG OF BORING Date: 5/30/2017 Northing: -- Easting: -- DEPTH, SAMPLER SYMBOLS SOUROCK CLASSIFICATION FEET AND FIELD TEST DATA Project No.: DG-16-10112 Elevation: Station, -- Offset: — SHEAR STRENGTH, TSF (no w U a N o a 0.5 1.0 1.5 2.0 a p I I I I I I z 4 MOISTURE O CONTENT, % PLASTIC LIMIT t I LIQUID LIMIT 10 79 30 40 50 70 80 — FILL, clay, very stiff, dry, dark Brown, with rock 53.8 O i ...................................... .. FAT CLAY (CH), stiff to very stiff, moist, dark brown, trace gravel 95 _ ........................... / LIE AN CLAY (CIL stiff, moist, light brown, yellow n - brown, trace gravel and calcareousodules 8-10-15 . 115 -95 LIMESTON�,hard,tan,•weathered -20 _L........................................................................ Boring terminated at 20 feet below ground surface. - 25 - 30 - 35 Shear Types: ®= Hand Penet. E = Torvane ®= Unconf, Comp. X = UU Triaxial See Plate 3 for boring location. j PLATE 15 ram, - .�.sc:�c'IArr:s Clay Clayey Asphaltic Concrete SOIL SYMBOLS SAMPLER TYPES Soil Types Thin Walled 0 No Recovery Shelby TohP Silt Sand Gravel ® Split Barrel Auger Modifiers I ' MIX y THD Cone Jar Sample Penetration Test Siity Sandy Fill WATER LEVEL SYMBOLS Construction Materials a Groundwater measured after drilling 'R4.4 _ ` • operations Stabilized Asphalt p Portland x Groundwater measured during drilling Base Cement = operations Concrete SOIL GRAIN 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 > 6 in. DENSITY OIL OOHESIONLESS SOILS CONSISTENCY OF COHESIVE SOILS Penetration Consistencv Undrained Shear Penetration Descriptive Resistance "N" Stren>_th ftso Resistance "N" Term Blows/Foot Very Soft -. 0 -'0.125 Blows%It < 2 Very Loose 0-4 soft 0,W -.0.25 2-4 Loose 4 - 10 Firm 0.25 0.5 4-8 Medium Dense 10 - 30 Stan 0.5 — 1.0 o-15 Dense 30 - 50 Very Stiff 1,0 — 2.0 15-30 Very Dense > 50 Hard > 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 (4/61) 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 TERMS D15SCRIBING SOIL" STRUCTURE Slickensided 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 Nodule A small mass of irregular shape Parting Inclusion less than 1/4 inch thick extending through the sample Seam Inclusion 1/4 inch to 3 inches thick ) DA,%ru,11111 �rvsukzso muo�, � �szn� extending through the sample 214e7M227PR Layer Inclusion greater than 3 inches thick - —14-dMA 2B Fax Asti C!AT&s extending through the sample Laminated Soil sample composed of alternating KEY TO TERMS AND SYMBOLS partings of different soil type - USED ON BORING LOGS StratiFred Soil sample composed of alternating seams or layers of different soil type PPOJECT NO.: DRAWING NO.: DG-16-10112 Plate 16A A �i ■ — III■ I — I! IF ] m I 1 i IN me IN ROCK TYPES Weathered Limestone W rd l f.7 i W.AA■ EVE P�Di , G ►t?voi Fff Shale Weathered — — = Shale Dolomite NE Ag Sandstone Weathered Sandstone ® Granite F3�Ta[!j 110111/ 111AL111 I ffrlq: i [A ird.1§1I &A Void Interstice; a general term for pore space or other openings in rock. Cavities Small solutional concavities. Vuggy Containing small cavities, usually lined with a mineral of different composition from that of the surrounding rock. Vesicular Containing numerous small, unlined cavities, formed by expansion of gas bubbles or steam during solidification of the rock. Porous Containing pores, interstices, or other openings which may or may not interconnect. Cavernous Containing cavities or caverns, sometimes quite large. Most frequent in limestones and dolomites. SPACING Very Close <2" Close 2"-1211 Medium Close 1211 Wide >31 1 1 ■III it 11 ■ 1:1 1:1— SAMPLER YYV98 3 Thin -Walled Rock Core Tube ® Standard Penetration Test T THD Cone Penetration Test .11 Auger Sample Bag Sample HARDNESS Very Soft Can be carved with a knife, broken with Crm,7er pressure, or ilCS le5g than 30 NO "Oft Can be gouged or gi readily vdth a knife, or USES between 30 and 100 €sf Moderately Hard Can be scratched easi€y with a knife, or•UG5 between 100-and 25011 Hard Can be scratched rarely with a knife., or UCS pealer than 250 €sf Very Hard gannet be scratched 5vith a knife WEATHERING GRADES OF R®CCrSMASS(') Slightly Discoloration indicates weathering of rock material and discontinuity surfaces. Moderately Less than half of the rock material is decomposed or disintegrated to a soil. Highly More than half of the rock material is decomposed or disintegrated to a soil. Corppletely' All rock material is decomposed and/or disintegrated into soil. The original mass structure is still largely intact. Residual Soil All rock material is converted to soil. The mass structure and material fabric are destroyed. JOINT DESCRIPTION INCLINATION Horizontal 0-5 Shallow 5-35 Moderate 35-65 Steep 65-85 Vertical 85-90 REFERENCES: (1) British Standard (1981) Code of Practice for Site Investigatlon, BS 5930. (2) The Bridge Div., Tx. Highway Dept. Foundation Exploration & Design Manual, 2nd Division, revised June, 1974. Information on each boring log is a compilation of subsurface conditions and soil and rock classifications obtained from the field as well as from laboratory testing of samples. Strata have been interpreted by commonly accepted procedures. The stratum lines on the logs may be transitional and approximate In nature. Water level measurements refer only to those observed at the times and places indicated, and may vary with time, geologic condition or construction activity. SURFACES Slickensided Polished, grooved Smooth Planar Irregular Undulating or granular Rough lagged or pitted BEDDING THICKNESS(2) Very Thick >4' Thick 2'-4' Thin 2-"-2' Very Thin 1/2"1 Laminated 0.081 Thinly Laminated <0.08" 17111 fe1," G+pcnkr Fwy Sulk 2�a f7all.a, T1t 75297 214678-= Ph a5snC5n+n 214-671 Far KEY TO TERMS AND SYMBOLS USED ON BORING LOGS PROJECT NO.: DG-16-10112 DRAWING NO.: Plate 16B j Uniform Surcharge r 1. Dw Existing w Ground Surface. i Piezometric Groundwater Level J� Hs 0,25 (H+Hs) H Excavation Side Wall - Excavation Bottom \\\\\\\\\\\ H, (ft) = Depth to Excavation Bottom S. (psf) = Surcharge loading adjacent to Excavation wall Dw, (ft) = Depth to groundwater below Existing grade = Zero for temporary excavation Hs, (ft) = Equivalent Depth of surcharge loading Hs = S 120 Note: The pressure diagram shown la not appropriate for design of cantilever walls. 4 0.50 (H+Hs) � I, /0.25 (H+Hs) 1 I Dw Lateral Earth Hydrostatic Pressure, P Water Pressure, Pw i P= KS (H+Hs) Pw= 2 w (H-Dw) K = Lateral Earth Pressure coefficient (Clay - 0.5 for short term (Ka), 1.0 for long term condition (Ko)) (Sand - 0.3 for short term (Ka), 0.5 for long term condition (Ko)) (pcf) = Total unit weight above water table or submerged 'unit weight below groundwater level w, (pcf) = Unit weight of water = 62.4 pcf 8701 JA. C.P-Fvy S- 250 - D.11,,, 1'K 78241 -- 21 2144-678-022i Ph �478-MM F. DATE: 6/25/17 APPROVED BY: PREPARED BY: RL RE BRACED EXCAVATION LATERAL EARTH PRESSURE DIAGRAM PROJECT NO.. DRAWING NO.: DG-16-10112 PLATE 17 ' p . L 11 —i -- P3 tttt't t t tt�— P3 For P 4 Dw < H P1 = 7Dw+(H—Dw)(7-7w)+Ps +(H—Dw)7w P2 [7 Dw+(H—DN,)(7 — 7w)+Ps]Ko+(H—Dw)7 w P3 = [7 D„y+(H+W—D,)(7-7w)+PJKO+(H+W—D,) 7w P4 = 7 D,+(H+W— w)(7— 7w)+Ps +(H+W--Dw) 7w For Where H < Dw < H+W Pl , P2 , P3 = Pressure imposed on pipe, psf P1 = — H7+Ps Dw = Depth of groundwater, feet H = Depth of top of pipe P2 = (7 H+Ps )Ko from ground surface, feet P3 = [7Dw+(H+W—Dw)(7-7N,)+PJKo+(H+W—D%,)7, W = Diameter of pipe, feet P4 = 7Dw+(H+W—Dw)(7--7 )+P+(H+W—D )7 w s w 7 = Total Unit weight of soil, pef 7w Unit w = 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) P L = H7+Ps P2 = (7 H+Ps )Ko P3 = [(H+W)7+Ps]Ko - P4 = (H+W)7+Ps 8701 Jahn C.T,.t, F.,Svim 250 Deuu, T%75247 _ 2,4678-0227 Ph 214678-0228 P„ ASS1t3AT,ti DATE: 6/25/17 APPROVED BY: PREPARED BY: RE. RIGID PIPE LOADS PROJECT NO.: DRAWING NO.: u DG-1 G-10112 I PLA'T'E 18 I APPENDIX A SUMMARY OF LABORATORY TEST RESULTS Summary of Lab Test Results Mill I I .---l-I Ili..-- - - 1m111 III - Percent Shear Fitter Moisture Shear Compressive Strength Boring# Depth Liquid Plastic PI Than Unit Content Strength- Strength- (Pocket Limit Limit Weight g Soil ( ) #200 (%) Rock Pen) Sieve (Pcf) (tsf) (Qu tsf) (tsf) 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 I LIIII 8701 fohn Cupenkr Fwq Srie 250 Dona; TX 7s297 21"79-OM Ph - in ns0"'. z1"710mte N. DATE:6/26/2017 APPROVED BY: PREPARED BY: RL RE SUMMARY OF LAB TEST RESULTS CROWLEY RELIEF INTERCEPTOR PROJECT NO.: DG-16-11022 I 1 I III.Lm.L.III I DRAWING NO.: PlateA-1 II -II .III I ■ ■ Percent Shear Finer Moisture D Shear Compressive Strength _ Boring# Depth Liquid Plastic PI Than Content Unit Strength- Strength- (Pocket Limit Limit #200 (%) Weight Soil (Su) { Rock Pen) Sieve (pet) (tsf) (Qu tst) (ts1) _ 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 8.8 130 141.1 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 8 61 18 43 22.5 103.0 1.17 0.75 D, John 75 47 Fry Suim 2'A .as>oci arcs 214-d78-0227 Ph ZM678 0227 P17 2t"78-0229 Pas DATE: 6/26/2017 APPROVED BY: PREPARED BY: RL RE SUMMARY OF LAB TEST RESULTS CROWLEY RELIEF INTERCEPTOR III■III II 11 I � � PROJECT � � � � NO.: DG-16-11022 I DRAWING NO.: P1ateA-2 I � I �. _ ��� � ��n� !�■m! ! n u ■ un�nn ni - Percent Shear Finer Moisture Dry Shear Compressive Strength Boring# Depth Liquid Plastic PI Than Content Unit Strength- (Pocket limit Limit #200 (%) Weight Soil (5u) Rock Pen) =I Sieve (pcf) (ts f) (Qu tsf) (tsi) 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 15 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 li 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 I 8701 Jaim CvVm r"Swik 250 214-67 75247 214-676-0227 Ph 214fi7g027E Far DATE: 6/26/2017 APPROVED BY: PREPARED BY: Rl, RE SUMMARY OF LAB TEST RESULTS CROWLEY RELIEF INTERCEFI'OR PROJECT NO.: DG-16-11022 I DRAWING NO.: PlateA-3 I APPENDIX B OSHA TABLE B-1 SLOPE CONFIGURATIONS � I ■I a nm1l unn � � � � ■m�nn�I ul III 111 � L All simple .lvp=_ zxzlrat ow M, feet of Is-F in 4apal: Ault l`wit a aid m-2bla- =lop:=_ of 1:1. ya':,i SLOPE . 11 he chide atati n 1 fay rlaiiin depth :hall. hare_ 2 mammiun 0c szhie Avp* of I1 2nJ znv== Innch dimamiana as faHonxs: Ala A6rach *144+lod- iu 4611se1var salt lucty. 4 y! 1. £ 9ia 49 it emir F. -..- :i9' IIaA. r - s 1 erollol�,co,�„rc�P..�.sv�r2w I).n.e,'PX 75247 2t4-67"22711, AI 3S�Il1ATiS 21-0fi7"22B F.. DATE: 6/25/17 APPROVED BY: PREPARED BY: I RL RE OSHA TABLE B-1 SLOPE CONFIGURATIONS `i'YPE B SOILS CROWLEY RELIEF INTERCEPTOR PROJECT NO.: DRAWING NO.: - DG-16-10112 Plate B-I I I 1111101IL11 111111 3- L2 Exur arictu Xh e iA T7pa B Soil (CONN'T.-_° . Ali a d x �t�zl� ixi ii?�3Tri ,1ai l 1< e. er all : tle 1 x pmuns mbzll b�e shieki1 or mppirtad to I b Eight 7-012 �t t All ail s al'1a-10-Dscf t'A. lop CIA; ;- �»a: I n'- I 8701 Je1— Cape— Pxy S,9. 250 D.U.. TIA 75247 - ZI d-678-0227 Ph n s'<tr[ini is 214-678A226 P.. DATE: G/25/37 APPROVED BY: PREPARED BY: RL I RE 1 OSHA TABLE B-1 SLOPE CONFIGURATIONS TYPE B SOILS (CONT.,.) CROWLEY RELIEF INTERCEPTOR PROJECT NO.: DRAWING NO.: IaG-16-30132 I Plate B-II €_ An _imple. Izpe-exura boo 2. €aa :�vr It—H. in daptl ih—.R have. a m.a== Ailovzb c :lnp:; af 1'9�:A, i�� MOPES �..�11 a��a�ti�ns �a�t�€r le.�ixxai.pEPt'a�%iclt }�a:�� re�tt�]!ti sigie� I�=��i p��ua�na shaIl �� .}�+ial€le� �r ''t3pp urc��1 r� a haightatlean Il3inchm ibareths mp: of the 7ax cal.:ide AB uxh zmewatimn- shallhws: a ananmtan .a110=1j]g .lope of s.t r Is" sift. = !Tots, t1wight Of verdrol *ill's- 3. AJl .ar=l�pa�le�,�.arzt3c�n.� ah allha � a�.,'.L�3ith zlae =atl3rs ra�ti.�e p.�mttedin � I�i.S���. I I I John r Fwp SSW. 250 DA o,u.r,rc75Z47lsxa7 219.6784M Ph lAScq[IA' LS 214,678AM8 fax DATE: 6/25/17 APPROVED BY: PREPARED BY: RE OSHA TABLE B-1 SLOPE CONFIGURATIONS TYPE C SOILS CROWLEY RELIEF INTERCEPTOR PROJECT NO.: DRAWING NO.: DG-16-10112 1 Plate B-1II NO IN unin � i nni�. inner n �� �1 I S-14Rgr-a-itusur, :klada in Li7nir-ad StAh .mac... 1I.[ 3SCi'-iti41i 7 e+ t.asr1= sin 3:e iY€xr�:� eiu1. 3._^ala�1a k.lia ..=_ ,=si raw forth balvw.. �1 3 0-kA c, s I DA.e. TX 75N7 '1afi78-0227 Ph nsbi][3aT [s 214-478R228 Pax DATE: G/25/17 APPROVED BY: PREPARED BY: RL RE OSHA TABLE B-1 SLOPE CONFIGURATIONS MULTI LAYERED SOILS CROWL.EY RELIEF INTERCEPTOR JPROIECT NO.: DRAWING NO.: DG-16-10112 I Pate B-IV 0'%MR 4. Ali other 51opad a=arztLon=- :hn]1 be in acc:or lzn-.m ?^i h the Lther agt ono perm itted m 5 3P26.652tlrN B707 foly� C,,penbn Fn Suix 250 Dill.., TX 75217 2M678-0227 Ph IAsSQCLATtl 214fi78.0228 F.. DATE: G/25/17 APPROVED BY: PREPARED BY: RL I RE OSHA TABLE B-1 SLOPE CONFIGURATIONS MULTI LAYERED SOILS (CONT...) CROWLEY RELIEF INTERCEPTOR PROJECT NO.: DRAWING NO.: DG-16-10112 I Plate B-V APPENDIX C ADVANCED LABORATORY TEST RESULTS FREE SWELL HVj ASSOCIATES SWELL TEST ASTM D-4546 METHOD B Project Name: Crowley Interceptor Boring No. B-4 Project No. DG-16-10112 Sample Depth. 13-15' Date Tested: 06/14/17 Ring No. I Technician: lu Date Calculated: 06/14/2017 swaUSampla Bala lvigi9I PLV311 "I'Ca113atK lniti.l Pm Sample Height (in) 1.0 14 {t.%,in Wet + Ring (g) M19 .' Diameter (in) 1IMS 2.066 Dry + Ring (p) 2Sf;ElI 221.01 Volume (cc) 55.704 54.864 Ring Wt. (g) 1iA"x. 120.85 Height of Solids (in) 0.675 0.675 M06tttta Uata (TrfnlattMJJ&) LL Specific Gravity t71111 2.700 Wet +Tare (gj 1 6' '0.' Moisture Content (%) 14.1 17.3 Dry + Tare (g) dzm� P% Wet Density (pcf) 128.1 133.6 Tare (gJ 31111 90". 4- Dry Density (pcf) 112.2 113.9 Moisture Content C/D) 15.1 SRrnpk aloetxipt4an �3{wLt1 Petletrakliater(1�[! - -�' !�,� . I 1�6'40 CUY (CL) -� Rlup. d I Sw 11 Void DntL Time Tioie Reodioap Chuaylt DefritmatJoa Rutfo t,f7/Q4i7 nvn: 0.0 R.pd'!$ 0.0000 1.0140 0.5016 hf,1 i7 1k. 5 5.0 ad'Sdd 0.0150 0.9990 0.4794 417/2 n 15JA 0.0 �1113'% 0.0000 0.9990 0.4794 8?'F/2M 7 I rr25 0,1 +.kCt3V -0.0008 0.9982 0.4782 i f7{Ztt17 Irr2.3 0.3 00.339 -0.0009 - 0.9981 0.4781 A/V7+17 vk?L( 0.5 b,LF i4 .-0.0009 0.99BI 0,4781 - Who V) -0.0009 0.9981 0.4781 6f7%,7t 7 15A7 2.0 OIA19 -0.0009 0.9991 0.4781 {7 114 i }la 5.0 0(e1]8 -0.0010 0,9990 .0.4779 07/4117 15,33 9.0 1110m -0.0010 0,9980 0,4779 fii-?/20L7 I5t411 15.0 q7. ) -LA 6 -0.0010 0.9980 0.4779 fi t/2007 11d..53 30.0 0-07 n .40009 0.9981 0.4781 6fV2917 14i.2'S 60.0 t w4di -0.0008_ 0.9982 0.4782 b/vi ql7 71110 935.0 u,isl.3h -0.0012 0.9979 0.4776 GliS12017 I ?IO 1415.0 04)15 9 -0.0009 0.9981 0.4781 h{QfdfH7 '1!00 2495.0 0.11,141 -0.0007 0.9983 0.4784 6191 117 17ak1 2975.0 10341 -0.0007 0.9983 0.4784 A/i4?{ti1J[I MJ0 3875.0 L1.U141 -0.0007 f0983 0.4784 &j 1Onn 17- I IWA 4175.0 n.w U -0.0006 0.9984 0.4785 r,f1V21117 'Kild 6815.0 tt.0542 -0.0006 0.9984 0.4795 t,{N112t11'f 1,103 7295.0 kiwis -0.0003 0.9987 0.4790 7.OV1 8135.0 0.045 -0.0003 0.9987 0.4790 611V1117 1i,115 8695.0 w1si'i -0.0003 0.9987 0.4790 Over Burden Pressure= 1875 psf Calculated by: EH Sample Height before inundation = 0.9990 in Comuted by: EH Change in Height after Swell= All ILHA in 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. 13-14' Date Tested: 06/14/17 Ring No, 1 Technician: KF Date Calculated: 06/14/2017 SwaSample Dam Sni[ia1 itiu.l Temi Dom loitiul Hnul Sample Height (in) 1090 0.UNU$ Wet + Ring (g) 255-21) 2.'tR S f Diameter (in) ? 1111 2.101 Dry + Ring (g) R 1'l,71 219.71 Volume (cc) 56.244 56,210 Ring Wt. (g) r 116;a4 116.44 Height of Solids (in) 0.673 0.673 Mn10tum C4" (mot! litmmiawt) 1,1. Specific Gravity 2, V50 2.700 Wet +Tare (g) l}21R i1 Moisture Content (a/a) 15.1 18.2 Dry -1 Tare (gj I I pse Pi Wet Density (pct) 131.9 1353 Tare (g) 11.29 kl Dry Density (pet) 114.E 114.E Moisture Content (%) 14.4 sample Oxaff Plano _}3�[��1 I"•at { lily {C..19} j �usf;mlulak S kaQ b/7/1p17 d{7/N117 �17l�Yl17 fi%7f1017 a7/2017 G/'{f31)17 tf71�1 J 6J7/�OI7 $i7�J}I7 tjJ7%�]1"1 6/7n 17 6/s/2U17 6/krV17 fw'r11mj 1' i,N/'1017 6/1lJ", W 6J1LV-24lly 6112'f,11117 Q Q/2U i7 (t113�(117 Calculated by: Cotnuted by: Checked by: Map a�:, 7bno 7'im { mia 15;n 0.0 I5;:5 5.0 15:21% 0.0 I St21 0.1 1SIZ5 0.3 1Si2S 0.5 M1k 1.0 15&7 2.0 1"4 5.0 I S'3.1 8.0 I-SAII 15.0 [82" 30.0 l ej:25 60.0 7.NJ 935.0 HLIM 1415. 9 U 2495. 17dk1 2975. M01 3875. 13;00 4175. 9{,el 6815. D.W ` 7295. 7111(l 8135. r611 �: 8695. EH EH RE ! SxrL S {1ff0.d1116'9 �r7a8�c U-{1522 0.0000 0.0213 [1,0309 0.0000 q,OSUS-0.0004 -0.0001 410glH-0.0001 tkMW 0.0001 Ehu313 O.tl004 a.0-1L tI_ 0.0011 003.17 0.0018 {I W5 0.0026 VAJ351 R0042 Q0..10 0.0059 tklk u 0.0176 0 Q,0.50t 0.0192 0 4 0941 0.0198 0 r10i�7I. 0.0199 D 4.i151 i 0.0202 0 .40511 0.0202 0 Ikim* 0.0203 0 a.0515' 0.0206 0 ll,g5ri 0.0206 0 1 lw516 0.0207 Over Burden Pressure= Sample Height before inundation= Change in Height after Swell= Percent Free Swell= Vuid riefn[matiao 114110 On) (in) 0.9900 0.4705 0.9687 0.4389 0.9687 0.4389 0.9683 0.4383 0.9686 0.4387 0.9686 0.4387 0.9688 0.4390 0.9691 0.4395 0.9698 0.4405 0.9705 0.4415 0.9713 0.4427 0.9729 0.4451 0.9746 0.4476 0.9863 0A650 0.9879 0.4674 0.9895 0.4683 0.9886 0.4684 0.9889 0.4689 0.9889 0.4699 0,9890 0.4690 0.9893 0.4695 0.9893 0.4695 0.9894 0.4696 1875 psf 0.9687 in 110207 in 2.14 % Vuid riefn[matiao 114110 On) (in) 0.9900 0.4705 0.9687 0.4389 0.9687 0.4389 0.9683 0.4383 0.9686 0.4387 0.9686 0.4387 0.9688 0.4390 0.9691 0.4395 0.9698 0.4405 0.9705 0.4415 0.9713 0.4427 0.9729 0.4451 0.9746 0.4476 0.9863 0A650 0.9879 0.4674 0.9895 0.4683 0.9886 0.4684 0.9889 0.4689 0.9889 0.4699 0,9890 0.4690 0.9893 0.4695 0.9893 0.4695 0.9894 0.4696 1875 psf 0.9687 in 110207 in 2.14 % HVJ ASSOCIATES SWELL TEST ASTM D-4546 METHOD B Project Name: Crowley Interceptor Boring No. B-12 Project No. DG-16-10112 Sample Depth. 14-15' Date Tested: 06/ 14/ 17 Ring No. 1 Technician: KF Date Cakailated: 06/ 14/2017 'g10mA Smnvlc Dwa Iniei¢I - Fsnal _ ,` %mt plain InEciai M130 Sample Height (in) Qd9� d}.9?A Wet + Ring (g) I 2�3,89 235.02 Diameter (in) Iw1 1086 1Dry + Ring { -.21 LU 218.30 Volume (cc) 55.780 54.772 lung Wt. CQ 1 l 'k5 116.93 Height of Solids (in) 0.670 0.670 (rlo1an1rr 1741# (Tf?MtrFin¢e} LL. Specific Gravity offiRld 2.700 Wet + Tare (g) U..ZArI V7 - Moisture Content (°/n) 15.4 17.1 Dry +Tare (g) [1(Lkv 1'tI Wet Density (pc1) 130.8 135.2 Tare (g) 31)51 7.1 Dry Density (pc1) 113.4 115.5 Content (%) 14.7 `,ai Irp1Y 11rFrai[Ri nn 111 11IIMoisture Had P&Pttfurzzcr{Is I r.�-�t, (Any�c� _ Elapsed Swcu Vold L>ate Timm Timo REmunj a Cbne2c Defwm6tlon Kmin A{7 (117 IS-W 0.0 O.Op�2 0.0000 0.9960 0,4857 f,m17 IS15 5.0 tl.0533 0.0119 0,9841 0.4680 _A61-'117 IL.1r, 0.0 11.633 0.0000 0.9841 0.4680 6/?{iu17 15115 0.1 ms24. -0.0009 0.9832 0.4666 617tn7 15iM 0.3 rlji$Zz -0.0011 0,9830 0.4663 I,f7/2LI17 IT'z3 0.5 U.11i22 -0.0011 - 0.9830 - 0.4663. i 17 13106 1.0 U,OS'I1 -0.09i2 0..9829 0:4662 2.0 a,ti'Ii r -0.0014 0.9827 0.4659 ew?-IrD17 M'A 5.0. t1.0515 -0.0018 0.9823 0.4653 447/:.017 15133 8.0 P)4'14 -0.0019 0.9822 0.4651 01-.1317 t5-Al 15.0 AR552 -0.0021 0.9820 0.4648 6/7/2017 B-55 30.0 w6fr -0.0026 0,9815 0,4641 61MY&I 1615 60.0 uo502 -0.0031 0.9810 0.4633 6�ISj:�l17 7-,4kI 935.0 iVid7'i 1 -0.0054 0.9787 0.4599 6/lil�t117 16!1M 1415.0 t1,(1179 -0.0055 0.9786 0.4598 6,')1A117 41f4 2495.0 1 rrikrTm -0.0055 R9786 0.4598 09/2131'f 17:OU' 2975.0 11.047A -0.0055 0.9786 0.4598 f,{riV;017 8!tlri 3875.0 11.DATi, -0.0057 0.9784 0.4595 r,/ti1j70R7 0,11rJ 4175.0 �ku-17.1 -0.0058. 0.9783 0.4593 6/11I20r. !1!00 6815.0 R0472 -0.0061 0.9780 0.4589 17W 7295.0 Sfmm -0.0061 0.9780 0.4589 7M 8135.0 WW4 -0,0061 0.9780 0.4589 4{1,y{ j7 tiL;C!l 8695.0 is M72 -0.0061 0.9780 0.4589 Over Burden Pressure= 1875 psf Calculated by: EH Sample Height before inundation= 0.9841 in Comuted by: EH Change in Height after Swell= -11.1m I Id Checked by: RE Percent Free Swell= -0.62 % SIEVE ANALYSIS U.S. Standard Sieve Numbers Hydrometer 3" 1 In_" 1' 3I4" 12^ 3tl' 114, No. 4 No 10 Nc 16 N. 30 M 50 No. 100 No. 2G0 100 0 90 I I 10 so I I 20 70 I I I I I 30 �° II II I I I I II 60 I 40 n 50 50 a 40 60 rt 30 I l '0 20 IIII I I I I I I I I I so IIII I I I I I ' 10 I I 90 (IIII II I II 011111 100 100 10 1 0.1 0.01 0.001 Girain Size in Millimeters Sample Classification Proiect B-1 1-3 Lean Clay QCL DG-16-10112 D5o = na ) Crowley Interceptor D95 = 1.6 US. Standard Sieve Numbers 100 l 14• 1• 3a• 1L" HB' 114' No.3 No 10 No lu �. y, 30 Na 50 No. tu0 No. IN . 1� 90 �- 80 - 60 a7 v u. 50 v 40 30 20 10 0 100 Hydrometor 10 1 0.1 Grain Size in Millimeters Sample Classification Protect 13-6, 8-10 Sand Cla DG-fl6-fl0112 Y Y CL ) Crowley Interceptor 0.01 D5o = na D95 = 7.2 111 10 20 30 50 60 s I 90 100 0.001 SULFATES, CHLORIDES AND pH to Analytical Deport 554844 for Chelliah Consultants Inc. Project Manager: Damian Bozek Crowley Interceptor DG16-10112 12-SUN-17 Collected By: Client CC) . RIES x ij 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 (T 104704400) 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 LABORATORIES 12-JUN-17 Project Manager: Damian Bozek Cheiliah Consultants Inc. 8701 John Carpenter Fwy. Suite 250 Dallas, TX 75247 Reference: XENCO Report No(s): 554844 Crowley Interceptor Project Address: Crowley, TX Damian Bozek: 010 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 III 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 quality 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, ui-less 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 he 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 and 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 i.000 cc Sample Cross Reference 554844 =y R I fi+1R 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 $-7 S 06-07-17 12:00 13 - 14 ft 554844-002 5-12 S 06-07-17 12:00 14 - 15 ft 554844-003 Version: 1. Page 3 of 13 Final 1.000 CASE NARRATIVE -,(XENC0 LABORATORIES y "K Client Name: Chelliah Consultants Inc. Project Name: Crowley Interceptor Project ID: DG16-10112 Work Order Number(s): 554844 Sample receipt non conformances and comments: Sample receipt non conformances and comments per sample: None Report Date: 12-JUN-17 Date Received: 0610712017 Page 4 of 13 Final 1.000 Certificate of Analytical Results 554844 Tin l I aTciRIEtiS 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 12.00 Sample Depth- 1.4 - 15 ft 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 ➢il Chloride 16987-00-6 7.45 4.97 mglkg 06.08.1714.15 1 Analytical Method: Soil pH by EPA 9045C Tech: SDK Analyst: HAC Seq Number: 3019298 Parameter Cas Number Result pll 12408-02-5 7.94 Analytical Method: Sulfate by SW-846 9038 Tech: HAC Analyst: MAC Seq Number: 3019266 Parameter Cas Number Sulfate 14808-79-8 Result <49-8 % Moisture: Basis: Wet Weight RL Units Analysis Date Flag SU 06.08.17 12.05 % Moisture: Basis: Wet Weight RL Units Analysis Date Flag 49,8 mg/kg 06.08.1714.00 U oil I Dil I Page 5 of 13 Final 1.000 0 Certificate of Analytical Results 554844 1 Al CiR TRIES Chelliah Consultants Inc., Dallas, TX Crowley Interceptor Sample Id: B-7 Matrix: Sail Date Received.06.07.17 16.35 Lab Sample ld: 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: HAC 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 06.09.1714.15 l 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 p11 12408-02-5 8.14 SU 06M.1712.05 Analytical Method: Sulfate by SW-946 9038 Tech: HAC % Moisture: Analyst: HAC Basis: Wet Weight Seq Number: 3019266 Parameter Cas Number Result RL Units Analysis Date Flag Sulfate 14808-79-8 181 49.7 mg/kg 06.08.1714.00 Dil l Page 6 of 13 Final 1.000 Certificate of Analytical Results 554844 S11r + LAE! RNC RIES Chelliah Consultants Inc., Dallas, TX Crowley Interceptor Sample Id: 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 ft Analytical Method: Chloride, Mercuric Nitrate Method by SM4500 Cl-C Tech: RAC % Moisture: Analyst: I-IAC Basis: Wet Weight Seq Number: 3019251 Parameter Cas Number Result RL Units Analysis Date Flag Dil Chloride 16887-00-6 14.9 4.96 mAg 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 PEI 12408-02-5 8.18 5U 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 f Blank Summary 554844 LABORATORIES �j., Chelliah Consultants Inc., Dallas, TX Crowley Interceptor Sample Id: 30I9251-1-BLK Matrix: SOLID Lab Sample Id: 3019251-1-BLK Analytical Method: Chloride, Mercuric Nitrate Method by SM4500 CI-C Prep Method: Tech: HAC Analyst: LAC Date Prep: Seq Number: 3019251 Parameter Gas Number Result RL MDL Units Analysis Flag Date Chloride 16887-00-6 <4.98 4.98 mglkg 06,08.1714:15 U Page 8 of 13 Final 1.000 � �cc Blank Summary 554844 Sample Id: 3019266-1-BLK Lab Sample Id: 3019266-1-BLK Analytical Method: Sulfate by SW-846 9038 Tech: HAC Analyst: HAC Seq Number: 3019266 Parameter Cas Number Sulfate 14808-79-8 Chelliah Consultants Inc,, Dallas, TX Crowley Interceptor Matrix: SOLID Prep Method: Date Prep: Result RL MDL Units Analysis Flag Dil Date <49.8 49.8 mg1kg 06A8.1714:00 U 1 Page 9 of 13 Final 1.000 YC Summary 554844 .11, LAF ORZA"1"l: RI S Chelliah Consultants Inc. Crowley Interceptor Analytical Method: Chloride, Mercuric Nitrate Method by SM4500 Cl-C Seq Number: 3019251 Matrix: Solid MB Sample Id: 3019251-1-BLK LCS Sample ld; 3019251-1-BKS LCSD Sample Id: 3019251-1-BSD MR Spike LCS LCS LCSD LCSD Limits %RPD RPD Units Analysis Flag Parameter Result Amount Result %Rec Result %Rec Limit Date Chloride <4.99 49.9 62A 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 NISD Limits %RPD RPD Units Analysis Flag Parameter Result Amount Result %Rec Result %Rec Limit Date Chloride 7.45 49.8 07.2 120 64.4 115 75-125 4 25 mg/kg 06.08.1714:15 Analytical Method: Soil pH by EPA 9045C Seq Number: 3019299 Parent Sample ld: 554844-001 Parent Parameter Result PH 7.94 Analytical Method: Sulfate by SW-846 9038 Seq Number: 3019266 NM Sample Id: 3019266-1-BLK Parameter MR Spike Result Amount Sulfate <49.8 199 Analytical Method: Sulfate by SW-846 9038 Matrix: Soil MD Sample Id: 554844-001 D MD Result 7.96 %RPD RPD Units Analysis Flag Limit Date 0 20 SU 06.08.1712:05 r Matrix: Solid LCS Sample Id: 3019266-1-BKS LCSD Sample ld: 3019266-1-BSD LCS LCS LCSD LCSD Limits %RPD RPD Units Analysis Flag Result %Rec Result %Rec Limit Date 180 90 194 97 80-120 7 20 mg/kg 06.08.1714:00 Seq Number: 3019266 Matrix: Soil Parent Sample Id: 554843-001 MS Sample Id: 554843-001 S MSD Sample Id: 554843-001 SD Parent Spike MS MS MSD MSD Limits %RPD RPD Units Analysis Flag Parameter Result Amount Result %Rec 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 ac Flagging Criteria Y 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. C The data exceeds the upper calibration limit; therefore, the concentration is reported as estimated. F RPD exceeded lab control limits. J The target analyte was positively identified below the quantitation limit and above the detection limit. U AnaIyte 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. JN 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 Linut. 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 + 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 I994. Certified and approved by numerous States and Agencies. A Small Business and Minority Status Company that delivers SERVICE and QUALITY Houston - Dallas - San Antonio - Atlanta - Midland/Odessa - Tampa/Lakeland - Phoenix - Latin America Phone Fax 4147 Greenhriar Dr, Staffird, 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 78239 (210) 509-3334 (210) 509-3335 1211 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 1.000 c X-1 �N0pztES CHAIN OF 4143 Greenbriar Dr., Stafford Tetras 77477 (281-2404200) 9701 Harry !lines Blvd, Dallas Texas 75220 (214-902.0300) 12600 West I-20 East. Odessa Texas 79765 (432-563-1800) • x " ' Client! Reporting Information — - j"�'��-_.FS_ - �_� - -.C%tl Invoiaa information Company Haloe(' 5 n _R r _ 7 CvnLtsc} 114 tIbIl+ reject No, Prefect Contact -lk-t` .1r1 � �E-Mxit - pmjectt Names (street(crowrroad, location) Address �GdY Dial ka5 �i'�'2^i I..Z.p ._. Ci ky �y owl ' ' i IP hone No. ? 1 q Fax No. (Phone No. Samplers s Narre K C-clian t Purehnsa Drder 0 Xenco Field It? 1 Paint of ^.clle;,ti?n sarr!pie A Date RIM- 14 TtRmround -. iMG: agslowm days) Contra" TAT Need Results: Date (Time 7 Day TAT MCI CUSTODY FEII-EK I U115. Trncking C fen:o oumn % N star a Me faaHC. 5,,. Number of precaved Vttles ,laj 0 _ R�aiifNivvsb�ekifntrtia!iaeE - --I---- ,-��•. Level t State Forms T Level 2 Q EDO Fermat Page of 8a114 Or�lxr CpnSNI d LIU Regtwiwd ,t+na�} +es - - -- - Matrix Code, GW=ground we., DW-DrhXLng wat- SW-suraea water DYr=D-an(Sea VV— PL = P.Wo Uwid wye s waete .alto W -YPp s=-Wvdkmnl I—W sL s stodge tr_ or Cramws f Remarks 5 Day TAT Level 3 {CLP Forms) TRRI' 0 RUN P'Ut ON FHIGftEST TPH RESULT J G� 3 Day EMERGENCY Law[ a tFaP D,*" Ppy:raw d31a) Q LAB FILTER METALS (unpreserved) 2 Oay €MENUIVNcr USTI RG-411 }TOLD TRIP BLANKS PENDING HITS 1 Day EMERGENCY Level 1 a Results Only Pruject 1 Client specific MS 1 MSD se)ected Same Day TAT Level 2. Results & Standard CC Special Detection limits needed to ach-l"a TAT Starts day received by Lab Send Confirmation chain after log -In SAMPLE CUSTODY mus'f sE obcuvtKr tb 8EL W IEW-1 TIMES .PLES CHANGE a !Q INCLUDING CCVRfE DEtt RY nee t �en�rmv -- c v GiF,�l�;ed tlr IDne t'mt.: at.4-eo ar. -- 611111 / 2 z , eElnCi! n It Y" 1� DaMTlma: rCBR'P.Ij Faunal' r5vg Ely!7a1c=TiR1k: 11tl4 Ni .0 a,r LAB USE ONLY 3 3 4 l4 S rsewtt;a tsnna nr.- ?de t'nae• .ear wnanv go -ale PnaarvudnJMmnx'.'a�"_•_._T �r to ,�ie.a ��� ��-N n M 4 ID CD XENC® Laboratories /i. rut' f L g I Ia A r O R I E S Prelogin/Nonconfiormance Report- Sample Log -In •��� 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 #: 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 910 Any missinglextra 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 DevicelLot#: Checklist completed by:�� Angelica Martinez Checklist reviewed by: �j Gale Denman Date: 06/07/2017 Date: 06/08/2017 Page 13 of 13 Final 1.000 APPENDIX D PIEZOMETER SCHEMATICS AND WELL -REPORTS Depth Piezorrleter Details Description _ 0:� Flush Mount Cover : Concrete r •. 5 Y� iyi i1.Y y� Bentonite Pellets S o i a ap o 15 feet, 2" Dia. Sch. 40 PVC Blank 4 0 00 ° o a ° ®o a c ° ac °° 0 13 �' Sand Pack 20/40 - 5 feet. 2" Dia. Slotted 0.010" Screen 20 Water Leven Readings Date Depth (ft.) Elev. (ft.) 5/31/201 Dry 6/30/201 26.5 1 - 8701 J,4, Cape -ter Fay Si2S0 2=70-0227 P5 nsSnC�n'E'1r 2l4-678-0=F.. PIEZOMETER SCHEMATIC PIEZOMETER NO. B-4 (Installed on 5/31/2017) PROJECT NO.: DRAWING NO.: DG-16-10112 PLATE D-1 111 1i1iO10011111..i In imimpli. . .� STATE OF TEXAS WELL REPORT for Tracking #455138 Owner: city of ftworth Owner Well #: 4 Address: 200 texas st Grid #: 32-30-1 ftworth, TX 76102 Latitude: 32° 35' 16.75" N Well Location: 101 industrail bled 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.l Top-apf� Bottom Depth {it.) Borehole: 6 0 30 Drilling Method: Air Rotary Borehole Completion: Filter Packed Top Depth (if.) Bottom Depth (ft.) Filter Material Size Filter Pack Intervals: 23 30 Sand 30140 Top Depth (ft.) Bottom Depth (ft_) Description (number of sacks & matedel) Annular Seal Data: 1 23 Bentonite 5 Bags/Sacks Seal Method: Poured Distance to Property Line (tt.): na Sealed By: Driller Distance to Septic Field or other Concentrated Contamination (ft.)! none-,' Variance Number: none Distance to Septic Tank (ft.): none Method of Verification: na Surface Comp] !on: 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: Bailer No Test Data Specified 711012017 3.48.49 PM Well Report Tracking Number 455138 Page 1 of 2 Submitted on: 711012017 Strata Depth (ft.) Water Type Water Quality: 0.30 none 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 for 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: Clifford lynn rigby Comments: No Data Lithoiogy: DESCRIPTION & COLOR OF FORMATION MATERIAL Top (ft.) Bottom (ft.) Description 0 3 cla fsandf ravel fill 3 20 brown clay wlcalcaroues noudles 20 27 limestone wishale layers 27 30 shale License Number: 4579 Casing: BLANK PIPE & WELL SCREEN DATA is Type Material Sch./Gage t Top 00 Bottom 2 Riser ew Plastic,-., €PVC) 40 0 25 2 Screen New Plastic 40 25 30 p 010 IMPORTANT NOTICE FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX. OCC. 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. Box 12157 Austin, TX 78711 (512) 334-5540 711012017 3:48:49 PM Well Report Tracking Number 455138 Page 2 of 2 Submitted on: 7/10/2017 STATE.O".F ..T.E' _ - ....S PLUGGING REPORT for Trackina #169663 Owner: city of fiworth Owner Well #: 4 Address: 200 texas St Grid ##: 32-30-1 ftworth, TX 76102 Latitude: 320 35' 16.75" N Well Location: 101 industrail bled Crowley, TX 76036 Longitude: 0970 21' 39.61" W Well County: Tarrant Elevation: No Data Well Type, Monitor Drilling Information Company: Gedco drilling and coring. inc Date Drilled: 6/812017 Driller: Clifford Lynn Rigby License Number: 4579 Well Report Trackina #f455138 Diameter {in.) Top Depth (ft) Bottom Depth {{t.) Borehole: 6 0 30 Plugging Information Date Plugged: 711012017 Plugger: uiifiord lynn rigby Plug NJ n....._ 1.� era 1.....a..'.'4.. htr... la 4n. a.e.li.... ,...aim... 'e, i:'cli ; less than 1i1f1 fouwf ris.r,6 1"!l.lC !Vlet'a U. ruin in a7lo Li C11 LLJI AIM 411it.T.9 YYfi�31 . &Q3L1i1111a rY FiG1 II• depth, cement top 2 feet Vgriance- € ulmher rtnne Casing Left in Well: Plug(s) Placed in Well; Tap (R.) Bottom (ft.) Description {number of sacks & material) No Data 0 30 Bentonite 5 BagslSacks Certification Data: The driller certified that the driller plugged this well (or the well was plugged under the drillers 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 resubmittai. Company Information: Gedco drilling and coring line 902 cresthaven In euless, TX 76040 Driller Name: clifford lynn rigby License Number: 4579 Comments: No Data 71'1012017 4.31:25 PM Plugging Report Tracking Number 169663 Page 1 of 1 Submitted on. 711012017 � I I III �� IIII III IIIIII II IIIIII ICI■ �� Depth Piezometer Details Description 0 '" ` "' Flush Mount Cover Concrete I. r•.r K%w•A s~a Yri Y' fn 'aja 5 ® Bentonite Pellets o 8o g o 0 o � 15 feet, 2" Dia. Sch. 40 PVC Blank o a 00 0 ] oa ®P OC O� C oq O O S �O 13— Sand Pack 20/40 5 feet. 2" Dia. Slotted 0.010" Screen 20 ••• ••• Water Level Readings Date Depth (ft.) Elev. (ft.) 5/25/201 Dry 6/25/201 6.5 � I 8701).1. Fwy &A. 250 Deus., TX 75247 21 "78-6227 Ph nSi6r1,��15 214 b7a OM F.x PIEZOMETER SCHEMATIC PIEZOMET1iR NO. B-7 (Installed on 5/25/2017) PROJECT NO.: DRAWING NO.: DC-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 76102 Latitude: 320 35' 12.54" N Well Location: 101 industral bled Crawley tx, TX 76041 Longitude: 0970 22' 33.32" W Well County: Tarrant. Elevation: No Data Type of Work: New Well Drilling Start Date: 61712017 Proposed Use: Drilling End Date: 6/812017 Monitor Diameter {In.) Top Depth-(ft) Bottom Depth (ft.) Borehole: 6 0 35 Drilling Method: Air Rotary Borehole Completion: Screened Top Depth (ft.) Bottom Depth (ft.) Description (number of sacks & material) Annular Seal Data: 1 18 Bentonite 5 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 Slab Installed Surface Completion by Driller Water Level; Packers: Type of Pump: Well Tests: Plug Information: 0 ft. below land surface on 2017.06-07 Measurement Method: Weighted Line No Data Unknown Bailer Yield: 0 GPM with 0 ft. drawdown after 0 hours Description thumber of sacks & material) Top Depth (fi.) Bottum Depth (if.} Bentonite �20 35 7/10/2017 2.52:49 PM Well Report Tracking Number 455128 Page 1 of 2 Submitted on: 711012017 Water Quality: Certification Data: Company Information: Driller Name: Comments Strata .Depth (ft.) Water Type 0-0 none Chemical Analysis Made: No Did the driller knowingly penetrate any strata which contained injurious constituents?: No 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 resubmittai. Gedco drilling and coring Inc 902 cresthaven In euless, TX 76040 clifford lynn rigby field next to a creek Lithology: DESCRIPTION & COLOR OF FORMATION MATERIAL Top (ft.) Bottom (ft j Description 4 8ry limestone: fill a 18 reddish brown clay 18 35 dark gray shale License Number: 4579 Casing: BLANK PIPE & WELL SCREEN DATA Dta Type m Materlat Sch./Gage Top (ft.) Bottom (ft.) 2 Riser (Pew Plastic 40 0 20 VC) 2 Screen New Plastic 40 20 20 (PVC) 0.010 IMPORTANT NOTICE FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX. OCC. 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. Box 12157 Austin, TX 78711 (512) 334-5540 7/f 0/2017 2: s2:4s PEA Well Resort Tracking Number 455128 Page 2 of 2 Submitted on: 711012017 STATE OF TEXAS PLUGGING REPORT or `racking #169662 Owner. City of Ft Worth Address: 200 Texas St ff worth, TX 76102 Well Location: 101 industral Blvd Crowley tx, TX 76041 Well County: Tarrant. Wall Type: Monitor Drilling Information Owner Well #: Grid #: Latitude: Longitude: Elevation: 7 32-29.3 32" 35' 12.54" N 097° 22' 33.32" W No Data Company: Gedco drilling and. coring inc Date Chilled: 61812017 Driller: Clifford Lynn Rigby License Number: 4579 Well Report Tracking #455128 Diameter (in.) Top Depth (ft.) Bottom Depth (ft.) Borehole: 6 0 35 Plugging Information Cute Plugged: 711012017 Plugger: clifford lynn rigby Plug Method: Pour in 318 bentonite chips when standing water in well Is less than 1.00 feet depth, cement top 2 feet Casing Left in Well: Plug(s) Placed in Well: inp (It.) Bottom (ft.) Description (number of sacks & material) No Data 0 30 Sentonite 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: Gedao drilling and coring Inc 902 cresthaven In euloss, TX 76040 Driller Name: clifford lynn rigby License Number: 4579 Comments: No Data 7/1W017 4:28:22 PM Plugging Report Tracking Number 169662 Rage I of r Submitted on: 111012017 NMI 11011101111 I I II Millin in in . Depth Piezometer Details Description 0 Flush Mount Cover Concrete 5 Bentonite Pellets p a 8o a o P 0 e �-- 15 feet. 2" Dia. Sch. 40 PVC Blank A a Oq o D qo J O 0 CC 00 O C, p 13 � � 4 Sand Pack 20/40 5 feet. 2" Dia. Slotted 0.010" Screen _ 20 ... ... Water Level Readings Date Depth (ft.) Elev. (ft.) 5/25/201 16 6/25/201- 5.8 IN 5 8701 J.1.n Carprnmr Fury S„iW 25D D.IIa TX 75247 �! 219fi2146-18 - nS>antit e5 7OM F. 8-0226 Pas PIEZOMETER SCHEMATIC PIEZOMETER NO. 1140 (installed on 5/25/2017) PROJECT NO.: DRAWING NO.: DG-16-10112 PLATE D-3 III I. IN IN In 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 76102 Latitude: 32° 35' 40.99" N Well Location: 101 industrail bivd crowley, TX 76036 Longitude: 0970 22` 51.82." W Well County: Tarrant Elevation: No Data Type of Work: New Weil Proposed Use: Monitor Drilling Start Date:. 602017 Drilling End Date: 6181201T Diameter (in.) Top Depth (it.) Bottom Depth (fQ - Borehole: 6 0 20 Drilling Method: Air Rotary Borehole Completion: Miter Packet! 'rop Depth (ft.) Bottom oepth (ft.) Fifter Material Size Filter Pack Intervals: 13 20 Sand 20140 Top Depth (ft.) Bottom Depth (ft) fDescriptien (Ruinker of sacks material) Annular Sea[ Data: 1 13 Bentonite 4 Ba slSacks Seal Method: Poured Distance to Property Line (ft.): na Sealed By: Driller Distance to Septic Field or other concentrated contamination (ft.): na Variance Number: none Distance to Septic Tank (ft.): na Method of Verification: na Surface Completion: Surface Slab Installed Surface Completion by Driller Water Level: 16 ft. below land surface on 2017-06-08 Measurement Method: Weighted Line Packers: No Data Type of Pump: No Data Well Tests: Bailer No Test Data Specified 71IM017 4,•07:07 PM Well Report Tracking Number 455144 Page 1 of 2 Submitted ant 7/10/2017 r Strata Depth (ft) Water Type Water Quality: 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 report(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 Lithology: DESCRIPTION & COLOR OF FORMATION MATERIAL Top (ft) Bottom (ft.) Dsscrlption 0 13 dk brown clay 13 20 clayey sand wl gravels Casing: BLANK PIPE & WELL SCREEN DATA Dla Type material Sch./Gacys Top ft) Bottom 2 Riser New Plastic 4.0 0 15 (PVC) 2 Screen Now Plastic- 400.1 15 20 PVC) IMPORTANT NOTICE FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX. OCC. 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. Box 12157 Austin, TX 78711 4512) 334-5540 711012017 4:07:07 PA4 Well Report Tracking Number 455144 Submitted on: 711012017 Pago 2 of 2 OSTATE OF TEXAS PLUGGING REPORT for Tracking #169664 Owner: city of ft worth Address: 200 texas st ft worth, TX 76102 Well Location: 101 industrail blvd crowley, TX 76036 Well County: Tarrant Well Type: Monitor Drilling Information Company, Gedco drilling and coring Inc Driller: Clifford Lynn Rigby Well Reoort Trackina #455144 Diameter (in.) Borehole: 6 Plugging Information Owner Well #: Grid M. Latitude: Longitude: Elevation: 10 32-29-3 320 35' 40,99" N 097" 22' 51.82" W No Data Date Drilled: 6812017 License Number: 4579 Fop Depth (ft.) Bottom Depth (k) 0 20 Date Plugged: 711012017 Plugger: clifford lynn rigby Eakin U thnri Pour in 318 hanfnnite chins when standing wafter 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 00 Bottom (ft.) Description (number of sacks & material) 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: Gedco drilling and coring Inc 902 cresthaven In euless, TX 76040 Driller Name: clifford lynn rigby License Number: 4579 Comments: No Data 7110120174:35:21 PM Plugging Report Tracking Number 169664 Page 9 of I Submitted on: 7/10/2017 —II IIIIIII■— IIIII.1■� I ■ IIII■�1� 11111! ■ - Depth Piezometer Details Description - 0 Flush Mount Cover �''Y •'"`—' Concrete . 5 y® Bentonite Pellets Co. _ O 80 8 0 o o � 15 feet. 2" Dia. Sch. 40 PVC Blank o 0 OQ O C [i 00 �O QC 0< 00 OC O 13 �0 Sand Pack 20/40 5 feet, 2" Dia. Slotted 0.010" Screen 20 .J. ,..� Water level Readings Date Depth (ft.) Elev. (ft.) 5/30/201 19 6/30/201 14 7 II. —_ 9701 Jahn C,,p,— Fmy Suik 250 .+. DdIn, TX 75247 lJ�] 214h7&0127 Ph n55[>�I.41'es 214f7&0228 Plc PIEZOMETER SCHEMATIC PTFZOMETER NO. B-12 (Installed on 5/30/2017) PROJECT NO.: DRAWING NO.: DG-16-10112 I PLATE D-4 11 — I — L STATE OF TEXAS WELL REPORT for Tracking #4-55153 Owner: City of lit Worth Owner Well t 12. Address: 200 Texas st Grid ##: 32-29-3 Ft Worth, TX 76102 Latitude: 32" 35' 58.69" N Well Location; 101 Industriel Blvd Crowley, TX 76036 Longitude: 0970 23' 19.49" W Well County: Tarrant Elevation; No Data Type of Work: New Wall Proposed Use:: Monitor Drilling Start: Date: 6112/2017 Drilling End Date: 6112/2017 ............... . Diameter (in.) Tnp Depth (ft.)- Bottom Depth (ft) Borehole: 6 0 20 Drilling Method: Air Rotary Borehole Completion: Filter Packed Top Depth (ft.) Bottom Depth (ft.) Fitter Material Size Filter Pack Intervals: .13 20 Sand 20140 Tap Depth (ft) Bottom Depth (fo Description (number of sacks & material) Annular Seal Data: 1 13 Bentonite 4 B11 agsfSacks Seal Method: Poured Distance to Property Line (ft.): na Seated By: Driller Distance to Septic Field or other Variance Number: bone 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 7/10/2017 4:22:26 PM Well Report Tracking Number 455153 Pogo a of 2 Submitted on: 7110120.17 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 report(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 Lithology: Casing: DESCRIPTION & COLOR OF FORMATION MATERIAL BLANK PIPE & WELL SCREEN DATA Tap (t.) Bottom (t) Description Dla Type Material Sch.lGage? Top (ft.) , Bottom (in.) 0 - `dk brown clay New Plastic 2 Kiser 40 0 1s 5 19 It brown clay (PVC) Now Plastic 40 19 20. limestone 2 ;screen (PVC) 0.010 15 20 IMPORTANT NOTICE FOR PERSONS HAVING WELLS DRILLED CONCERNING CONFIDENTIALITY TEX. OCC. 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 (612) 334-5540 7110/2017 4.22:28 PM Well Report Tracking Number 455153 Page 2 of 2 Submitted on: 711012017 STATE OF TEXAS PLUGGING REPORT for Tracking # 169665 Owner: City of Ft Worth Owner Well #: 12 Address: 200 Texas st Grid #: 32-29.3 Ft Worth, TX 76102 Latitude: 32" 35' 58.69" N Well Location: 101 Industries Blvd Crowley, TX 76036 Longitude: 097" 23' 19.49" W Well County: Tarrant Elevation: No Data Well Type: Monitor Drilling Information Company: Gedco drilling and curing Inc Date Drilled: 6/1212017 Driller: Clifford Lynn Rigby License Number:- - 4579 Well RODort Trackina #455153 Diameter (in.) Tap Depth 00 Bottom Depth (ft.) Borehole: 6 0 20 Plugging Information Lute Plugged: 7110/2017 Plugger: Clifford lynn rigby Plug Method: Pour in 318 bentonita 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: 'Fop (ft.) Bottom (ftj Description (number of sacks & materlai) 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: Gedco drilling and coring Inc 902 cresthaven In euless, TX 76040 Driller blame: Clifford lynn rigby License Number: 4579 Comments: No Data 7/10/2017 4:38:53 PM Plugging Deport Tracking Number 169665 Page 1 of 1 Submified on: 711012017 GC-6.06P1)Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Upper Big Fossil Creek Drainage Basin Relief Interceptor City Project No. 02515 �'"-R,r WO R' H _._ .---- City of Font forth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $50,000 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. The City's MBE goal on this project is 12 % of the base bid value of the contract. Mote: If both MSE and SBE subcontracting goals are established for this project, then an Offeror mast submit both a MBE Utilization Form and a SSE 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. Otferar shall deliver the MBE docurnerrtalicii in person to the appropriate cmplayee of Mel purchasing divislon Arid obtain a dateAlinr; receipt "uunh receipt shall be evidence that the Cily racan+ed the doCumF� ntalion in the dme allocated. A faxed ar}ftr-emailed copy will not be arcept,ed. 1. Subcontractor Utilization Form, if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal: 3. Good Faith Effort and Subcontractor Utilization Form, if no MBE participation: 4. Prime Contractor Waiver Form, if you will perform all subcontracting/supplier work: 5. Joint Venture Form, if goal is met or exceeded: received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date. received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date. received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date. received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid opening date. received no later than 2:00 p.m., on the second City business 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 -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 MIWBE Office at (817) 212-2674. Rev. 2/10115 ATTACHMENT 1A Page 1 of 4 SORT WORTH City of Fort Worth Minority Business Enterprise 13E Subc©ni gctors/Suopliers Utilization „Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: MIWIDBE NON-MANIDBE Crowley Relief Interceptor M-325 for Village Creek Basin, Part 1 UlDATE City's MBE Project Coal: Offeror's MBE Project Commitment: PROJECT NUMBER 1 ��° °�° 100276 12 , Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton. Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1" tier, a payment by a subcontractor to its supplier is considered 2"d 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 MIDST 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. 2110/15 F_OR'['WQm ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status-, i.e., Minority and non -MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only cep ti,`ied =Es will be countedto meet a� t MOE goal. NCTRCA u SUBCONTRACTO RIS UPPLI ER Company Name T n Detail Detail Address i M W Subcontracting Supplies Dollar Amount TelephonelEax r � E B Work Purchased Email E E Contact Person 0 Rev. 2/10115 FoR' NORTH ATTACHMENT 1A `." i 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. SUBCONTRACTORISUPPLIER I ° Company Name T - — n Detail Detail Address i M w Subcontracting Supplies Dollar Amount TelephonelFax e M work Purchased Email r E E B Contact Person E El 1:1 D 0 ❑ [7 i F1 Rev. 2/10115 FoRTW(}IZTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non -MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL 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 of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates, a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Namel-ritle (if different) Company Name Telephone andlor Fax Address E-mail Address CitylStatelZip Date Rev. 2110115 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: PROJECT NAME: Crowley Relief Interceptor M-325 for Village Creek Basin, Part 1 City's MBE Project Goal: I Offeroes MBE Project Commitment: 12 % I % ATTACHMENT IB Page 1 of 1 Check applicable block to describe prime MMiDBE I I NON-MMi1DBE BID DATE PROJECT NUMBER 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 1 C. This form is only applicable if bgz answers are yes. Failureto complete this form in its entirety and be received by the Purchasing Division no later than 2:00 o.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Wllyou 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 MBE(s) 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/State2ip Date Rev. 211 Oils FORT WORTH OFFEROR COMPANY NAME: City of Fort Worth Minority business Enterprise MBE Good Faith Effort Form PROJECT NAME: Crowley Relief Interceptor M-325 for Village Creek Basin, Part 1 ATTACHMENT 1C Page 1 of 4 Check applicable block to describe Offeror MIIN/DBE I NON-Ml4NIDBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 12 Rio I Rio 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 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. 1.) Please fist each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT LIST NAMES OF FILMS] 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 4.1 Obtaill a Gail relit (Ilot Illore t11a11 Diva (6) Months old from the bid open date) list of MOM st 9.1GUI tMULUrs andlor suppliers from the City's MIWBE Office. Yes Date of Listing 1 I 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 firm, person contacted, phone number and date and time of contact.) No 5.) 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 andlor "undeliverable confirmation" documentation may render the GFE non -responsive.) No 6.) Did you solicit bids from MBE firms, within the subcontracting andor 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 fine, 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 list specific to each subcontracting and supplier opportunity to be in 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 MBEs? Yes No I[13*M-4 Plibi ATTACHMENT I 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 MIWBE 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 necessary, 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 and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. 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. 2110/16 ATTACHMENT I 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 IVIBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's IVI1WBE Office. Authorized Signature Title Company Name Address City/StatelZip Printed Signature Contact Name and Title (if different) Phone Number Fax Number Email Address Date Rev. MOMS Joint Venture Page 1 of 3 ("]RT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibilitv 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 1 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 Pint venture MITE firm Non -MBE firm name: name: Business Address: ! Business Address: I I City, State, Zip: ! City, State, Zip: 1 Telephone Facsimile E-mail Telephone Facsimile n Cellular i 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. 2110/15 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: f I 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: r a, _F.ctimatino i - - -- --les ,. -----� b. Marketing and Sa -- - -- - --- ------------------- c. Hiring and Fir- ing of management -personnel- - - - -- - - - d. Purchasing of major equipment and/or supplies �3uperviston of tteia 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 MMlBE 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. 1EMWI ILITA 7 Joint Venture Paqe 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -malting responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts._ Name of MBE firm Name of non -MBE firm Printed Name of Owner Signature of Owner Printed Name of Owner Signature of Owner 'ritie Date State of On this Printed Name of Owner Signature of Owner Printed Name of Owner Signature of Owner Title Date Notarization County of 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 (seal) Rev. 2/10/16 %I-WC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK. CITY OF FORT WORTH Upper Big Fossil Creek STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Drainage Basin Relief Interceptor Revised July I, 20I1 City Project No. 02515 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32' Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ _. 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website, www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 IGC-6o09 Permits and Utilities THIS PAGE ]LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Upper Big Fossil Creek STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Drainage Basin Relief Interceptor Revised July 1, 2011 City Project No.02515 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 lines: This NWP authorizes discharges of dredged or fill material into waters of the United. States and structures or work in navigable waters for crossings of those waters associated with the construction, maintenance, or repair of utility lines, 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 Iayers, 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 1/2-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 1/2-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 i-oads constructed above pre -construction *contours and elevations in waters of the United States must be properly bridged or culverted to maintain surface flows. This NWP may authorize utility lines in or affecting navigable waters of the United States even if there is no associated discharge of dredged or fill material (See 33 CFR part 322). Overhead utility lines constructed over section 10 waters and utility lines that are routed in or under section 10 waters without a discharge of dredged or fill material require a section 10 permit. This NWP authorizes, to the extent that Department of the Army authorization is required, temporary structures, fills, and work necessary for the remediation of inadvertent returns of drilling fluids to waters of the United States through sub -soil fissures or fractures that might occur during horizontal directional drilling activities conducted for the purpose of installing or replacing utility lines. These remediation activities must be done as soon as practicable, to restore the affected waterbody. District engineers may add special conditions to this NWP to require a remediation plan for addressing inadvertent returns of drilling fluids to waters of the United States during horizontal directional drilling activities conducted for the purpose of installing or replacing utility lines. This NWP also authorizes temporary structures, fills, and work, including the use of temporary mats, necessary to conduct the utility line activity. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges, 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 glows. 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 waterbody more than one time at separate and distant locations, or multiple waterbodies at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. Utility line activities must comply with 33 CFR 330.6(d). Note 3: 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 line maintenance and repair activities that do not qualify for the Clean Water Act section 404(f) exemption for maintenance of currently serviceable fills or fill structures. Note 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'authoriz'c 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 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. Miaratory 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 N WP 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. Euuinment. 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. Proner 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. Sinale and Complete Proiect. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. 16. Wild and Scenic Rivers. (a) No NWP activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. (b) If a proposed NWP activity will occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, the permittee must submit a pre -construction notification (see general condition 32). The district engineer will coordinate the PCN with the Federal agency with direct management responsibility for that river. 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 leave "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 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)(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 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 I06. (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 lasting 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 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 N1 PA: 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-Fedcral applicant that he or she cannot begin the activity until section 106 consultation is completed. If the non -Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (e) Prospective permittees should be aware that section 110k of the NHPA (54 U.S.C. 306113) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of section 106 of the NHPA,. has intentionally significantly adversely affected a historic property to which the permit would relate, or having Iegal 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 oe thle 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 'lan,.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. (6) Compensatory mitigation requirements (e.g., resource type and amount to be provided as compensatory mitigation, site protection, ecological performance standards, monitoring requirements) may be addressed through conditions added to the NWP authorization, instead of components of a compensatory mitigation plan (see 33 CFR 332.4(c)(1)(ii)). (g) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2-acre, it cannot be used to authorize any NWP activity resulting in the loss of greater than 1/2-acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that an NWP activity already meeting the established acreage limits also satisfies the no more than minimal impact requirement for the NWPs. (h) Permittees may propose the use of mitigation banks, in -lieu fee programs, or permittee- responsible mitigation. When developing a compensatory mitigation proposal, the permittee must consider appropriate and practicable options consistent with the framework at 33 CFR 3323(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 Ouality. 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 Manauenient. 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. Reaional and Case-Bv-Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U.S. EPA in its 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 1/3-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. Comnliance 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 documcntation required by 33 CIR 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(f)) 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 spccial 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 1/10-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 Prc-Construction Notification: The standard individual permit application form (Form EN G 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 ofPCNs and supporting materials if the district engineer has established tools and procedures for electronic submittals. (d) Avencv Coordination: (1) The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the activity's adverse environmental effects so that they are no more than minimal. (2) Agency coordination is required for: (i) all NWP activities that require pre -construction notification and result in the loss of greater than 1/2-acre of waters of the United States; (ii) NWP 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 Enaincer'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 othcrwise 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 notiore 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 3I, 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 thatwould 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 manaszement 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. Discharae: 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 Iocated 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. Hip-h 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 Iess 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 10 of the Rivers and Harbors Act of 1899. These waters are defined at 33 CFR part 329. Non -tidal wetland: A non -tidal wetland is a wetland that is not subject to the ebb and flow of tidal waters. Non -tidal wetlands contiguous to tidal waters are located landward of the high tide line (i.e., spring high tide line). Open water: For purposes of the NWPs, an open water is any area that in a year with normal patterns of precipitation has water flowing or standing above ground to the extent that an ordinary high water mark can be determined. Aquatic vegetation within the area of flowing or standing water is either non -emergent, sparse, or absent. Vegetated shallows are considered to be open waters. Examples of "open waters" include rivers, streams, lakes, and ponds. Ordinary Hiah 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. Sinale and complete linear proiect: A linear project is a project constructed for the purpose of getting people, goods, or services from a point of origin to a terminal point, which often involves multiple crossings of one or more waterbodies at separate and distant locations. The term "single and complete project" is defined as that portion of the total linear project proposed or accomplished by one owner/developer or partnership or other association of owners/developers that includes all crossings of a single water of the United States (i.e., a single waterbody) at a specific location. For linear projects crossing a single or multiple waterbodies several times at separate and distant locations, each crossing is considered a single and complete project for purposes ofNWP 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. Sinale and complete non -linear proiect: For non -linear projects, the term "single and complete project".is defined at 33 CFR 330.2(i) as the total project proposed or accomplished by one owner/developer or partnership or other association of owners/developers. A single and complete non-] inear. 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 manaaement: 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. Veaetated shallows: Vegetated shallows are special aquatic sites under the 404(b)(1) Guidelines. They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation, such as seagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbodv: For purposes of the NWPs, a waterbody is a jurisdictional water of the United States. if a wetland is adjacent to a watdrbody determined to be a water of the United States, that watorbody 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. 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 .00111d 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. Spawnina 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. Miaratory 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 FIows. 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 I00-Year Floodolains. The activity must comply with applicable FEMA- approved state or local floodplain management requirements. 11. Equipment. Heavy equipment working in wetlands or mudllats 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 Temmorary 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 Proiect. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. 16. Wild and Scenic Rivers. (a) No NWP activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. (b) if a. proposed NVrP activity will occur in a component-oftheNational 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. Y (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 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 I0(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 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 hUp://www.nmfs.noaa.gov/pr/species/esa/ respectively. 19. Mivatory Birds and Bald and Golden Eajzles. 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 t06. (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 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 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 l 10k 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,, SHPOITHPO, 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. Desi,2nated 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 adjaceni 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 I/I0-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. (6) Compensatory mitigation requirements (e.g., resource type and amount to be provided as compensatory mitigation, site protection, ecological performance standards, monitoring requirements) may be addressed through conditions added to the NWP authorization, instead of components of a compensatory mitigation plan (see 33 CFR 332.4(c)(1)(ii)). (g) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2-acre, it cannot be used to authorize any NWP activity resulting in the loss of greater than 1/2-acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that an NWP activity already meeting the established acreage limits also satisfies the no more than minimal impact requirement for the NWPs. (h) Permittees may propose the use of mitigation banks, in -lieu fee programs, or permittee- responsible mitigation. When developing a compensatory mitigation proposal, the permittee must consider appropriate and practicable options consistent with the framework at 33 CFR 332.3(b). For activities resulting in the loss of marine or estuarine resources, permittee-responsible mitigation may be environmentally preferable if there are no mitigation banks or in -lieu fee programs in the area that have marine or estuarine credits available for sale or transfer to the permittee. For permittee-responsible mitigation, the special conditions of the NWP verification must clearly indicate the party or parties responsible for the implementation and performance of the compensatory mitigation project, and, if required, its long-term management. (i) Where certain functions and services of waters of the United States are permanently adversely affected by a regulated activity, such as discharges of dredged or fill material into waters of the United States that will convert a forested or scrub -shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way, mitigation may be required to reduce the adverse environmental effects of the activity to the no more than minimal level. 24. Safety of Impoundment Structures. To ensure that all impoundment structures are safely designed, the district engineer may require non -Federal applicants to demonstrate that the structures comply with established state 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 Oualitv. 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-Bv-Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(c)) 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 Z one Murlagement 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 1/3-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 permittec that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either: (1) He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2) 45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 18 that listed species or critical habitat might be affected or are in the vicinity of the activity, or to notify the Corps pursuant to general condition 20 that the activity might have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that there is "no effect" on listed species or "no potential to cause effects" on historic properties, or that any consultation required under Section 7 of the Endangered Species Act (see 33 CFR 330.4(f)) and/or section 106 of the National Historic Preservation Act (see 33 CFR 330.4(g)) has been completed. 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) IdentiPy 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 1/10-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) A2encv Coordination: (1) The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the activity's adverse environmental effects so that they are no more than minimal. (2) Agency coordination is required for: (i) all NWP activities that require pre -construction notification and result in the loss of greater than 1/2-acre of waters of the United States; (ii) NWP 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 ofNWP 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 ofproperty- or economic, hardship will occur. The district engineer will consider an g 1J g y 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. 3.1f 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 amitigation 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. Comq.ensatory 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. Ecolop-ical 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. Hiah 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 Pronertv: 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 Iand, 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 10 of the Rivers and Harbors Act of 1899. These waters are defined at 33 CFR part 32R. 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 Iocated landward of the high tide tine (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 Hiah Water Mark: An ordinary high water marls 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 proiect: A linear project is a project constructed for the purpose of getting people, goods, or services from a point of origin to a terminal point, which often involves multiple crossings of one or more waterbodies at separate and distant locations. The term "single and complete project" is defined as that portion of the total linear project proposed or accomplished by one owner/developer or partnership or other association of owners/developers that includes all crossings of a single water of the United States (i.e., a single waterbody) at a specific location. For linear projects crossing a single or multiple waterbodies several times at separate and distant locations, each crossing is considered a single and complete project for purposes ofNWP 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 vroiect: For non -linear projects, the term "single and complete project" is defined at 33 CFR 330.2(i) as the total project proposed or accomplished by one owner/developer or partnership or other association of owners/developers. A single and complete non -linear project must have independent utility (see definition of "independent utility") Single and complete non -linear projects may not be "piecemealed" to avoid the limits in an NWP authorization. Stormwater management: Stormwater management is the mechanism for controlling stormwater runoff for the purposes of reducing downstream erosion, water quality degradation, and flooding and mitigating the adverse effects of changes in land use on the aquatic environment. Stormwater management facilities: Stormwater management facilities are those facilities, including but not limited to, stormwater retention and detention ponds and best management practices, which retain water for a period of time to control runoff and/or improve the quality (i.e., by reducing the concentration of nutrients, sediments, hazardous substances and other pollutants) of stormwater runoff. Stream bed: The substrate of the stream channel between the ordinary high water marks. The substrate may be bedrock or inorganic particles that range in size from clay to boulders. Wetlands contiguous to the stream bed, but outside of the ordinary high water marks, are not considered part of the stream bed. Stream channelization: The manipulation of a stream's course, condition, capacity, or location that causes more than minimal interruption of normal stream processes. A channelized stream remains a water of the United States. Structure: An object that is arranged in a definite pattern of organization. Examples of structures include, without limitation, any pier, boat dock, boat ramp, wharf, dolphin, weir, boom, breakwater, bulkhead, revetment, riprap, jetty, artificial island, artificial reef, permanent mooring structure, power transmission line, permanently moored floating vessel, piling, aid to navigation, or any other manmade obstacle or obstruction. Tidal wetland: A tidal wetland is a jurisdictional wetland that is inundated by tidal waters. Tidal waters rise and fall in a predictable and measurable rhythm or cycle due to the gravitational pulls of the moon and sun. Tidal waters end where the rise and fall of the water surface can no longer be practically measured in a predictable rhythm due to masking by other waters, wind, or other effects. Tidal wetlands are located channelward of the high tide line. Tribal lands: Any lands title to which is either: 1) held in trust by the United States for the benefit of any Indian tribe or individual; or 2) held by any Indian tribe or individual subject to restrictions by the United States against alienation. Tribal rights: Those rights legally accruing to a tribe or tribes by virtue of inherent sovereign authority, unextinguished aboriginal title, treaty, statute, judicial decisions, executive order or agreement, and that give rise to legally enforceable remedies. Vegetated shallows: Vegetated shallows are special aquatic sites under the 404(b)(1) Guidelines. They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation, such as seagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbodv: For purposes of the NWPs, a waterbody is a 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 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, 2021 Information about the U.S. Army Corps of Engineers regulatory program, including nationwide permits, may also be found at httn://www.swf usace.armv.mil/klissions/ReatilatGrv.asur and httn:/iwww. usace. army. mi I/Missions/Civi I Works/Re2UlatorvProuramandPerniits.asnx 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 10 of the Rivers and 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. 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 http://Www.spa.usace.army.mii/Missions/RegulatoryProgra ermits/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 1 /10 acre and/or for all losses to streams that exceed 300 linear feet. 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 ac9qrdance 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 1110 acre of scrub-shrublforested 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 Regional 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 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 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 htto://www. swa. usace,armv. mil/Business-With- Us/RepulatorvfPermitsiNationwide-General-Perm its/) 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 1/10 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 Fngineer 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. Notificption 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 htto:tlwww. swa.usace. armv.mil/Business-With-Us/Reaulatorv/PermitslNationwide- General-Perm its/) 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 DistFICt. 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. 3a.- 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 of11:'l1 PubflM Notice NATIONWIDE PERMIT U.S. Army 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 401 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_public—notice@usace.army.mil 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 District Office located at 819 Taylor Street, Fort Worth, Texas; or on the Internet at http;//www. usace. armv.m illMissions/CivilWorks/RequlatbrvProaramandPermits/Nationwi dePermits.asnx. As an alternative, interested parties can access the January 6 2017, final r� le that %uac ni ihlichcd In the Federal Register th roug h she I i S. (;nvcrnon+ C]1 i.,+il,g j-..-.'+. ishe U. . VVY. V..r rn l e l . II11L111 Office at htto-//www.ago.aov/fdsys/browse/collection.action?collectionCode=FR . The Corps has also issued final decision documents for the new and reissued NWPs. These documents are available at www.reaulations.aov 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. §91.101. 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 REISSUANCE 2011 NATIONWIDE PERMIT (NWP) REGIONAL CONDITIONS I U91t'U:L��VIt�91AVd7/11_F1 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 distichum) 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 BM Ps, a5 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 Forth, 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.mil/Missions/RegulatoryProgramandPermits/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 Worth 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 1/10 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 121 14 and/or NWP 33 that involve a temporary discharge of fill material into 1/2 acre or more of emergent wetland OR 1/10 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 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 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, Subtidai 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 CFR 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 2 i . For all activities proposed for authorization under ivlrvP 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 5 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 City of rll FLOODPLAIN ADMINISTRATOR $ Crowley, Texas 76036 Ii'LOODPLAIN DE VE, LOPMENT PERMIT APPLICATION STATE OF TEXAS § COUNTY OF TARRANT § APPLICATION NUMBER "' $ 1. NAME OF APPLICANT: Teague Nail & Perkins Inc. MAILING ADDRESS: 5237 N. Riverside Drive Fort Worth, Texas 76137 TELEPHONE: (817) 665-7137 2. LOCATION OF PROPERTY (complete as appropriate) If located in a subdivision: PERMIT FEE - Name of Subdivision:. 0 Or Section No. Block No. Lot No. If NOT located in subdivision: (attach map) &W TO Ate" Name and No. of Sutvey/Abstract _ _ ! Tract Acreage Location Description (Attach a vicinity map) 3. NATURE OF PROPOSED DEVELOPMENT (check and complete all that apply) ( ) Residential ( ) Placement of Fill A) Other �`Atjj f00j CtV"Y' l� 41 ( ) Alteration of a Natural Waterway or Drainage Course (X) Non -Residential Naive and Type of Business ( ) New Construction () Substantial Improvement to Existing Structure 2010 City of Crowley Floodplain Development Permit 4. Have all necessary approved pennite heon obtained from F-d-ral, St-te L,,.• In�r71 gC`,'�r".1lelital agencies? (X)Yes { } No N/A (If no, please explain. If YES, please provide copies of approved letters or permits) 0OR &C ." WARNING: Please read and aeknowledee. The flood hazard boundary maps and other flood data used by the City of Crowlev Floodplain Administrator in evaluating flood hazards to proposed developments are considered reasonable and accurate for regulatory purposes and are based on the best available scientific: and engineering data. On rare occasions greater floods can and will occur and flood heights may be increased by man -trade or natural causes. Issuance of an exemption certificate does not imply that developments outside the identified areas of special flood hazard will be free from flooding or flood damage. Issuance of an exemption certificate shall not create Liability on the part of the„CiV of Crowltv's Floodplain Administrator or any officer or employee of the City of Crowlev i the event 1Qoding or flood damage does occur. Signature of Applicant: -d- Date; Or Authorized Agent THIS PERMIT IS VALID FOR ONE YEAR FROM DATE ISSUED AND WILL NEED TO BE RENEWED IF WORK IS NOT COMPLETED AT THAT TIME S. ' Applicant will provide one copy of the plans and specifications of the proposed construction, if in.a Floodplain. e�k f ------------------------- FOR USE BY FLOODPLAIN ADMITNIS TRA i OR Is the proposed development located in a special flood hazard area? WYes ( )No Is the proposed development located in the floodway? Yes ( )No 04I9�o4to�. FIRM Zone Designation is: AE, FIRM. Panel NG. 4$41 d'0140 - Dated 4 l?c l 04 to Base Flood Elevation at the site is ft NGVD (MSL) or is unavailable Is additional information required (including Letter of Map Change)? ��� ��� ( )Yes (�ONo Is Elevation Certificate required? 'rrih + r ( )Yes (1No ( ) Variance Issued ( } Permit Application Approved ( Permit Application Denied ilSignature: . ; _ ,F ' ` t l Date: o Flpodpl�hi Administrator i 2010 City of Crowley Floodplain Development Permit APPLICATION FOR FLOODPLAIN DEVELOPMENT PERMIT Name of Owner or Applicant Teague Nall & Perkins Address of Owner 5237 N. Riverside Drive, Suite 100 Fort Worth, Texas 76137 Date 11101t2018 Telephone No. (817) 665-7137 Nearest Stream 1. Nerih Branch n{ Doer creek 2, S—th Fmk of MAh Breneh of Deer C,eek AVnnomod Trip to Norlh Draech of Deer Creek Location of Permit Area (Address or Legaf Description) Begins at the downstream connection paint in Bicentennial Park and continues northwest along the North Branch of Deer Creek to W Cleburne Crowley Rd. PURPOSE OF REQUEST: ❑Excavation ❑F€lung ❑Dredging or Mining ❑ Building Permit ❑ Grading ❑ Paving ❑ Drilling Operations BRIEF DESCRIPTION OF PROPOSAL (Attach separate sheet if needed) PLEASE TYPE Permit No. Fr) P- If - ! `-a` '�l - L 4 e Office Use Only ❑ Approved gApproved with ❑Donted- Conditions*/ Date In: Date Out:: V.0 Q' Processed By: Lf r 011 Sc7y) Approved By: 67-'610L M ❑✓ Utillty Construction ❑ other Sanitary Sewer improvements to serve the Council District 6 and the City of Crowley. Part 1 consists of approximately 5,620-foot of 42" Sanitary Sewer from downstream connection point of Bicentennial Park to 0.5 miles west of FM 731. Part 2 consists of approximately 6,800-feet of 42" Sanitary Sewer from the end of Part 1 to S. H. Crowley Intermediate School on McCart Avenue. Part 3 consists of approximately 8,300-feet of 2l" Sanitary Sewer from 1.2 miles west of FM 731 to the existing summer crock lift station located on w Cleburne Crowley Rd, Part 2 and Part 3 also consist of a meter station that are located outside of the FEMA 100-year Ftoodplain. Alf grades are anticipated to be restored to pre -project conditions COMPLETE APPLICABLE QUESTIONS: 1. Total drainage area of watercourse 3898 acres. 2. Regulatory flood elev. 783' - 704' ❑ Not available. 3. Has site previously flooded? ❑✓ Yes ❑ No 4. Is site subject to flooding? 0 Yes ❑ No S. Is safe access available during times of flood? ❑ Yes ❑ No ❑ Unknown 'a. Is the proposal within the designated floodway? Z Yes ❑ No ❑Unknown 7. Have all necessary prior approval permits been obtained from federal, state or local governmental agencies?❑ None Required zYes ❑No (If no, explain, If yes, provide copies of approval letters or permits.) ATTACH THE FOLLOWING IF APPLICABLE: 1. Two (2) sets scale drawings showing location, dimensions, elevations of existing and proposed topographic alterations, existing and proposed structures, location relative to floodplain area. 2. Extent to which watercourse or natural drainage will be altered or relocated, 3. Supporting hydraulic calculations, reports, etc., used as a basis for proposed improvements. 4. Lowest floor elevation (Including basement) of all proposed structures. 5. Elevation to which any non-resldentia€ structure shall be flood proofed. 6. Certification by registered professional engineer or architect that flood proofing criteria are met as set forth in Section 7-347, Sub -Section b, Ordinance No. 11998, DURING THE OCCURRENCE OF A 100-YEAR FREQUENCY FLOOD WILL THE Info. Not PROPOSAL: Yes No Available 1. Reduce capacity of channels/floodwayslwatercourse in floodplain area? ❑ 0 ❑ 2. Measurably increase flood flaws/heights/damage on off -site properties? ❑ W1 ❑ 3. Individually or combined with other existing or anticipated development expose adjacent ❑ ❑ properties to adverse flood effects? 4. Increase velocities/volumes of flood waters sufficiently to create significant erosion of ❑ 0 ❑ floodplain soils on subject property or adjacent property upstream/downstream? 5. Encroach on floodway causing increase in flood levels? ❑ ❑✓ ❑ 6. Provide compensatory storage for any measurable loss of flood storage capacity? ❑ 0 ❑ FLOODPLAIN DEVELOPMENT PERMIT The City of Dort Worth's Floodplafn Permit program is authorized by Section 7-318 of City Ordinance No. 11998, adopted June 13. 1995. This permit is required for all development taking place within the area of the 100-yearfloodplain (special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-Flaodway Maps, published by the Federal Emergency Management Agency (FEMA). These maps are available for public inspectipn in the Engineering Department, Municipal Building, 1000 Throckmorton Street. Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions described within the permit constitutes a misdemeanor and upon conviction, a person, firm, or corporation could be fined up to one thousand dollars ($1.000) a day for each day that the violation occurs, I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be superseded by other provisions of City code or policies. I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met, These requirements Include, but are not limited to, City construction plan approval, platting and community facilities agreements. This proposal shall be subject to any change In floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. f hereby certify that I am familiar with the information contained on this application and to the best of my knowledge such Information Is true and accurate. I further certify that I possess the authority to undertake the proposed activity. I understand that if my application is denied, I have sixty (60) days from the date of such denial to appeal the adverse action to the City plan Commission. Signature of Applicant or Authorized Agent OFFICE USE ONLY FLOODPLAIN AREA DEFINED BY: LJ FEMA ❑ COE ❑ FLOOD STUDIES ❑ H1GH WATER MARKKS - OTHER FEMA INS. ZONE fl ! FEMA MAP NO. 6 FLOOD ELEV. (/G r1 9319' GROUND ELEV. FLOOD PLAIN STUDY PLATE NO. - FLOOD ELEV. - CONDITIONS FOR APPROVAL" OR REASONS FOR DENIAL— D�' -�"°�J - � �'PC��, CSC 1 I � rc, � l J �i Y• ��vn ��tc._ THIS PERMIT SHALL EXPIRE TWO YEARS FROM THE DATE OUT ON PAGE 9 ABOVE; Approval Dorm Page 1 of 2 Approval Form APPROVAL Online version 1112005 To Andrew Luce Gate 814/2017 City of Fort Worth Application No. FTW20170523171014 1000 Throckmorton St District App. No. 220S-SS-491-17 Fort Worth, TX 76102 Highway FM 0731 Control Section 109401 Maintenance Section South Tarrant County Tarrant TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. l=TW20170523171014 (District Application No. 220S-SS-491-17) dated 8l412017 and accompanying documentation, except as noted below. A copy of the ENTIRE PERMIT must be on the jobsite at all tirnest Utility installation Owner is to send a CONDUCT INSPECTION ACTION notice through the UIR website 48 hours PRIOR to commencing work along with On -Site Contractor contact information (Phone i<& E-mail). CONTRACTOR is to give a VERBAL NOTICE 48 HOURS PRIOR to the start of work to DUSTIN DEATON at 817.313.3873 or 817-370-6 o88. The Utility Installation Owner SMALL NOT cut into the pavement or concrete riprap without WRITTEN PERMISSION from TXDOT. When installing utility lines on controlled access highways, your attention is directed to governing lawns, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation fawner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions. You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. 00 NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Texas Department of Transportation By Dustin Dealon _ Title Utiltity Coordinator 1ittp:llapps.tlot.state.tic.uslappsl(Jlltl'ROv2llibINotiecApproval.aup`?ApproverlD=DO'r20161020091316&P... 8/4/2017 Approval Form District Fort Worth Page 2of2 ttp://apps.dot.date.tx.uslappslUlRPROv2llibINoti€;eApproval.asp:Approvt3r.ID=DOT2016102009i316&P... 8 4/201.7 FoRTWORTH CONSTRUCTION PLANS FOR -� THAN CITY OF FOR T WORTH, TEXAS VILLAGE CREEK BASIN CROWLEY RELIEF INTERCEPTOR -32 PART 1 CITY .PROJECT NO. 700276 BETSY PRICE Ad f YOR LEAVID COKE CfTY MANAGER C OUGLAS W. V? IERSIG, P. � l DIRECTOR TRM& & PUBLIC WORKS.. PE. KARA L. SH1JROR INTERIM DIRECTOR, WATER DEPARTMENT CITY PROJECT Na V0276 mare is +r �.aar:,, a.'na.aN��v m:a nvi +:Ixaaa r��ai.wauw� aurYarr�, 1 ta}Y S' LOCATION MAP xTa DFtRfS NaRDFR, P.£ JUL Y 17 ASSISPANT pfRQ"CTQP, WATER CE'PARFmENF TORY SN604A, P,£. ENGfNEERfNC iUNAGFR teaque,raid & parkins llnp 3337N, Ri.-M.irN}p, SuflN lob RAKESH CHAVOEn P.E, PRa.-Ccr mmACER 817.33£773ph 017.335,24f3[z TOR N.. F47C vrww3npirsmcam X-24293 z DATE VA TE n I I�Pision,�+ �sW I 1- Sn JI (C 1I OEM M ri NM1ask r , lLL rrs am o wm raa 1 "ti i�z S. j VAPSCO NO. ,lee 1 • 17 1 l- ak'M[ 1Q.v ar Y ...e u Di,r4` MbER MAF t3O 2M-337 '•,'�,y.�i5 umirr trlb1 f ZEE. T-� In y In kmmr w..i •li+lavSK I --- `"ti + IrF u , it cs z3MUTV NOIE l *��Js rl wx':�naorK:eoe `anyasr . WLl ++� /alr: CLrrRYp W.'ffi+1Pb. Oe fm.N GnSnrlr � rtg6W la eaxuJ S.Ad .fls��l eific• ,5K 9,RY,C4Spro•JrOn.T rG GYcY I RW:y pw,!a. Illw ,wkls mr pGet oink � 1l YR'RrrY�k+ ,; YYr K'rlppe u wieShlam a1 AASfrH4�RiOiL MWAr2 IKI, 7 a it a OM/I W ' fsawsr,P.Ti rYgrp,C: JC6Ia14f'6M u7 -- w. w npmn.r re•R' \ ! � � � � �rr`rw". o"a v. ns ,jw YrYxrm. nw.»a w nw.s AN ottiver 4t`.s Rio .t��•, . i:"'`.r.3a .,..ems"'" r SAN1T"AR {'- SEWER, LINE -`M-325° _ =� i3a�— �aetr _ `� JIrw T�a.�r���..+r;+�Ll ; I •Cc=Tt�, -y I Aamau+ 720 1 = • -- - _ _ '- .rn �.�r ! — a 720 afu w II � sll� +f-p• + o..: j 710 g i1C of-� _>` � - --- ----_ --.. - -- - --- - - ---__- -- - .. _ - - _„. �.ran•a r^ �. � , tQo ttf # ka w rs Aw -Ka.r T F I r h - I 11 + Sao j : h I a aiK 1 - t -i Y r {�-� 1 'T' I i H 'ce'sS0 m r — i I T i -'i�l i 1 ;...' I ' _ -.:f + pso W _._ I' �g L I ij al - 21 �:-_ `I-- 3 72� I-•Y,'.�- !' Rr:�� a -I 'R.� i 'TJ:-:u ' YY � a+oo 25+ ze+rn 27+0v 7.a+00 23+430 -.1,x -- i •..._?<n. -""".'�. �1��� (r. ��6C�itS. M�,;,e�s is a� acw � �+�u i City o€ fad Viarti.• T*x crn ,Mm --�--------- ART OR !'em` �n'e..r:.a. DSw,Suur ren a'+i°0C' Crowley +i®i7W►i+1-.,15 :l,eo! 1"r16' hrl War,W, Yoxes7WFx7 o�rw R. us Yw taEl ik, Scorer hef—pfw For Yi?oagt Cmak'amsin - .., ___... n,r. Wts -- SGiT i J1J.13W.377S Ph griaJssai.x lW_..�—�'"".• _ _.........._ _ _-......._ die lr i R.y;m,a oW rla F le Rd 325. Part B Plan 6 Paaflia Am 207 u. wJ p pc OR "Rom' Stu 19+50 fa 5!¢ 30+50 ¢r.,.+x aVnfnmsnnw+rsa-. �iti�'s"" �-w a--�er.rr�¢-'in:r�"rnEe•:-r-fraf irw:, q %,a. i-134ti l:.v: 3nL.a.¢ .. m.45 B:.rxr S.npe - Pt-V4}¢RYd.t - Y-SI1 Lu "aa•ro%x4' ✓}Vli M:.l.l)dk �pl ICff _�I v IN 1 id. MAF�H N�JF SFA 30+50 P, a41r = ,L - will { r a'` f yid. L I _ _ _ • � =s 41" t gis 4 �} ti a N Tr Too. € ... r_F'}� I .jwj { i} u :!.'3mi�la „�.::-_ °Jr►rrt'7�� �I t. ........-- �fha ivy u ff r 1 ,.-i,+ °g f�Ta f w €, 3{ I Is HIM vf[rSY'�' f l 7+A'Yi ° i�], I f z xJYtl A "� 1 1 �rgg 'Lit 4- W. F.T I4p I _ L MA 1 Is�`�, a IMF Hal ....�},—�#i7$�QF2r h s$ El p5 i I I Diu {_ £`e� 39Q x"ds # >i �lfss _ 'sxripqq-'FER�kdz # a F-A aEy i m s q crrrmo �acr �, mMare X`0093 , Amendment Request Page 1 of 1 Twos nonspWaam B�ata�e�vrr Amendment Rrq€ mt Application Online version 412€106 To , The Texas Transportation Commission clo District Engineer Texas Department of Transportation Fort Worth,D,9trict, 'Texas Approved ®X,,,,,_, Rejected On 12/6/2018 By Ben Trevino Date 12/612018 Application No. FtW20170523't 71014 District App. No. 220S-SS-491-17 Highway FM 0731 Maintenance Section South Tarrant County Tarrant We request to amend the proposed utility facility installation as described below. Changed ltern(s) Old Revised A new 42" fiber glass reinforced A new 42" fiber glass reinforced sanitary sanitary sewer line within a 60" steel sewer tine within a 60" steel casing is casing is proposed to be installed proposed to be Insiulled by gore across FM Description by bare across 731 to serve 731 to serve future development in Crowley, future development en Crowley, southwest Fort Worth, and the.Chlsholm tey, h ri�a southwest rail Var Trail Parkway Corridor. Existing 15" eanitary w c Chisholm Trail Trait Parkway corridor- sewer to be rehabilitated by cured -In -place pipe method. Begin Bate � 21112018 411/2019 Finish Oate 12131/2018 411 /2020 Attachment file(s) TxDOT Permit _ November 2018.pdf (3390.96 KB) All other requirements and provisions remain the same. If this amendment is approved, a copy will be kept at the job site at all times, along with the Notice of Proposed Installation and corresponding approval. Utility Installation Owner City of l=ort Worth By Andrew Luce Title Address 200 Texas Street Fart Worth, TX 76102 Phone No. 817-392-7949 E-mail address aluce@tnpine.com littp:llapps,dot.state.tx.uslappsiUl.R.PROv2lliblAmendmeiit orrn.a ?PennitApNo= T 2017052317101... 12/6/2018 rm. DEER j r "A +x . °1 #a� n wow ,wrsowcumr Ilr Acavx or nx kI[ �,i' , a]IiTRIFi: OF' Lirtt aaFra�x xAw, #u—cwt_�, n mr�l G eun m mra4 _ xcv � � A tlAMS W wmuT. a � v Art YiTut n A - 4PfflOXM4IELT OSC` OCNM9DEAI f -_ - - [[[ h x4v-pt Illl I or FlI m (Q'GIIEV ma> ILI. . A9�alo�w I y' smear. a i'! 'rQ ryp {1 {�` (p {� ✓ a II7 +ea fllibJk ts$ R I�I ,,. - ] 1,':�4L.. rrLYm wcv nux> • ex.�. 4� � I - s I � � � � e,iss A�rAt'r s`�iu � .,. i (, � w�T�aw i � al#a%� ' . ,r�'_-_.x.c...1�� - - : � � sox¢v.Tc nzmn wr r,< xx '`�' : ;: •ye, - -' V� '4:. .. - __�_.; '� �r4t� _ _ - 'I - 1• I \ farn. rN.Tg1 � � 1 n,,� :.. �y '�. : aaY1� ffNER YAP N0.2P+2-}332 I _ I rau Q rew:fmm[ �C3a wne rtc ,;, y' <, er? unum eEmro 17 pA�4G.�rF�/IPFI Pg �Y AG 7F.�1 ge�a+� d \ ** z{+IrIeC, �Y aMrf 'I yf. '_�'��•�1 'A7 - us ewe n/4 4 F�'T 1I I ] ' .4 /WCPnrp 'f i • ''e.•, ..'� —cti— r,w urc ...., J Ealrx�r ar. irra rwr . I +road nr s7x7e R.ar NOh: waalQlo- r[r4f+rc�uyxneee I,(i---- wAmweAu ..----.. a mSw:iw 9n4 wnr rm+4x R[IYxNr#?TT ff 1, WMIK1R Tp RliK4 #sr 11 o' 0IV115' 13 ®r F ua aI.N. N W IMSxrA:WTA RAT AMift&t Atl NEED n p.rc NiC LnDrm raw sTA AeYlA9A _• ;� y rc "Iuv ws SSI'AQA; MNFMrfEl aaNit• FiP iALgr.31m iT m = M42ZDL 13GA` LT }YNL ' i a�xYStW RMA' W 4 L1WIMlL N i Su uWe eSxpt 5a'' NwsGAtl A(' mar RArr a6 my n Rf IX#rxRALILR atul aRuwl A ala-cplam�cMft 1 n a PAEI tU]CFA]S 1FbMGYSxACNTS ff�611M !0 ROIA�3'fA13(G NIV 7D CIFL A£ i1GDrhi6/ fiREDmi tl % AY' AS FTJP iP STM! f W15.2CQ0f (5£I - — AfAwplri ' gg 0 � 4iMaAR laiirMfe RRVASY LSbulA6ne5 VAR !-SL rtrrl I P• �AOIF - ' •.+er .e'>t - uxuaa <aleu1 I 4 Arerf nA� I �� LILY NDTE ,n a ranxN uv a n aTT 4n Daora xNx }`ti '1 rDaf burte BaNW SNP 4i IIW.W#R4 RR s ne�xu; j uIIFM Q ✓ 'A Y w } de 1 x m�'"ass�e" iws Am�un� Ansi ulY [iChIFS,P$RLD FOIpM Q: RR AQR B ALW � 1} ''AS __ I aoaf AU'ntl 9aY#a I T�{ +iFtt rl9�w ti� �yYrerta/ef \ 1 j'�°Cw,.,aexw.w ww.`�'wa'�w�"�'wx''unA�`a, er z i y��a.� I j� s�r�MCm .....� • \ i1 Au mura e.,aro«r�,o.>��� f I'a�16�M�li�M1a�1MINT.V��iTlwC34Y 3 e's'. �. n: Ixuo ux1Ax me�>n to xeu+,u. . xas . n.,e.yeu A.e..e a verve j °ms-,'•• k 27d1' YC DM,'""'SiN e ,+, F ricom��mn'eyepaawwe> r eao"'wm ERF 2'R'T 9'r�GF SL �r r ._ _ _ _ .. _ _ . no • ®'uur ®amxer, x .r j SANITARY SW ER LINE - ° I-325' NNW 720 .. .. a user. sowc�s 720 � i a _ .... :,.. i ed `' - ., .__ (.�m'r�+i•sS mil'. , 710 _— - JF'_ _ 700700 .�� ai me& A hr &A= - - - .. _ . -e�� �U. r, 4 K , S Emar#vr(� I — f - u r taa'Iw ,�; r• � ... ,'� d S . aurt IY ar rsaAw — I-- �. r-',' j ,u• PA¢ Tnr.neet+l .. R �,'A4Nizrl i ,E,m,Yip 680 j I - rri~ 4,x i a its a : q ,� r. ?rs oa ti . j�`r: zj�nn �'� �5tcn ?s.00 Fyn nr q+nn L 4.Q6 league n i.11 and addas, inc t" -*o' City N!i Forl Wash, ioX�e r e m r urslrsrsP 11Y.xxlllh]I. � i" s D ` ,v ``��� Crowley Relief M-325 5r1lDr F S aie ." tnpSmollarY Sewer Inremmpior for Village Creek Basin 23 ry •9j � RA-325. Pa*i 1 Plan $, Profile rCS k.ab" 6v I eAm nnRsunTrAulaanwr.xL6xlAal.lelkllel oK1A15 jAai4 W r nave. u Ff i2o ru rsta 14+50 to Stu 30+50 l , I L 0! a� - P A4Ny SALE _. _ e.,og.or�rwnr��,N, �I- j - _ rs' a woiner s»p wualda. F�txppA Iw xss a o��wy�vUr+rr # aY� RNSfRLK #Y 1e� nledi i >•ar9a>41'wwl.0 r MAPSCD NO. MUG @ 115F yrgrdouce?I r •m' u Vnq Y s11 —%4 Or W f SEVER MAP No. 2G42-352 a� R' 9iE ckM1tTllE 'S N Tm A�FI cape. -•,r.✓APpe -aty,' I®aE'/r,om)�xCZ M'•w�R•Yr +S914w Uq U1YirY LEG£N9 g red Tpw aaa _ � ,.�rar s.rer W. Id Q f - a.-•1-�--�— _'..r�� yJ f r�+r.,.++r. -�•T'^ ���r�•�wr..=.,1,.rJ -- _ ..zur lse.+ —. so MA - - a .>. - iIL.ITY NDTE mimiii tar __.$I:JF.3l1 --II ff a.w`°"e°'r&.."` 'y epcom I ! •.e:a•ar +[y Xw ssryns►rr MOM "w4". � 71 I m++`sm�rr an• � s�r�.ri� ±+_g+drwr �f sa�-rcu���w�v nr acmes y fwr� � �•nm,.'� ftp R � a� L srYd o wT F,•^i r�Uww� WF6 r i �.�,.� m'`r.,rn �r � Ap'atM rrlrs��r. •� ap�4r��+ ^ 9�GG. NY K7 OrA >�� y ss "� 25� .."� SANITARY SEWER LINE \ Y —VMm IN STATE R.O.W. a-mxm Opt mrt svn�m �I a , aLp.5LL'.fY. S`M[!ca°t.r �NN1 _.. -- --_ _ rpf L 1'`T �1 -- —__T. F:. ts•�ec niuorximr psl� 720 724 tiP- - � _ � �= I • _ _ �W aemrrracn7s_rr m 770 p�x *- - � '� 11� J~ - ----- I -- --�! T ^gip- _ mroa�crwrmcwarmurcma 790 a ' _ _ vsxmsuerar msczxsw Esc 7 �� 1~'' f - ' - - - - - r - - __ _ - - s ewwuarr tarr4crm+�exs) �.° 4f n ��� % �-= - -- -• � / - - r - - illaii«i�'S£9 Q&k 6 ASO.0 wnra�zawr r WX 700 Jtl�fir+�>sai57l 700 tip, 3.:3. WrIWCCitPr TO ff31ri! ad) t£ 6 4---;-I-� - ' _-...1 �... _ -Ta - ' -- ::�j'...'_ �� 3F _ �r1s•as ar OmeSsns�rros l Ij _ a110 k 13m , r - - — . - v Ts sum �2oa 1%li0' u r . :Irrrcw.Y A sue. - 690 ... _ F I � � � r -1 - I r • • - � m It � _ i ' � : mYlwcrcn slw. rasoti ,a ` 690 ��� -`yam I i t-'' �� rrs `�ranlnena vc 1�y{ zid ........... -�r °'. ! g f". f- ..: I ... i_..__"y :.�3t - e �. �.�•_ 3C._.r.r I2'. .. .. . T�T_r S �:k-. .. .�• :.1_a •Tl f i„_��..V _.'R T 34+00 35�f� 3B+G6 37+00 ! tea ae nall and erkins, Inc ��]( 1°b - �Ts,,°g€�, 1 - Ci eE Pnd WoM, Texas _M � rmw,n.uaTna lm ,RT t'm >••' 93 t Gewlay RelisI hi,425 sGwe r"ems. �'` Saniknry Sower Inler•..ept.r For Wll xqo Creek Besin �� aF EliafaaT/a .h ll).l]O.T113b yr• _ r � °'� -as jYe.-325, Part S Plan & PraFilo RT s 41 mviaxn S•v dare Tern w.arws.fwnwxlnanal,,anose o oeC sou�3 00 % 'sta 30f5t? to Ste 40i 5R Page 1 02 - Fi - 08/22118 FORT WORTH DISTRICT UTILITY OFFICE OFFICE Pi-IONEM Sill McCoy Right of Way Project Delivery Manager 517-370�6950 Doug Fain Utility Coordinator DQt1 1 5. �If!(a7tXdQt. ov 817-370-6542 AmarAkram, P.E. Transportation Engineer Amar.Akram(@txdot.eov 817-370-6681 Rebecca Booher Utility Coordinator -Permits Rebecca.Booher@txdot..aov 817-370-6534 Dustin Deaton Utility Coordinator Dustin.Deaton@txdot.Rov 817-370-6588 Aueensio (AJ) Mata Utility Coordinator -Permits aucensio.mata@txdet.gov 817-370-6865 Lewie Morris Utility Coordinator Lewie.Morris@txdot.gov 817-370-6644 JUTILITYINSPECTORS Ben Trevino - South ben.trevino@txdot.gov Cell-817-307-1617 817-370-6523 Carlos San Martin -- North Carlos.5anMartin txdot. cv Cell-817-313-3873 817-370-6668 1(60) JOHNSON COUNTY AREA OFFICE: 817-202-2900 Paul Spraggins, P.E. - Area Engineer 817-202-2900 Peter Ross, P.E. - Asst. Area Engineer 817-202-2939 (51) WISE & JACK COUNTY ARr_-A OFFICES: 940-626-3400 Edrean Cheng, P.E. - Area Engineer 940-626-3400 Vacant - Asst. Area Engineer 940-626-3400 1(52) NORTH TARRANT COUNTY AREA OFFICE (N. OF 11°I-30): 817-399-4302 Minh Tran, P.E. -Area Engineer 317-399-4302 Aureliano Flores, P.E. - Asst. Area Engineer 817-399-4302 1 (64) SOUTH TARRANT COUNTY AREA OFFICE (S. OF 1H-30) : 817-370-6640 Randy Bowers, P.E. - Area Engineer 817-370-6640 Ram Gupta, P.E. - Asst. Area Engineer 817-370-6640 SOWIRVEE COL NTY AkEA OFFICES :_�64-9655-3611 � David Fowler, P.E. Area Engineer 254-965-3511 Sarah Horner, P.E. Assistant Area Engineer. 254-965-3511 1(57) PARKER & PALO PINTO COUNTY AREA OFFICES: 682-229-2800 � David Neeley, P.E. Area Engineer 682-229-2800 Janet Crawford, P.E. Assistant Area Engineer. 682-229-2800 [DiflvtWAYSISTORk bRAINSITEMPORARY ACCESSIOVERSIZt IOVERVkJfd �T i'ERMITS Matt Evans, P.E. - District Maintenance Director 817-370-6521 Connie Garza - Office Mgr. 817-370-6534 Margaret Jasso - Driveways, Access and Storm Drain 817-370-6527 Permits Page 1 Irene Dominguez - district Maintenance Permit Coordinator ITRAFFIC SIGNALS, TRAFFIC MANAGeMENT; MESSAGE BOARDS - 817-370-3661 Billy Manning Supervisor t-Ine Locations: Contact Control Room Offim for Form Emergency Contact Number: Coriffr*1 Foam - 24 Hours FORT WORTH DISTRICT MAINTENA14CE OFFICES JO HNSON COUNTY MAINTENANCE Scott Tones Maintenance Supervisor Armando Rodriguez Utility Permits Inspector Peter Ross Summer Relief. -Utility Permits VVISE & JACK COUNTY MAINTENANCE Cory (Iolzer Maintenance ,supervisor Keith Prochnow Utility Permit Inspector - Wise Jana Robinson Utility Permit Inspector - Jack NORTH TAnRANT COUNTY MA4INTENA4NCE Mike Sepeda Maintenance Supervisor Carlos San Martin North Tarrant County Utilities Inspector Cell-682-459-5249 Cell: 817-296-1956 ,SOUTH TARRANT COUNTY MAINTENANCE Ralph Garza Maintenance Supervisor Ben Trevino South Tarrant County Utilities Inspector Cell-817-307-1617 ERATH, HOOD, SC ER YELL COUNTY MAINTENANCE Jared Browder Maintenance Supervisor Sherman Edwards Utility Permit Inspector Cell-254-431-8179 PARKER & PALO PINTO COUNTY MAINTENANCE Tom Brown Maintenance Supervisor Marc Cantrell Utility Permits Inspector EMERGENCY UTILITY CONTACT; Traffic Control .Room - 24-Flours Page 2 817-370-6672 817-370-6942 817-370-3601 817-370-3681 817-202-2900 817-202-2905 817--202-2939 940-626-3400 940-626-3400 Cell-940-567-6611 817-399-4350 Cell-817-313-3873 817-370-6903 817-370-6523 254-965-3511 254-965-3511 682-229-280 817-287-9454 $17-3-7 -36611 I Txt)or,s MISSION STATEMENT II The mission of the Texas Department of TranspWation is to provide safe, effective and efficient movement of people and goods. i SAFETY l Please refer to the Texas Manual on Uniform Traffic Control Devices (TMUTCD) for questions concerning traffic control plans. htty://ftc.dot.state.tx.us/ ub/txdcat-infra/trF%tmutcd/2011-rev-2//S. df WHILE WORKING ON THE TXDOT RIGHT OF WAY. HARD HATS, CLASS-3 SAFETY VESTS AND STEEL TOED BOOTS ARE REQUIRED AT ALL TIMES. A COPY OF THE UTILITY OWNER'S PERM! MUST BE ON SITE AT ALL TIMES. Page 2 Brenda Eustasio 1 I .. I I - - -I 1 11 NINON 11110 II III 1-1I I I.. 11 --- - From: Crawford, Cory <Cory.Crawford@williams.com> Sent: Wednesday, August 15, 2018 12:16 PM To: Brenda Eustasio Cc: Chaubey, Rakesh; Ty Hilton; Rosckes, Chris Subject: RE: Request for Approval of Utility Crossings Attachments: 2018 Developers Handbook - Final.pdf Brenda, I 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.com> 0 Subject: [EXTERNAL] RE: Request for Approval of Utility Crossings Cory, The city of Fort 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 Brenda Eustasio, EIT Civil Engineer beu stasio(abtn of ne.eom Mp 1 5237 N. Riverside Drive 1 Suite 100 1 Fort Worth, Texas 76137 817.336-5773 main 11 817.565.7150 direct ,?anked No, 4 as exf Companies to Work Tear in fex s & Best AJE Firms to work .' r in US and Gono a 1 From: Crawford, Cory fmailto:Corv.Crawford williams.cornj Sent: Thursday, August 9, 2018 9:37 AM To: Brenda Eustasio <beustasiotnuinc.corn> Cc. Chaubey, Rakesh <Rakesh.Chaubev cPfortworthtexas.Rov>; Ty Hilton <thiltonPtnDinc.com>; Rosckes, Chris <Ch ris. Rosc kes@ wi l l i a ms. co rn> Subject: RE: Request for Approval of Utility Crossings Thanks, Brenda. We will review your plans and get back with you. From: Brenda Eustasio jmailto:beustasio(@tnl}inc.comj Sent: Wednesday, August 08, 2018 5:03 PM To: Crawford, Cory <Corv.CrawfordPWilllams.com> Cc: Chaubey, Rakesh <Rakesh.Chaubev(Ofortworthtexas.gkv->; Ty Hilton <thilton@tnuinc.com>; Rosckes, Chris <Chris.Rosckes@wiIhams.com> Subject: RE: Request for Approval of Utility 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. M-325, Part 1: _ (See attached plan Sheet 13) o Crossing #1 at STA 49+18 1. The ro rn-osed gas line crossing uuas 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. M-325, Part; 2: (See attached plan Sheet 14) o Crossing #2 at STA 89+22 2. The proposed gas line crossing was exposed on 7/27/17 and our measurements have the 24" gas line to be 6.45' deep which is over 5.4 feet above our proposed sanitary sewer line. • Crossing #3 at STA 89+58 3. The proposed gas line crossing was exposed on 7/27/17 and our measurements have the 10" gas line to be 3.80 feet deep which is 10.1 feet above our proposed sanitary sewer line. fill-325-A. Part 3: (See attached plan Sheet 15) Crossing #4 at STA 42+56 4. As communicated previously, we encountered rock at the proposed crossing and were not able to uncover the pipe. However, we did receive an electronic depth reading of 8'06". 5. We received as -built drawings on 7/22/18 showing the existing gas line to be approximately 8' deep at the worst case scenario. 6. We have revised our plan and profile sheets based on the as -built drawing and have the existing 10" gas line to be over 9.5 feet above our proposed sanitary sewer line. 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@)tnoinc.com. We appreciate your help. Sincerely, TNP Teague Nall and Perkins Brenda Eustasio tmoft P Brenda Eustasio, EIT Civil Engineer beostasioPtnrsinc.tom tnp C 5237 N. Riverside Drive I Suite 100 1 Fort Worth, Texas 76137 817.336.5773 main 1 817.665.7150 direct .' arpke i No. 4 as Best Companies to Wqrk For in Texas & Sest AIE Firms to Ywork For in US and Canada 1 From: Crawford, Cory jmailto:Corv.Crawford PwiIlia ms.comj Sent: Friday, June 22, 2018 9:38 AM To: Brenda Eustasio <beustasio(&tnpinc.com> 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, 1 would recommend a significant amount of separation since our Engineer prefers all depths verified. Thanks, Cory From: Brenda Eustasio jrna1ito:beustasioPtnP1nc.corn1 Sent: Thursday, June 21, 2018 4:11 PM To: Crawford, Cory <Corv.Crawford@williams.com> Cc: Andrew Luce <alucePtnpinc.com>; Chaubey, Rakesh <Rakesh.Chaubev@fortworthtexas.aov>; Rosckes, Chris <Chris,Rosckes@williams.com> Subject: RE: Request for Approval of Utility Crossings Good Afternoon Cory, I am 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 knew 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. Thank you for your time, Brenda Eustasio fn Ortil Cn r� h011!!4t III: � F f�1f Brenda Eustasio, E.I.T. Civil Engineer beustasioO.Moinc.com to p 1 5237 N. Riverside Drive I Suite 100 1 Fort Worth, Texas 76137 817.336.5773 main 1 817.665.7150 direct From: Crawford, Cory jmailto:Cory.Crawford@williams.coml Sent: Friday, June 1, 2018 1:54 PM To: Brenda Eustasio <beustasio@tnpinc.com> Cc: Andrew Luce <aluce@tnPinc.com>; Chaubey, Rakesh<Rakesh.Chaubev@fortworthtexas.Rov>; Rosckes, Chris <Ch r is. Ros ckes @w i l lia ms.co m> Subject: RE: Request for Approval of Utility Crossings Brenda, Sorry if I missed the request, I went 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 lmailto:beustasio@tnpinc.coml Sent: Friday, June 01, 2018 11.55 AM To: Crawford, Cory <Corv.Crawford@wlIIiams.com> Cc: Andrew Luce <aluce@tnpinc.com>; Chaubey, Rakesh <Rakesh.Chaubey@fortworthtexas.gov>; Rosckes, Chris <Chris.Rosckes@wiIIiams.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 did 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 pipes vertical location. Thanks, Brenda tnp&eslGounp��ks teVs k Brenda Eustasio, E.I.T. Civil Engineer eustasio Cf 1noinc.com to p 1 5237 N. Riverside Drive 1 Suite 100 1 Fort Worth, Texas 76137 817.336.5773 main 1 817.665.7150 direct From: Crawford, Cory Cmailto:Carv.Crawford @williams.com] Sent: Friday, June 1, 201810:57 AM To: Brenda Eustaslo <beustasio@tnpine.com> Cc: Andrew Luce <aluce@tnvinc.com>; Chaubey, Rakesh <Rakesh.ChaubevCu)fortworthtexas.,:ov>; Rosckes, Chris <Chris. Rosckes Cv3 wil l la ms. corn> Subject: RE: Request for Approval of Utility Crossings Thanks, Brenda 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 of the two points that were not potholed seem inconsistent with some of our plans. Looking at your plans it seems the pipeline is around 4'-5' deep, which does not: match up with our bore profiles. if the line is 4'-5' deep, is there a reason you cannot determine the depth of those points? Our Engineer has stated he will need those depths to approve a crossing. Thanks, Cory From: Brenda Eustasio rmailto:beustasiof-tnoinc.comj Sent: Tuesday, May 29, 2018 4:28 PM To: Crawford, Cory <Corv.Crawford@will !am s.com> Cc: Andrew Luce <aluce r(�. tnpinc.com>; Chaubey, Rakesh <Rakesh.Chaubev@fortworthtexas.ggv>; Rosckes, Chris <Chris.Rosckesftwiliiams.com> Subject: RE: Request for Approval of Utility Crossings Cory, I have revised the plan and profile sheets to make the pothole symbols more noticeable as well as their respective depth. Gas crossing number 1 and 4 were not able to be uncovered. Please let me know if there is anything else you may need from our end. Thank you, ti Brenda Eustasio 10�lui�pgniq - tnp Wm�Wmrrkk CIS : ;t- 2m) - Brenda Eustasio, E.I.T. Civil Engineer beustasio(Ptnoi nc.com 7i1P ; 5237 N. Riverside Drive % Suite 100 ; Fort Worth, Texas 76137 817.336.57773 main j 817.665.7150 direct a f 6 From: Crawford, Cory �mailto:Corv.Crawford@williams.comj Sent: Tuesday, May 29, 2018 9:36 AM To: Brenda Eustasio <beustasio@tnpinc.corn> Cc: Andrew Luce <aluce@tnpinc.com>; Chaubey, Rakesh <Rakesh.Chaubev@fortworthtexas.Rov>; Rosckes, Chris <Chris.Rosckes@williams.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 come 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:beustasioCa. tnpinc.comj Sent: Friday, May 25, 2018 11:21 AM To: Crawford, Cory <Cory.Crawford@willlams.com> Cc: Andrew Luce <aluce _ tnPinc.com>; Chaubey, Rakesh <Rakes h. Ch a ubev@fortworthtexas. gov>; Rosckes, Chris <Chris.Rosckes@williams.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 ,�tnp is Lorin �4PI I Brenda Eustasio, E.I.T. Civil Engineer beustasio(a)tnvi nc.com tnp 1 5237 N. Riverside Drive 1 Suite 100 1 Fort Worth, Texas 76137 817.336.5773 main 1 817.665.7150 direct 10 ' `! From: Rosckes, Chris [mailto:Chris.Rosckes@williams.comj Sent: Tuesday, May 22, 2018 10:18 AM To: Brenda Eustasio <beustasioC tnpinc.corn>; Crawford, Cory <Corv.Crawford cPwilIlams.com> Cc: Andrew Luce <aluce@tnpinc.com>; Chaubey, Rakesh <Rakesh.Chaubev@fortworthtexas.vov> 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. Thank you, "I Chris Rosckes, P.E. I Williams I Engineer Ili Operations (Barnett) # J# Office: 682-730-4840 1 Cell: 817-964-0398 Fax: 817-882-7119 15601 E 11 Street, Fort Worth TX 76103 My e-mail address has changed to Please ensure you have my correct email contact information in your records. From: Brenda Eustasio [mailto:beustasio@tnninc.com] Sent: Monday, May 21, 2018 3:33 PM To: Rosckes, Chris <Chris.RosckesC@williams.com> Cc: Andrew Luce <aluce@tnpinc.com>; Chaubey, Rakesh <Rakesh.Chaubev@fortworthtexas.Rov> 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 Or 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 4 t n p Tj,� jc- Brenda Eustasio, E.I.T. Civil Engineer beustasio(@tnninc.com tnp 1 5237 N. Riverside Drive I Suite 100 1 Fort Worth, Texas 76137 817.336.5773 main j 817.665.7150 direct ti ` This e-mail orighiates outside of Williams. Use caution if this message contains attachments, lhiks or requests for information. This ema l'ori inates outside of Williams. Use caution if message co,,.,.., � utaius attachments, ].inks or requests fot information. 9 willi4iMS1, Williams ReatfirelT eats A ruction The fix :Mlrtg WIfllarns specifications aria rninlinum requlraments !o be b1l.' ;'fed Man Oonnlug land 4rsa de.=elopmerit an or r oar MIRIam righk of Ywr�iy. Each proposed desretioWDent or eailvily requ4es a slhespeevfc ewala loin by a qualined V:11!iwn representative- II shoufd be uadersbood that ilre flame reviewof the proposed ao*ity mayrmqulra nwra siringont pFtAout'm measures than rmittined balm PIPELINE FACILITIES AND L.EGISI..i4TION {� INII�om.d IrwrlCmia5lun eperrtion inc hMIEW high- prw;ure steel pirph- 8 T?n'rAng Iri lar.-"t ell f -n 1v AID"- [� in-.S pipeline fa-rbes r^'Y'hudo C,^mpraesor staborts, meter SL60ns, sl�e laditlas, cathoel�. prolwim equip 7mril, valve se tJnps and Tsi^.er Iari!iti:s ;uceled v ilhln it a limits of Its rights-d-%va V, !ei d, and tea propMes. Wiii€aura ii} regulaled by the t p'w t-6-it of Transpartailan, Pipeline & hazardous NAM-Ja Safely tAminislralliml (°ut A) Ti g pipellne safely I ula;fCnS a^re 56I tordi In Title 49, Code et Federal ftegulsdions, Pail 192 'Trsnspottaft of Neu el end Other Gas by PipeRna - N&irrum Federal Stan,d4ds.' 141194rm aril) mqulre Ih at all Federal, Stag; arrd loml of dlrwma and nppllcabla uIRy set bmAs are onrnplied with to the lull extant, ENCRO#Gl` MENTS It is WlAlwm philosophy to mlr�inlre emctcadhMEeta and ekauauan x%Ay rr€Ihln the Jlmlts of our plpd'ine rlpht of '.;'ay. Ercivadina parties wilt design proje such that prapoead rmpravau WMB rarrt'a.:1 avt§oa the pipelina right of way. imprvvemeaats INN wilt encroach Wo the ;fight of way will be designed and mnsb uoted sued IhM floe safe operahm end mLinlerlanze of fhe opabes Is oot dlminlshed, #deny of Mims s r; N of way agmenwits pmhibll en=Khrrwrib, Mllams WV wftceappllcal*i pmvisiops in its thi dway agreemndn where q befiem the conllnued oiboper-a oia and vrAvearrar,ce .Of the *ellrae faaIlles could be thresloned. NOTIFICATION AND CONSTRICTION SAFETY REQUREMENTS 1. In order In praveni unnecessary Mays, tiAJ1ltiarrts essoourW clemw cermtunk ation with our Wr,.5eT4aisve Uu0ughraaJ1 your orntlw pmjwL A Williams r5presanla[6+a sJmLAd part dpale In all pre-ooaslrudiaii meeling& to addlli in, Wllltarns can =..duct a satet.&O(irmailonal paasM-itatlon lu any inter bd per tlntia. Including cent w- xs, IocaE gmemrwrdad mEe,*naroos cmm. and dflvelgpera, 2, 'Osa C211' gat -ems requtra 48 Iv 72 hou,'is notina prior to mny excav4Yn act.M tes cr uq,,4ment use ota or In pmWity to WIF"M plpelltiv Willies. Mal 81110 be connected Iv pear SLate One Call ay'stem. Na cguirms,il usq orPoEnra*an von occur M tyre vtwfifty of WdliamafacAltiVa until natifir~ kn to'Qne Call' hj s been fnWa_ AWilliam rapes,;emotive Q1 he on site prior to and du6ng any equipriml use or excavaf n WAvlifes. Ariycras§Irags made01heut a WIMM111 reprasent-*9 on silo will Werca eW 21 the Dxrara,-K..i avpe^SQ ip provido William an opporlualty Ia Inapwi Fall affected pipaJrie facliit!as, 3, 1xcava ar, rnuut be barrlraded Io prated VMar-a pipeknes tram p€pascire In Y&nular Iraiuim aid to on -sure per* EsBt*. %hIllarns reprowAtatives marsl bm prNidad Wfa ogress to all open rr> uvankn& Excavatlom must be properly sloq ld or shared in a000rdance w.A 013KA reguW;Oas. PLAN DE SIGN AJND RM"oEi1f REQUIREMENTS 1. Rossi ntial andlar c="n rdal deveionpments amid be lard out lwch Diet the iightd way Is dwslgnated as'cpen' or% moron" _p-m Main+.alning ar open tight of way redness public Exposure sad minim dlsaup1bw durNN pi'rn'+na'naint2ra�Tcaand uor�Iralcti m. Lot ethos; Errs wiA be esiabl-cshed.On elther side cf Itaa righi iaf army resulting In the al 09111 d my being '.Open' of'Unimon' areas, 2 to most c,-as;',:'Jlfiams'.vrll require the.submRIal of b= or maefull e¢a pi -an and piolliletim-Amgis to the appropMaW, Rams otl;.cs for prior reviEw and writtan appma€ by Willems. All drawings mu.#,f shave, in d,Mll,.ell of WilliWillign..$ IuclFlres and other f,-alures that L:"tl aglow WrlFams to d,eemine the Impact al iM proposed cortstrL6on nr meintenartas nclWIly an Its faddliles. Fncrouchmen t pla"s Mill F^cfudo a mmlpe of w:*, dmi:Vim, and a Iecalian map deorcling the project stle aroma. Suf ientgeog,-Vhicai references such as Iegal pinpertyf lines- rrueds, and apF.rof:riatadead inlmmokri for the prapealm lnvat od oag be panwiced, 3_ in oW,er Jo ersiire that Cifl prcpcsed impravgwerr:s are {lesigri^od in a--Morr-O wino William ey;uaachmr;na speclfica;lons, Wlglatis requkm a r:a imum of thirty burine-A dM teW41F^ra la FEWIe r piropwBd encaoaehmenta. Fricrowhmer,ts invalvi-N road cr +rr s otall reglun ardilb Eta€ ravle.. me. Ally p;cpused feed whicfa recfulres piYelme modi§-.s& * or a dedlca a rlgaat cf way will iepwre s�gn!faceni !sad-ilme, 4 if (hare zyf? any ranges to erprov_-J plRm, udw;!�naf i�im=w by WihlarrA end subsequent wrtaen authorization will be rewired. 5. In si-Kno caste, there Is a gigniticani delay [ a@hveen the Fe iim and iipproval of submil;ad plans and adual i+ s' .10-n. III Such. Cati.96, p+ poaad ancroachmerJl retatod adlifies w.11 he su 5,?Ct CO YtR!!lams requirem nm in a fucl P1 iha iime 1ha vrork aciva!Iy fAGs plain. WILLIAMS EAYEMENT, PERMITS AND RGRE.-EYETVS I . A 4V011i rm Er6crcachmentlPareign Line Crossing Pe*mi! m orra or a letter al' no at+estion n ay be requimad nor trny pndpn55d w,^eLn+v+inn w0hil1 Willl amo kivA 0 way. -ibis drminnent p-repared by Aliilisms, w4l cticrrne Ma respansibilitiee, wridi;ions, and bablllifes of each par y. It required, th:a kwmenl must be wraculed by the ensaching pmrly and i1 V40ams pomesWon patorlo my work bolug parlwnisd on 1160 right of v-y, 2. 1WAllams vw1l del.e'yr*e ill a re wrrk o: awchtrren! agreement will be required for any pmKqed constractln W!thiri Williams righ.' cf way. Thy agreartlenl, pmperud b' W'PJM-'Sr will oulline the respor►slbIK&S, canditions, and IIabH!lles of eech pony. Thb agirsement vAll he fLdlf er ecuted and In ffiglarns pcs;rasslon prior b any wok be.-N perliumed on Hie rlght at way, 3, wr!lharm vAIJ date :r line If a reambumeraBnt agreernev vAll be required for any conslraoti+m vrthln Williamms dghl of way. TIM greenient;.. prepared by Will:zrris, will oci!Ilrie the reimbkrrsserrieni procedure for necessary end op., Fopr!2?e rellminary engineering i3nd aolval f 0ld inspecilan work. This fully executed agreement. I„ cludmq a cloak made pnyaMg in the or"lteehla Wl%2ms pr; cline CCMpariy for the aati.• M1_'-d rxtst of Wtlflaw aervlms, 011 be In Williams ;ioesevuion pr+Or fo gray wark being pertomled nn the ilgN of wvay, GENERAL REQUIREMENTS 1, No above ground s1hacluresai appurtenances are io be loomed ws"vihin the W.11liam9 right of way. ThEt strirtires and appurtenanm instude, Wt GM not N :sited Irx AMY pores, lnWiRm. g;ry Wares, alnroiu es supparlhT awlal fines, aots1111a Rushes, iwho!es, i+:tnh burins, utlfl;y pWeglalrk, Ira.Marrr:r , fire tiydw.ts, ut!tity shads, dacirs, swir:rrirg pxo 3 with assD:i2W QrtprovP,9mn1g, etc. 2. An authorized W 19arm r+mpresentalivo must ha on site prior io and during any sartace-dlstwbirg work orequomenl crossings perforniied Within the itht of way, `,4 ifllame repres-e^lailve grill asslst in deternalnOg Hie loca6an cf the pl; llrie. Cite dghl of way width, and eklsting c+d'vlf over rha pip.iine and xall remain on situ to uwrafar A-?cWhes wilal!n ttia right of way. 3. NQ criI or 119 on the Klima light of star �s pea il!adwilhoul VOiiwe wri!ten approvA 4. I i!llarrl8, al Its disco evU.- , may request evidence Ot ca�mproherisiva gemeTal OaNilty N-suraar'ze cm.eraga (top to +$kOW.000 cavaregs) and other apprond !a and ua1Jal insurag, a prior IQ uny aLlj iy, mot. woance, andfor ohnsrnlctlon on 4r near Williams right of way and #aM MS3. to fha r'a evert of signlilcani excavalllon under or over Wifilanz pipelines. Wtlirams wig require i col the applicable MlOwns p pellne as Tomy be nw:nd as additlorwl' Insured on sae 0s;i0cale of IJabJity Irt9alm?m Tho Iris'wartoe Ilmlis, lFam, until gond!tlum [hat may he raWko 0,11 bo dWarJdent on thespecirac w_6-'les po sratially 6Tpo-.Led and v:W voouM, bs uairafly aed prudwidy obtained In. similar Industry situations, S. All fOrelgn Oni- will crass Wilams ri hl of voy at tta . + gle as near to 94 degrees ae posit . In s!faraiigns "13 Ifiera z a mulgple parallel Oil „ .. S pipelines, [he pro"i fcrr-fin Mes W.N a1thev cross a'ret or upwier all oa Iffilianis plpelhes in il.e rkIN of v ay. ib harizomil or vertical bends are peariimd vothin Williams right of way. Paro)et o=P_-ncy of 4y ilOwng right ai way will not lie I: ewfted- 5. AN fareigp Lnes crossing ti:rilf!ams p1pegna dr re atsed f—_Igtaes YAII Im InsialLed -0 a minimum of t4" of ilearanca boiwean ihrl imishpq Williams raofliHsa and f? B tiFQpO5ed t4rsi5n I:ns. The foreign Rne vr!I be installed at i3 uniform depth 3.S :s5 flee hull 6,10ttl Cif Ii81'Vi1H:1""S right ntwaY M!mr--5 Fray reriuife Lhat rI ffre:�n lines bo Ir`..Stai sd wider i!a existin4 p�—r lfiryra and reialed fo aitls8- 7. WINam s f?SlFiIles ere er-,ctdc In prnteCled aagaim I. caimlm. Esch w1m.1I'C. for gnn tins 1 h a I miler w grosses Will w,^.ls right of w.,y miZt IOve a test lead in5talied. Iri addition, the utfllly cGntracfor h stalling rha metallic f ere-19a ling rwst excavate and expose one or mum of Williar12s existing pipelines to provide for tlae Ins?allaLun of test Reads by Wilh en-oleyeas, All necessary weasures {caatttiga, electical hands, rife} will br_ taken ro en -sure final. the proposvJ pipe nr ulTty t ad&gLhIely prc!ec ec iron+ imlential Intederence eilecis, Requesis far ❑caperaflve to sting will h4 erected to Williams O;vrwiwn 014 , "Afln. Stipamiagr. t I,n!sarily,, 3. WJHams nosy atquife char foraig>n Imes ba Idenilf*d vAh permarem abmWourid markers rhwra the lines enter and exit tale ffilliam5 rinhi of way. It I'm fire H.ne arvnees revansiblMy to Obtain any r!g*:s to install the markers, End to m--train the ma.: s. A d!reCt burlal war dnil tare s! uid lba Wicad 12' to W atrnva ibe foreign fine wrd exler,rf across itra3 Apure width Fri Vlfi mm right of way, g. 'rare3 n lines crossing Williams facllir'ea Will ba installed In amordance Ath all applicable coded and raqulr?mentg ravening awh inaaioll8tanai. JO. Stocicoiling brush, trash, W other &-bns on the tight off uray is pa iltiited, as it may oancpa pipeline mrrarkers and hindor pipeline inyper..ffnns ar Taut,,^e mainterranca EXCAVATION AND 13: LA`s:`IN4 1 P�an3 Faf amcavaLare o,r ma right of way require prior appmvai by Willlama, No nvchfne 8".va"M will be perilb- red withll ZV of WiUta..e pipwi-es ar ra:a:ad Fasilifkas. Williams onslta represenlalive may rertuba haW fling at a diskarrw 9mater thw 24`. Z. When a bm*hoe is r For emsvaiion, me bucket teeth stWd be curlad under ewb Ilrra the buckirt Is brought back mtc tho ditch to rmdcive t; a clfianre alfo teeth cartlacWg the pipeAro. Ede mktan inusl be rsmoved Irom aH buduts. AI Me 01� t+TIN liams a.sltd rWreserlailve a her may have la bewalrlad across the bm*iA laatlt, 3. No mill"hanlc'al excavation may be peg Ormined by reaching over any WIIAarne F136111css d, PT1w In any ftw+mrg w Opping tit Rail on the rightdway, parlicrildy in a-niidaflor vrith ag;irullural 2cilwlaies, pkirs dicuid t* revielwed M M y❑ zr local Wlillam represenWilwo to ensure proper "ar exlsts. No vkratary plawe are permitted ko Is used on the Willievi right of way 5. A de!alsd bl---ling plan r:njst be su:anOad forru.v4ew-and vur*Isrr aulhorize-on prlorto any proposed blav-ifng vvlthln 2rJa �1. ' for surface r:rWng} of Qltletr+s plpsltrs facilities and a VV11119rms rspreserdaWn must be on site during all biesfirty- In -acder Io puvi frame for necessary and ap"tepriabi analysts by k":!:!ams, each -^sed blasting conliwe r musk aloecomplate, and strbrrt a Miliams Rfaoft LL-fa &heel. Tim blasting plan and data s: Theis mull be submTied a minirmm d tan busiflass d prior to i :a pmupased hosting. Specific eaqumments applicable to prgxsed blastlag 0,11 be jimi.ded 4o the mad h�BsGng con itractar. E)IQ r,Raen M M;IAINT ndANC.E AND VEGETATION 1. No L••aes are permitted on Wrlbms right of +,y. Addlilonagy, the canopy of any Was plesrtod adjacent Iv the fi hl: d way mast mg e4wd into Ilia rlaht of way A rnafurliy. Any branches colorK%V Into the right of way YON be aide cut by Wit11arrs at its daorekn. 2_ With polar approval foam Wll!,ams, sontft types 0 low gru ing, sha t .w-roaW Orubs may be penAted ter tl-A right of way prmvldad Ihefr maximum maiura Wighl YVJI not acood 5' and am net within W dF the edge of the pipeline, ffilrems re.,t&f! that 64A maturs pterriings will nil prevenna w1111ams rapieseniatives Tram seatng down the rigb'rl of weir during rwba pat-ts ur walkaig down Iho rlg174 at way dim ctly ewer Me pipeWes a� lhay pwform rsgwired inspeclium, Under roe wilt rrtedtarrloel equlpn:erd be Liwd In the pJenlhkg of shmbs, 3. lM1!Illiam3 wwrvas the f1pl. to cul ardlar rehxma pamllydp m required IA the opa!rntlon, Inspection, and in alrr#enanae 0 ila pivaiirm facilil u: further, Willtama munm no reRponsri a fly ktr any ccsl Involved In the feptaoemeni of %akd cut andlor ramavod IwWscape plantings, d- AIJ sprlrsksr or irrigation systems vol1 requrre reAw by a WIIIIams mpresenlal . Sprinkler heeds will not W permitted 46Itrin 1Cr of srry popne or rslatad faclAky. All crmaings of khe YJllj+ams plpairea or !vWtad f"Iflas with feodor Ilnus wilt W hind dug. EQUIPMENT CROSSING 1. To pivtecl Wl.11ants pipallnps Irom exiornal Loading, Volli$ma must pwkLrm an ur+gerorrring sVettfeklol to detorrnlne the affea.TS of any piopoeed equipmErrt Use. Mrrats, Ile hef hflr4es, of dthw protective matmiais dasmed flwes5my by %IJAbros will be planed over VVilrra-ns facilities for Ike duratlon of any Iaatfing- Protv.6ve mratertas wm1 be purchased. OaG4 and re nowd at ``west to Wllkarm, lira d9hi of wsy mmi ba tMumed I'o its orlg�ttal co�nxlliion- Z. WA'i3ms frraw require temRprary mar$Inrs io i -W4 a vkfKwa Equlpmsnt rise Is avmntlzed, 3. W inbramrp equyarnent Is permitted within line limb of. ar in dbee proximity m. iho Yt l ms right of way. FENCES I. Auiie opecft irspedm Is required todetermlrie*v a hits proposedfmco pasta meal ba kept a mlr mum of 4' or 6 tram the eriga of any Wllliama pipdIne or r4alad plpelifre f#tiity. A Yrislarm mpreswWlilv+e must be on ab to datatmimvr t he Iocatin of the foncry pcGta %itHn tho right of wayr orid for the duralfon of the digging ad the pow. Pas -Wakdad within the rightof way must be hand dug. All propos d `each oraesings T.w INI-Illow pgvaklres kmil cross ai an an* of VV. or as naar,ea maona* pr3xxrc `e. 2. W119r3r.4wil hm*IN Tree (Ight oiJngre". and Nten. Wikr i may m-, rlrs drat new fanosa hava a 17 vAde gain iththln the night of way at n kacatlon approved by Williams. The gate will ba instailed as Its mlmirr a vehicular and aqu;pment kravvl aver the exist pg 44iHlartta facdrdios- LOGGING AND TIMBER OPERATIONS I ?.a wr) un y Ioggirfg ar!; mnbor oparatia;.s can begin un Company ROW, bbin n wiiton approval from the aerrrp.,4. 2. At.JrI;$rAM relru rem", is ma`s include, M are not firralted lo. The hstellatian of land ?amps. plates, or temporary erwian oun#rols. I. 1ietor io lasurww4t requ:ernerll In 14 of the Gaparal Requinaments aboua. 10 A. An aulkke Company re-premusi be on spa prior 10 and during uny surbre disturbing rat nM equipment awaing per{,, -:mad t ilhin b1m ROW, 5. T!tu erlCi achirrg arritly rrrlsl meet +viiln a CaM .f,Mny r+aprVS ^!ari- ai lea —al Wee days prig fo the mapletion of 1ha pro;nk to discs s Ite restoration. NON -OCCUPANCY STRUCTURE This secftosM detalls arrroactrment deizils on oWt da_ barns. tar puns, i-mils, s!o ap+ dr=5, garaga2, lame denri9, old C"Sr sorep rnetat, bo!!I ors, aalelhio d!w^ss, rngnnoles, lim h}V'iranls, 6tQ Bullding6 -or sirimkiires. XWheli er orr upleit & ; a, may A17t bB awstrucied wittMln s Cmparry easements, #- n abme ground s: uduFes rr appurilzonarimss nruia be Ifrated withi't the imn ny ROW. Thn 50;ciores ansl ap u'ripma-flo s Irduda, but are oct ft. led to Iowvere, saleNzo dishes, manholes, catCtl basins, utility pa estA, trap-if❑nners. Itmo hydrants, velly s reds, 1playhauass_ GaragW, P-0=r de€ks, svr,;,m!ng pooh v/1th msoc eted improvements, or similar struGwrtis. Largr3 rlabds such M aid cars, trs!!ers, sofas metal. boulders, ski;., will nat ba permitted on iha ft W. Tba.RDW must he kept clearfor ffminlvrznco and i spec'�,n, OCCUPANY STRUCTURE This secim frAudesbuildings, houses, occupancy ImLers(mah!le horrors, p0ica, ijwks, pray' grounds, paay Mum, 50mming pools, warkshM, of s'rr Aer etruatures_ Orcuplad aboveground slr! lures are prohlhlted tlitniin Company R0111, In order to pro;^da far adarpala nrralntenanm and ups:ratian 0 Camp -1(axiliiies. OVER14EAD CPOSSWO UTILITY 1, Overhead linsurssings swll ho insta!red with a ninitrnr.!m DfX of vertloel dearanaa nave rhrs Wilkwo righl of way Lo nro.ide adeque*e ewuiprr--nl clearance, No poW Cr appurten anoss toil bo located on the WrlllaMrls 6941 of way. 2. Ovarh--A iirre rm—s- n08 M.11 n41 be insialed vrtfax! 26 hwkonlally) of ami gas +rani �$,g, ra k i valve, blow down wenij 3 OverhEal fines will crows tgjillams faclll;!e3 at an any 10 as FOW 10 90.13egr0a ax PM!blc 4. In adJllan tp Riess Williams minimum clearancea, ail loom uti&ily minanurnClearRKoq must be edhemd to. PARALLEL: UTILITY Para0e1 WCUPOnCy On wry axlstl!ng ROW is not all9'dd LFRIew apprOved 4,1 the Iri- mager, Oiler :tmfK Rds Mnw'udss trended, bored, and above grrwnd Irsto!llaan of pipeline, Cabvosr mndul!S, owertneod utll!iios, or fen,, t.�a ROAD, BAIL, RAVED AND UNPAVED TRANSPORTATION i A'Alama nts-Aonntplete a prellmirlary engineering evalwI)oa for all r ade; almle, ddve:vap, etc, pmported on Williams r.9hi of way. Any pi?n cos"s*rg, c❑ncreix sly, rr Ater prClricpen rQginired by 44l1arrvr(R heir slelfedal a+!r e>rpsnse (o rlrt!Rems, W!!!!aN't fray tLqulre a pjrna!ina Ihspecilc:r prior to rorulr uc ieft. 7. The rewrrme^wed mirimurn total r vver G7nr WR!amo emisting Pi; leIinas rS h5" at 21I driveways, h>yhways, roads, l:tr—�1:51 eiiW Tha mc❑rnmendpd rrunirnum Mal c❑mr aver Aliglarns existing pipelines In adjamns drainage dkhes is 48, J. U101 IOU eglliprnent is pr; r:ihited 15nIHfl the kmits ❑f Rhe W 11 lliaa is do hi of ::gay, Vibrai�y equipmeril is no! permltted !a be used for achieving apnllcLAI'a pmpacilon rNjuirements. 4. DrIve aVs, highways, roads, strEeets, eto. 1 sing Over il!i r' opelin$ f8C!!!,Les will omG at ark angle n neer W degrees 8s prmsjbie. All Cr❑5siRp mus! be alor st*41 pips and trl kCallOns fMB cif S11y GrC6.-1)V -S_ P�.MIIGI Q> MPnrxy of tfrrr dghl of Way wiif IV! Ise po ^!t!Ld, 5, 4in;ilams %ill reta<n the rlpht io cLA all pre&60aid proposed drlsj;says, highways. roads, sireels, etc, and Will J`ave rn rsap❑nsibility for :aslvratlon loss oture or aaoass, or xW ulbwer =15, 6_ Access to ?he earth abom ewh pipullne for leek deieellrm (Il4rrmd Ionization) end eathcdlc Dratechon swveyi; mu6t br.• maintained, SUBSURFACE CROSSING UTILITY Utilities crossm 4iilllam5 #aciliiies are fr�;lllfPt� to bs o�esi I� nrnrPrl the n±egrity r'dtiae uti!Iy and he af�ty ni �uillia 4h:r p �r;y Nat ors and d excavators in the WhIre. 11 2 Ali huuierlthan single resideroiel lriephona and M cwssing Ulrrlfiz,m W-?1fies µAll bar install d in s6-d cmgiy fix Ipro hA width of Wiliam Vh( of wary. 3. Al bulled e"ecttio catrles (other them 24 voti DC POIAW Eleg), Includlnq sir gl$ re;i LIiBI 59R( `edreps, Cr S2b)g Kllr"Ms f1c;II'Tos vAl be Int;Z11sd In stL l nas.Wj for L6, full 4:"dth of X"ialfarna righl al veay, 4. AM baried single rl ;iusr,tisl tslephtim. cabwe TV. and 24 volt DC p .verwifl be vm-wad In samdule 40 PVC resting ice the 10 %vidth of ti 411mrns rlylll of way. S. All fiber optiv catrte, i rrclWiN 41rgla drops, will he Installed In ste,-A csasin f or the fait w&d of 10.16111arms nght u(way. 4. k l sanitm y se :ter arrd preAudzed wal-er Wes vPf;I he p, abDded with 5';eel casing 4]r (he iull Width of Williomg right 4 VoTy, Crz:^.atiortol Plum ey:temsV4 be rr her; (11} dlWW@ iron or atael pipe �;*W*ly prolauW from VVIllem-L& tattwuc protoOan spiffi ), (2) plas''e pipe: In takul Ill steel cmmmg, cr (1) cornets p10 for the fA AM cf W.,lllarns right of ivq. ft poing c--rrnecitans c:"fi to a:!mad within 9 of any t^rltllam5 4tAlne- AN duals iron utlltiy cmmksga Will vmlrrdd resl.rEhined joints tar iho fur +n:dlh of Wglians right of way. Y Nu septic tanks, 1: uid dbposal systefm. srr hazardous Waste dispmal swslemp vi N be zilcr and w ffitll t�ht of way or %vilhin 25 d Williams Eaei=h s, Th:a prat;lLitlan InG6fs3, but S mmt ft!tsrl tar, (x ties 13fd1 haw the polontlal irl dischartling ef1li,ant from sew9ga fill y ^'Sal s'rst s, bho dis&-er+ge of any hOrccarbon uWanrQ. thv dilaoiargaar €?IspoO of any regulolw waste, ar any etherdis&tatge Ihat may prove damagmu ar cu=ive I A4.1111. ms fv'dIAias, B. All phtsflc =Mx stlhta rnatfrrial linos will be insta;W in steel =ft f x itee full wkM of Willlarr s right of �tiay. 9. W;lllams may require ihm sisal rr '*kP, ble r^ffwr:al lines {adequately prdedW from Wrtliams mtha& pr+aWon systamj ba ir:s;allod u .&—r cX'.t ng WIµdamB pip[dirM 411]41i 11. 10. VOltams &, s ng pipallne faciGf+ns w.-:1 be WL pltkd la verify the hcrrizantart and verticA tpaaffon of vfl facilities prior to any pmpeeed boring aparalinnn. Unoo :sll required test fr'ls hnva baen psrfar ned, bulb plain vier and pWiils drawings will be sutxni#ted to Wi`M@m . P!nn and protiia drawisrgs sre required (ar all propused Goring oparalkwiv, 11. All pmpmadbem weal Indude the Inalallaiton d afael casing for 1ho roil wtdlh of Wfflkrriv Oghl diw . 12. Pfiortir spy baring, m6peeilari mates will be excavatsd to veiny the alopth of the core as it approactm oaf plpWo. inapadmi r hclas mvst be exCavo'ted lv AIM 4h:lltarne W silo rep;es®rt6Ys to vlsLwAy see the t»rlr,q head prier la the paint where If navels baneal'h each ;PeAne. The amiractar must provide and rraefnlain insAmentollan toacxruratefy locata Me hodng head. SURFACE WATER _ INI'llimis may conduct prerrrnlnary englneeOng stu&4 (Dr anp proposed drainage channels or ditd es Ghat Y,11 dis ame imard or Othln rhv right of way, Dr —al -age chr3mals or i¢ftehes most be addequataly prcftecaed fmrn er❑sl❑n and pmvfda a roWumm ci W rf uavTr uvai the pcpelines. Allering (cl'oaroi4, re•gr—add g, cr r}rw mg tllgnrnent af) an ax-lating drainaga charm -el or d;t[h fagwmes viri ;art approval f Drn ..hOKM Impe-upo:rentpl w.%eran Wlliam *it of w5v Ls r'1A pt:,rr-*NA sdiaraseon control measure3"rid 6e installed %rnlhlrt the Wlglarrts rlUbt of way Yviftut prior Smitten willwrns approval. STATEMENT REGARDING PLIGHTS 1. N6llring Gonlai.•ted hemirt will ba eansirued tocan,ray, va, W subbodnake srsy of 1Nilliams extsfing rights WVRAS[;.vei. 2, WAIlams Wit ba fully and completely compensgWd (ar wW. damWEis is Its tacd:tiss ra3ultrng from Ma seta of third parties whi) are WfAk;ng In the vlc}rttlp of 110 laid ianilifas W(4 or withow ' :!Isms consent, 3. A0111arrra will liar Indemn&d tram and agansl all wine, kwus, demands. damages, causes Of AOlierL, Wlar and llabOlty of every iypa anti Thar ^fair, locleding ell expenses of 1111g4P.1rar, coud costs, and a"W;^eys foes. for in(ury b or death o1 any person, or inr damage la : rsy prr4wirty, arising out of Orin aLmneclkri v, $ lhad paftwarir Irr #w*inity of Mlliams faciltiies. 12 ONEs LANG ' LASALLE. November 2, 2018 Ms. Laura Morales City of Fort Worth 1000 Throckmorton Street, Room 256A Fort (North, Texas 76102 Dear Ms. Morales: Janes Lang LaSalle Americas, Inc. 4200 Buckingham Road, Suite 110 Fort Worth, Texas 76155 tel +1 817-230-2600, fax +1 817 306-8265 Tracking no. 17-58865 Enclosed please find one (1) fully executed Pipeline License agreement job site as authorization to do the work. Please contact SNSFs Scheduling Agent at �vilsr�t�cr rr oerrv;aatiPl# .lc e7i it a aco.copa or (817) 907-8792 at least fifteen (15) days In advance of entry and BEFORE YOU DIG, CALL (800) 435-7649, option 9 then option 7. if you need additional information please contact me at (817) 230-2627. Licensee must ensure that each of its employees, contractors, agents or invitees entering upon the premises completes the safety orientation program at the website www.BNSFeantrartor.com prior to entering upon the prerrilses. The certification is good for one year, and each person entering the premises roust possess. the card certifying completion. No encroachment above, below or an BNSF Right -of -Way will he allowed without the presence of an Inspector Coordinator and Flagman. You must contact BNSF's Scheduling Agent to arrange for those services. . The scheduling agent . may . be contacted at ilsrancrarnoar .utilih is cr ilsonc�a.c srn. or, (817) 907-871.92. 'The installation contractor must comply with all applicable sections of this agreement, including the requirements of section 16 regarding safety requirements prior to encroaching an BNSF' Rigbt-of Way. The installation (onWictor must present and maintain a copy of the execrated agreement on site for the duration of the installation activities.. Sincerely, pxhijw Annette Jenkins Sr. Manager Permits Enclosure cc: wil oncomoanv.utility, iailsonco.cam Rodney Adams, BNSF Roadmaster, godm2yadsms0)bnsf_com Tracking #17-58865 PIPELINE LICENSE THIS PIPELINE LICENSE ("License") Is made to be effective November 2, 2018, (the "Effective Date") by and between BNSF RAILWAY COMPANY, a Delaware corporation ("Licensor") and CITY OF FORT WORTH, a Texas municipal corporation ("Licensee"). In consideration of the mutual covenants contained herein, the parties agree to the following; GENERAL Grant of License. Licensor hereby grants Licensee a non-exclusive license, subject to all rights, interests, and estates of third parties, including, without limitation, any leases, use rights, easements, liens, or other encumbrances, and upon the terms and conditions set forth below, to construct and maintain, in strict accordance with the drawings and specifications approved by Licensor as part of Licensee's application process (the "Drawings and Specifications"), one (1) Pipeline, forty-two (42) Inches in diameter, inside a sixty (60) inch steel casing (collectively the "Pipeline"), across or along Licensor's rail corridor at or near the station of Crowley, County of Tarrant, State of Texas, Line Segment 7500, Mile Post 334.34 as shown on the attached Drawing No. 71042, dated October 16, 2017, attached hereto as Exhibit "A" and incorporated herein by reference (the "Premises"), 2. Term. This License shall commence on the Effective Date and shall continue for so long as the Pipeline is used for a public purpose. 3. Existinra Improvements. Licensee shall not disturb any improvements of Licensor or Licensor's existing lessees, licensees, easement beneficiaries or lien holders, if any, or interfere with the use, repair, maintenance or replacement of such improvements. 4. Use of the Premises. Licensee shall use the Premises solely for construction, maintenance, and use of the Pipeline in accordance with the Drawings and Specifications. Licensee shall not use the Premises for any other purpose. 5. Alterations. Except as set forth in this License, Licensee may not maize any alterations to -the Premises or permanently affix anything to the Premises or any buildings or other structures adjacent to the Premises without Licensor's prior written consent. COMPENSATION 6. License Fee Licensee shall pay Llce: r, prior to the Effoctiva Data, the sum of Seven Thousand Four Hundred Nol'I00 Dollars ($7,400.00) as compensation for the use of the Premises. 7. Costs and Expenses. 7.1 For the purpose of this License, "cost" or "costs" and "expense" or "expenses" Includes, but is not limited to, actual labor and material costs including all assignable additives, and material and supply costs at current value where used. 7.2 Licensee agrees to reimburse Licensor (pursuant to the terms of Section 8 below) for all costs and expenses incurred by Licensor in ron.naetion with Licensee's use of the Premises or the presence, construction and maintenance of the Pipeline, including but not limited to the furnishing of Licensee's fiaggers and any vehicle rental costs incurred. Licensee shall bear the cost of flagger services and other safety measures provided by Licensor, when deemed necessary by Licenser's representative_ Flagging costs shall include, but not be limited to, the following: pay for at least an eight (8) hour basic day with time and one-half or double time for overtime, rest days and holidays (as applicable); vacation allowance; paid holidays (as applicable); railway and unemployment insurance; public liability and property damage insurance; health and welfare benefits; transportation; meals; lodging and supervision. Negotiations for railway labor or collective bargaining agreements and rate changes authorized by appropriate Federal authorities may increase flagging rates. Flagging rates in effect at the time of performance by the flaggers will be used to calculate the flagging costs pursuant to this Section 7. Form 424; Rev. 20140801 _1_ Tracking #17-58865 Pavment Terms. All invoices are due thirty (30) days after the date of invoice. If Licensee fails to pay any monies due to Licensor within thirty (30) days after the invoice date; then Licensee shall pay interest on such unpaid sum frorn the due date until paid at an annual rate equal to the lesser of (i) the prime rate last published in The [Nail StreetJournaiin the preceding December plus two and one-half percent (2-1/2%), or (iL) the maximum rate permitted by law. LICENSOR'S RESERVED RIGHTS 9. Reserved Ritahts of Use. licensor excepts and reserves the right, to be exercised by licensor and any other parties who may obtain written permission or authority from Licensor: 9.4 to maintain, use, operate, repair, replace, modify and relocate any utility, power or communication pipe/fines/cables and appurtenances (other than the Pipeline) and other facilities or structures of like character upon, over, under or across the Premises existing as of the Effective Date; 9.2 to construct, maintain, renew, use, operate, change, modify and relocate any tracks or additional facilities, structures and related appurtenances upon, over, under or across the Premises; or 9.3 to use the Premises in any manner as Licensor in its sole discretion deems appropriate, provided Licensor uses all commercially reasonable efforts to avoid material interference with the use of the Premises by Licensee for the purpose specified in Section 4 above. 10. Riaht to Reuuire Relocation. If at any time during the term of this License, Licensor desires the use of its rail corridor in such a manner as would, in Licensor's reasonable opinion, be interfered with by the Pipeline, Licensee shall, at its sole expense, within thirty (30) days after receiving written notice from Licensor to such effect, make such changes in the Pipeline as in the sole discretion of Licensor may be necessary to avoid interference with the proposed use of Licensor's rail corridor, including, without limitation, the relocation of the Pipeline, or the constriction of a new pipeline to replace the Pipeline. Notwithstanding the foregoing, Licensee agrees to make all emergency, changes and minor adjustments, as determined by Licensor ins its sole discretion, to the Pipeline promptly upon Licensor's request. LICENSEE'S OPE tRA 'IONS .. 11. Construction and Maintenance of the Pipeline. 11.1 Licensee shall not enter or commence construction unless accompanied by Licenser's representative, the Scheduling Agent or its designee. Licensee shall notify Licenser's Roadmaster, at 600 Gresham, CLeburne,TX 76031, telephone (817) 224-7009 or (402) 416-9927, at least fifteen (15) business days prior to installation of the Pipeline and prior to entering the Premises for any subsequent maintenance thereon. In the event of emergency, Licensee shall notify Licensor of Licensee's entry onto the Premises at the telephone number above as soon as practicable and shall promptly thereafter follow up with written notice of such entry. 11.2 Licensee's on -site supervisors shall retain/maintain a fully executed copy of this License at all times while on the Premises, 11.3 While on the Promises, Licensee shall use only public roadways to cross from one side of Licensor's tracks to the other. 11 A Licensee shall be responsible for its contractor's actions. 11.5 Under no conditions shall Licensee be permitted to conduct any tests, investigations or any other activity using mechanized equipment and/or machinery, or place or store any mechanized equipment, tools or other materials, within twenty-five (25) feet of the centerline of any railroad track on the Premises unless Licensee has obtained prior written approval from Licensor. Licensee shall, at its sole cost and expense, perform all activities on and about the Premises in such a manner as not at any time to endanger or interfere with (1) the existence or use of present or future tracks, roadbeds., or property of Licensor, (ii) the safe operation and activities of Licensor or existing third parties, or (N) the rights or interests of third parties. if ordered to Form 424; Rev. 201.13801 -2- Tracking #17-58865 cease using the Premises at any time by Licensor's personnel due to any hazardous condition, Licensee shall immediately do sip. Notwithstanding the foregoing right of Licensor, the parties agree that Licensor has no duty or obligation to monitor Licensee's use of the Premises to determine the safe nature thereof, it being solely Licensee's responsibility to ensure that Licensee's use of the Premises is safe. Neither the exercise nor the failure by Licensor to exercise any rights granted in this Section will alter the liability a€location provided by this License. 11.6 Licensee shall, at its sole cost and expense, construct and maintain the Pipeline in such a manner and of such material that the Pipeline wilt not at any time endanger or interfere with (i) the existence or use of present or future tracks, roadbeds, or property of Licensor, (ii) the safe operation and activities of Licensor or existing third parties, or (iii) the rights or interests of third parties. The construction of the Pipeline shall be completed within one (1) year of the Effective Date, and any subsequent maintenance shall be completed within one (1) year of initiation. Within fifteen (15) days after completion of the construction of the Pipeline or the performance of any subsequent maintenance thereon, Licensee shall, at Licensee's own cost and expense, restore the Premises to substantially their state as of the Effective Date, unless otherwise approved in advance by Licensor in writing. Can or before expiration or termination of this License for any reason, Licensee shall, at its sole cost and expense, surrender the Premises to Licensor pursuant to the terms and conditions set forth in Section 24 hereof. 11.7 Licensor may direct one or more of its field engineers to observe or inspect the construction and/or maintenance of the Pipeline at any time for compliance with the Drawings and Specifications and Legal Requirements (defined below). If ordered at any time to halt construction or maintenance of the Pipeline by Licensor's personnel due to non-compliance with the Drawings and Specifications or any other hazardous condition, Licensee shall immediately do so. Notwithstanding the foregoing right of Licensor, the parties agree that Licensor has no duty or obligation to observe or inspect, or to halt work on, the Pipeline, it being solely Licensee's responsibility to ensure that the Pipeline is constructed and maintained in strict accordance with the Drawings and Specifications and in a safe and workmanlike manner in compliance with all terms hereof. Neither the exercise of, nor the failure by Licensor to exercise, any right granted by this Section will alter in any way the liability allocation provided by this License. If at any time Licensee shall, in the sole judgment of Licensor, fail to properly perform its obligations under this Section 11, Licensor may, at its option and at Licensee's sole expense, arrange for the performance of such work as it deems necessary for the safety of its operations and activities. Licensee shall promptly reimburse Licensor for all costs and expenses of such work, pursuant to the terms of Section El. Licensor's failure to perform any obligations of Licensee shall not alter the liability allocation hereunder. 12. Bcrirf�d,.Excavation. 12.1 Prior to Licensee conducting any boring, excavation, or similar work on or about any portion of the Premises, Licensee shall explore the proposed location for such work with hand tools to a depth of at least three (3) feet below the surface of the ground to determine whether pipelines or other structures exist below the surface, Q.rovided, however, that in lieu of the foregoing, Licensee shall have the right to use suitable detection equipment or other generally accepted industry practice (e.g., consulting with the underground Services Association) to determine the existence or location of pipelines and other subsurface structures prior to drilling or excavating with mechanized equipment. Licensee may request information from Licensor concerning the existence and approximate location of Licensee's underground lines, utilities, and pipelines at or near the vicinity of the proposed Pipeline by contacting Licensor's Telecommunications Holpdesk at least thirty (30) business days prior to installation of the Pipeline. Upon receiving Licensee's timely request, Licensor will provide Licensee with the information Licensor has in its possession regarding any existing underground lines, utilities, and pipelines at or near the vicinity of the proposed Pipeline and, if applicable, identify the location of such lines on the Premises pursuant to Licensor's standard procedures. Licensor does not warrant the accuracy or completeness of information relating to subsurface conditions of the Premises and Licensee's operations will be subject at all times to the liability provisions herein. 12.2 For all bores greater than 25-inch diameter and at a depth less than 10.0 feet below bottom of rail, a soil investigation must be performed by Licensee and reviewed by Licensor prior to construction. This study is to determine it granular material is present, and to prevent subsidence during the installation process. If the investigation determines in Licenser's reasonable opinion that granular material is present, Licensor Form 424, Rev. 20140801 -3- Tracking #17-58865 may select a new location for Licensee's use, or may require Licensee to furnish for Licensor's review and approval, in Liconsor's sole discretion, a remedial plan to deal with the granular material. Once Licensor has approved any such remedial plan in writing, Licensee shall, at Licensee's sole cost and expense, carry out the approved plan in accordance with all terms thereof and hereof. 12.3 Any open hole, boring, or well, constructed on the Premises by Licensee shall be safely covered and secured at all times when Licensee is not working in the actual vicinity thereof. Following completion of that portion of the work, all holes or borings constructed on the Premises by Licensee shall be: 12.3.1 filled into surrounding ground level with compacted bentonite grout; or 12.3.2 otherwise secured or retired in accordance with any applicable Legal Requirement. No excavated materials may remain on Licensor's property for more than ten (10) days, but must be properly disposed of by Licensee in accordance with applicable Legal Requirements. LIABILITY AND INSURANCE 13. Liability and Indemnification. 13.1 For purposes of this License: (a) "Indemnitees" means Licensor and Licensor's affiliated companies, partners, successors, assigns, legal representatives, officers, directors, shareholders, employees, and agents; (b) "Liabilities" means all claims, liabilities, fines, penalties, costs, damages, losses, liens, causes of action, suits, demands, judgments, and expenses (including, without limitation, court costs, reasonable attorneys' flees, costs of investigation, removal and rernediatfon, and governmental oversight costs) environmental or otherwise; and (c) "Licensee Parties" means Licensee or Licensee's officers, agents:, invitees, licensees, employees, or contractors, or any party directly or indirectly employed by any of them, or any parry they -control. or exercise control over. 13.2 TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS INDEMNITEES FOR, FROM, AND AGAINST ANY AND ALL LIABILITIES OF ANY NATURE, KIND, OR DESCRIPTION DIRECTLY OR INDIRECTLY ARISING OUT OF, RESULTING FROM, OR RELATED TO (IN WHOLE OR IN PART): 13.2.1 THIS LICENSEE, INCLUDING, WITHOUT LIMITATION, ITS ENVIRONMENTAL PROVISIONS, 13.2.2 ANY RIGHTS OR INTERESTS GRANTED PURSUANT TO THIS LICENSE, 13.2.3 LICENSEE'S OCCUPATION AND USE OF THE PREMISES, 13.2.4 THE ENVIRONMENTAL CONDITION AND STATUS OF THE PREMISES CAUSED BY OR CONTRIBUTED TO BY LICENSEE, OR 13.2.5 ANY ACT OR OMISSION OF ANY LICENSEE PARTY. 13.3 TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE NOW AND FOREVER WAIVES ANY AND ALL CLAIMS THAT BY VIRTUE OF ENTERING INTO THIS LICENSE, LICENSOR IS A GENERATOR, OWNER, OPERATOR, ARRANGER, OR TRANSPORTER FOR THE PURPOSES OF THE COMPREHENSIVE ENVIRONMENTAL RESPONSE, COMPENSATION, AND LIABILITY ACT, AS AMENDED ("CERCLA") OR OTHER ENVIRONMENTAL LAWS (DEFINED BELOW). LICENSEE WILL, TO THE FULLEST EXTENT PERMITTED BY LAW, INDEMNIFY, DEFEND, AND HOLD THE INDEMNITEES HARMLESS FROM ANY AND ALL SUCH CLAIMS. NOTHING IN THIS LICENSE IS MEANT BY EITHER PARTY TO CONSTITUTE A WAIVER OF ANY INDEMNITEE'S COMMON CARRIER DEFENSES AND THIS LICENSE SHOULD NOT BE SO CONSTRUED. IF ANY AGENCY OR COURT CONSTRUES THIS LICENSE TO BE A WAIVER OF ANY INDEMNITEE'S COMMON CARRIER DEFENSES, LICENSEE AGREES, TO THE FULLEST EXTENT PERMITTED BY LAW, TO INDEMNIFY, HOLD HARMLESS, AND DEFEND INDEMNITEES FOR ANY LIABILITIES RELATED TO THAT Form 424; Rev. 20140801 -4- Tracking #17-58855 CONSTRUCTION OF THIS LICENSE. IN NO EVENT AS BETWEEN LICENSOR AND LICENSEE AS TO USE OF THE PREMISES AS CONTEMPLATED BY THIS LICENSE SHALL LICENSOR BE RESPONSIBLE TO LICENSEE FOR THE ENVIRONMENTAL CONDITION OF THE PREMISES, 13.4 IF ANY EMPLOYEE OF ANY LICENSEE PARTY ASSERTS THAT HE OR SHE IS AN EMPLOYEE OF ANY INDEMNITEE, TO THE FULLEST EXTENT PERMITTED BY LAW, LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND, AND HOLD THE INDEMNITEES HARMLESS FROM AND AGAINST ANY LIABILITIES ARISING OUT OF OR RELATED TO (IN WHOLE OR IN PART) ANY SUCH ASSERTION INCLUDING, BUT NOT LIMITED TO, ASSERTIONS OF EMPLOYMENT BY AN INDEMNITEE RELATED TO THE FOLLOWING OR ANY PROCEEDINGS THEREUNDER: THE FEDERAL EMPLOYERS' LIABILITY ACT, THE SAFETY APPLIANCE ACT, THE LOCOMOTIVE INSPECTION ACT, THE OCCUPATIONAL SAFETY AND HEALTH ACT, THE RESOURCE CONSERVATION AND RECOVERY ACT, AND ANY SIMILAR STATE OR FEDERAL STATUTE. 13.5 THE FOREGOING OBLIGATIONS OF LICENSEE SHALL NOT APPLY TO THE EXTENT LIABILITIES ARE PROXIMATELY CAUSED BY (1) THE GROSS NEGLIGENCE OR WILLFUL MISCONDUCT OF AN INDEMNITEE OR (2) THE SOLE NEGLIGENCE OF AN INDEMNITEE. 13.5 Intentionally Deleted. 13.7 NOTHING CONTAINED HEREIN SHALL EVER BE CONSTRUED SO AS TO REQUIRE LICENSEE TO CREATE A SINKING FUND OR TO ASSESS, LEVY AND COLLECT ANY TAX TO FUND ITS OBLIGATIONS UNDER THIS SECTION. 14. Personal Property Risk of Loss. ALL PERSONAL PROPERTY, INCLUDING, BUT NOT LIMITED TO, FIXTURES, EQUIPMENT, OR RELATED MATERIALS UPON THE PREMISES WILL BE AT THE RISKOF LICENSEE ONLY, AND NO INDEMNITEE WILL BE LIABLE FOR ANY DAMAGE THllrR 1"O OR THEFT THEREOF, WHETHER OR NOT DUE IN WHOLE OR IN PART TO THE NEGLIGENCE OF ANY INDEMNITEE. 15. Insurance. Licensor acknowledges that the City of Fart Worth is basically a self funded entity, with the exception of Railroad Protective Liability Insurance. Damages for which the City of Fort Worth would ultimately be found liable would be paid directly and primarily by the City of Fort Worth and not by a commercial insurance company. Licensee shall require its contractor to procure and maintain during the life of this License the following insurance coverage: 15.1 Commercial General Liability Insurance. This insurance shall contain broad form contractual liability with a combined single limit of a minimum of $5,000,000 each occurrence and an aggregate limit of at least $10,000,000 but in no event toss than the amount otherwise carried by Licensee. Coverage must be purchased on a post 2004 ISO occurrence or equivalent and include coverage for, but not limited to, the following: Bodily Injury and Property Damage Personal Injury and Advertising Injury Fire legal liability Products and completed operations This policy shall also contain the following endorsements or language, which shall be indicated on the certificate of insurance: The definition of insured contract shall be amended to remove any exclusion or other limitation for any work being done within 50 feet of railroad property. Waiver of subrogation in favor of and acceptable to Licensor. Additional insured endorsement in favor of and acceptable to Licensor and Jones Lang Lasalle Brokerage, Inc. Separation of insureds. The policy shall be primary and non-contributing with respect to any insurance carried by Licensor. Form 4?..4; Rev. 20140001 -5- Tracking #17• 58865 It is agreed that the workers' compensation and employers' liability related exclusions in the Commercial General Liability Insurance policy(s) required herein are intended to apply to employees of the policy holder and shall not apply to Licensor's employees. No other endorsements limiting coverage may be included on the policy. 15.2 Business Automobile Insurance. This insurance shall contain a combined single limit of at least $1,000,000 per occurrence, and include coverage for, but not limited to the following: • Bodily injury and property damage. • Any and all vehicles owned, used or hired. This policy shall also contain the following endorsements, which shall be indicated on the certificate of insurance: • Waiver of subrogation in favor of and acceptable to Licensor. ■ Additional insured endorsement in favor of and acceptable to Licensor. • Separation of insureds. ® The policy shall be primary and non-contributing with respect to any insurance carried by Licensor. 15.3 Workers' Compensation and Emolovers' Liabilitv Insurance. This insurance shall include coverage for, but not limited to: Licensee's statutory liability under the workers' compensation laws of the state(s) in which the services are to be performed. If optional under state laws, the insurance must cover all employees anyway. ® Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 by disease policy limit, $500,000 by disease each employee. This policy shall also contain the following endorsements or language, which shall be indicated on the certificate of insurance: Waiver of subrogation in favor of and acceptable to Licensor. 15A Railroad Protective Liabilitv Insurance. This insurance shall name only Licensor as the Insured with coverage of at least $5,000,000 per occurrence and $10,000,000 in the aggregate. The coverage obtained under this policy shall only be effective during the initial installation and/or construction of the Pipeline. THE CONSTRUCTION OF THE PIPELINE SMALL BE COMPLETED WITHIN ONE (1) YEAR OF THE EFFECTIVE DATE. If further maintenance of the Pipeline is needed at a later date, an additional Railroad Protective Liability Insurance Policy shall be required. The policy shall be issued on a standard 180 form CG 00 35 12 03 and include the following: Endorsed to include the Pollution Exclusion Amendment. Endorsed to include the Limited Seepage and Pollution Endorsement. IN Endorsed to include Evacuation Expense Coverage Endorsement. A No other endorsements restricting coverage may be added. The original policy must be provided to Licensor prior to performing any work or services under this License. Definition of "Physical Damage to Property" shall be endorsed to read: "means direct and accidental loss of or damage to all property owned by any named insured and all property in any named insured's care, custody and control arising out of the acts or omissions of the contractor named on the Declarations." In lieu of providing a Railroad Protective Liability Policy, for a period of one (1) year from the Effective Date, Licensee may participate in Licensor's Blanket Railroad Protective Liability Insurance Policy available to Licensee or its contractor. The limits of coverage are the same as above. The cost is $1,266.00. elect to participate in Licensor's Blanket Policy; I elect not to participate in Ucensor's Blanket Policy. Form 424; Rev. 20140801 -8- Tracking #17-58865 15.5 Intentionally deleted. 15.6 Other Recuirements: 15.6.1 Where allowable by lave, all policies (applying to coverage listed above) shall contain no exclusion for punitive damages. 15.6.2 Licensee agrees to waive its right of recovery against Licensor for all claims and suits against Licensor. In addition, Licensee's insurers, through the terms of the policy or a policy endorsement, must waive their right of subrogation against Licensor for all claims and suits, and the certificate of insurance must reflect the waiver of subrogation endorsement. Licensee further waives its right of recovery, and its insurers must also waive their right of subrogation against Licensor for loss of Licensee's owned or leased property, or property under Licensee's care, custody, or control. 1 a.6.3 Licensee is allowed to self -insure. Any self -insured retention or other financial responsibility for claims shall be covered directly by Licensee in lieu of insurance. Any and all Licensor liabilities that would otherwise, in accordance with the provisions of this License, be covered by Licensee's insurance will be covered as if Licensee elected not to include a self -insured retention or other financial responsibility for claims. 15.6.4 Prior to entering the Premises, Licensee shall furnish to Licenser an acceptable certificate(s) of insurance including an original signature of the authorized representative evidencing the required coverage, endorsements, and amendments. Licensee shall notify Licensor in writing at least 30 days prior to any cancellation, non -renewal, substitution, or material alteration. In the event of a claim or lawsuit involving Licensor arising out of this License, Licensee will make available any required policy covering such claim or lawsuit. 15,6,5 Any insurance policy shall be written by a reputable insurance company acceptable to Licensor.or with a current Best's. Guide Rating of A- and. Class lilt or better, and authorized to do business in the state(s) in which the service is to be provided. 15.6.6 If coverage Is purchased on a "claims made" basis, Licensee hereby agrees to maintain coverage in force for a minimum of three years after expiration or termination of -this License. Annually, Licensee agrees to provide evidence of such coverage as required hereunder. 15.6.7 Licensee represents that this License has been thoroughly reviewed by Licensee's insurance agents)/broker(s), who have been instructed by Licensee to procure the insurance coverage required by this License. Allocated Loss Expanse shall be in addition to all policy limits for coverages referenced above. 15.6.8 Not more frequently than once every five years, Licensor may reasonably modify the required insurance coverage to reflect then -current risk management practices in the railroad industry and underwriting practices in the insurance industry. 15.0.9 If any portion of the operation is to be subcontracted by Licensee, Liconsee shall require that the subcontractor shall provide and maintain insurance coverages as set forth herein, naming Licensor as an additional insured, and shall require that the subcontractor shall release, defend and indemnify Liconsor to the same extent and under the same terms and conditions as Licensee is required to release, defend and indemnify Licensor herein. 15.6.10 Failure to provide evidence as required by this Section 15 shall entitle, but not require, Licensor to terminate this License immediately. Acceptance of a certificate that does not comply with this Section shall not operate as a waiver of licensee's obligations hereunder, Form 424; Rev. 20140801 -7- Tracking 017-58865 15.6.11 The fact that insurance (including, without limitation, self-insurance) is obtained by Licensee shall not be deemed to release or diminish the liability of Licensee, including, without limitation, liability under the indemnity provisions of this License. Damages recoverable by Licensor shall not be limited by the amount of the required insurance coverage. 15.6.12 These insurance provisions are intended to be a separate and distinct obligation on the part of the Licensee. Therefore, these provisions shall be enforceable and Licensee shall be bound thereby regardless of whether or not indemnity provisions are determined to be enforceable. 15.6.13 For purposes of this Section 15, Licensor shall mean "Burlington Northern Santa Fe, LLC", "BNSF Railway Company„ and the subsidiaries, successors, assigns and affiliates of each. COMPLIANCE WiTH LAWS, REGULATIONS, AND ENVIRONMENTAL_ MATTERS 16. Corp fiance with Laws, Rules. and Regulations, 16.1 Licensee shall observe and comply with any and all laws, statutes, regulations, ordinances, orders, covenants, restrictions, or decisions of any court of competent jurisdiction ("Legal Requirements") relating to the construction, maintenance, and use of the Pipeline and the use of the Premises. 16.2 Prior to entering the Premises, Licensee shall and shall cause its contractor(s) to comply with all of Licensor's applicable safety rules and regulations. Licensee must ensure that each of its employees, contractors, agents or invitees entering upon the Premises completes the safety orientation program at the Website "www.BNSFcontractcr.com" (the "Safety Orientation") within one year prior to entering upon the Premises. Additionally, Licensee must ensure that each and every employee of Licensee, its contractors, agents and invitees possess a card certifying completion of the Safety Orientation prior to entering upon the Premises. The Safety Orientation shall be renewed annually or be renewed within one year prior to entering upon the Premises 16.3 Licensee shall obtain on or before the date it or its contractor enters the Premises, any and all additional rights -of way, easements, licenses and other agreements relating to the grant of rights and interests in y .T_ and/or access to the Premises (collectively, the "Rights"). and such other rights, licenses, permits, authorizations, and approvals (including without limitation, any necessary local, state, federal or tribal authorizations and environmental permits) that are necessary in order to permit Licensee to construct, maintain, own and operate the Pipeline and otherwise to perform its obligations hereunder in accordance with the terms and conditions hereof. 16.4 Licensee shall either require that the initial stated term of each such Rights be for a period that does not expire, in accordance with its ordinary terms, prior to the last day of the term of this License or, if the initial stated term of any such Right expires in accordance with its ordinary terms on a date earlier than the last day of the term of this License, Licensee shall, at its cost; exercise any renewal rights thereunder, or otherwise acquire such extensions, additions and/or replacements as may be necessary, in order to cause the stated term thereof to be continued until a date that is not earlier than the last day of the term of this License. 16.5 Upon the expiration or termination of any Right that is necessary in order for Licensee to own, operate or use the Pipeline in accordance with the terms and conditions of this License, this License thereby shall automatically expire upon such expiration or termination of the Right. 17. Environmental. 17.1 Licensee shall strictly comply with all federal, state and local environmental Legal Requirements and regulations in its use of the Premises, including, but not limited to, the Resource Conservation and Recovery Act, as amended (RCRA), the Clean Water Act, the Oil Pollution Act, the Hazardous Materials Transportation Act, and CERCLA (collectively referred to as the "Environmental Laws"). Licensee shall not maintain a treatment, storage, transfer or disposal facility, or underground storage tank, as defined by Form 424: Rev. 2W40801 Tracking #17-58865 Environmental Lawson the Premises. Licensee shall riot release or suffer the release of oil or hazardous substances, as defined by Environmental Laws on or about the Premises. 17.2 Licensee covenants that it will not handle or transport "hazardous waste" or "hazardous substances", as "hazardous waste" and "hazardous substances" may now or in the future be defined by any federal, state, or local governmental agency or body through the Pipeline on Licensors property. Licensee agrees periodically to furnish Licensor with proof, satisfactory to Licensor that Licensee is in compliance with the provisions of this Section 17.2. 17.3 Licensee shall give Licensor immediate notice to Licensor's Resource Operations Center at (800) 832-5452 of any known (1) release of hazardous substances on, from, or affecting the Premises, (ii) violation of Environmental Laws, or (iii) inspection or inquiry by governmental authorities charged with enforcing Environmental Laws with respect to Licensee's use of the Premises. Licensee shall use the best efforts to promptly respond to any release on, from, or affecting the Premises. Licensee also shall give Licensor immediate notice of all measures undertaken on behalf of Licensee to investigate, remediate, respond to or otherwise cure such release or violation. 17.4 It Licensor has notice from Licensee or otherwise of a release or violation of Environmental Laws arising in any way with respect to the Pipeline which occurred or may occur during the terra of this License, Licensor may require Licensee,__ at Licensee's sole risk and_ expense, to take timely measures to investigate, remediate, respond to or otherwise cure such release or violation affecting the Premises or Licensoe's right- of-way. 17.5 Licensee shall promptly report to Licensor in writing any conditions or activities upon the Premises known to Licensee which create a risk of harm to persons, property or the environment and shall take whatever action is necessary to prevent injury to persons, property, or the environment arising out of such conditions or activities; provided, however, that Licensee's reporting to Licensor shall not relieve Licensee of any obligation whatsoever imposed on it by this License. Licensee shall promptly respond to Licenser's request for information regarding said conditions or activities. DISCLAIMER OF WARRANTIES 18. ,Ito Warra ies. 18.1 LICENSOR'S DUTIES AND WARRANTIES ARE LIMITED TO THOSE EXPRESSLY STATED IN THIS LICENSE AND SHALL NOT INCLUDE ANY IMPLIE13 DUTIES OR IMPLIED WARRANTIES, NOW OR IN THE FUTURE. NO REPRESENTATIONS OR WARRANTIES HAVE BEEN MADE BY LICENSOR OTHER THAN THOSE CONTAINED IN THIS LICENSE, LICENSEE HEREBY WAIVES ANY AND ALL WARRANTIES, EXPRESS OR IMPLIED, WITH RESPECT TO THE PREMISES OR WHICH MAY EXIST BY OPERATION OF LAW OR IN EQUITY, INCLUDING, WITHOUT LIMITATION, ANY WARRANTY OIL MERCHANTABILITY, HABITABILITY OR FITNESS FOR A PARTICULAR PURPOSE. 18.2 LICENSOR MAKES NO WARRANTY, REPRESENTATION OR CONDITION OF ANY KIND, EXPRESS OR IMPLIED, CONCERNING (A) THE SCOPE OF THE LICENSE OR OTHER RIGHTS GRANTED HEREUNDER TO LICENSEE OR (8) WHETHER OR NOT LICENSEE'S CONSTRUCTION, MAINTENANCE, OWNERSHIP, USE OR OPERATION OF THE PIPELINE WILL VIOLATE OR INFRINGE UPON THE RIGHTS, INTERESTS AND ESTATES OF THIRD PARTIES, INCLUDING, WITHOUT LIMITATION, ANY LEASES;. USE RIGHTS, EASEMENTS AND LIENS OF ANY THIRD PARTY. 19, Disclaimer. of Warranty for Quiet Eniovmont. LICENSOR DOES NOT WARRANT ITS TITLE. TO THE PREMISES NOR UNb]ERT'AICE fO DEFEND LICLNkE IN THE PEACEABLE POSSESSION OR USE THEREOF. NO COVENANT OF QUIET ENJOYMENT IS MADE. 20. Eviction at Disk of Licensee. In case of the eviction of Licensee by anyone owning, claiming title to, or claiming any interest in the Premises, or by the abandonment by Licensor of the affected rail corridor, Licensor shall not be liable (i) to refund Licensee any compensation paid hereunder, except for the pro-rata part of any recurring charge paid in advance, or (ii) for any damage Licensee sustains in connection with the eviction. Form 424; Rev. 20140001 -9- Tracking #17-58865 LIENS AND TAXES 21. Liens and Charges. Licensee shall promptly pay and discharge any and all liens arising out of any construction, alterations or repairs done, suffered or permitted to be done by Licensee on Premises. Licensor is hereby authorized to post any notices or take any other action upon or with respect to Premises that is or may be permitted by law to prevent the attachment of any such liens to Premises; provided, however, that failure of Licensor to take any such action shall not relieve Licensee of any obligation or liability under this Section 21 or any other Section of this License. 22. Taxes. Licensee shall pay when due any taxes, assessments or other charges (collectively, "Taxes") levied or assessed by any governmental or quasi -governmental body upon the Pipeline or any other improvements constructed or installed on the Premises by or for Licensee (collectively, the "Improvements") or any Taxes levied or assessed against Licensor or the Premises that are attributable to the Improvements. DEFAULT, TERMINATION, AND SURRENDER 23. Default and Termination. In addition to and not in limitation of Licensor's right to terminate for failure to provide evidence of insurance as required pursuant to the terms of Section 15, the following events are also deemed to be events of default pursuant to which Licensor has the right to terminate as set forth below: 23.1 if default shall be made in any of Licensee's covenants, agreements, orobligations contained in this License and Licensee falls to cure said default within thirty (30) days after written notice is provided to Licensee by Licensor, or in case of any assignment or transfer of this License in violation of Section 26 below, Licensor may, at its option, terminate this License by serving five (5) days' notice in writing upon Licensee. Notwithstanding the foregoing, Licensor shalt have the right to terminate this License immediately if Licensee fails to provide evidence of insurance as required in Section 16. 23.2 Should Licensee not comply fully with the obligations of Section 17 regarding the handling or transporting of hazardous waste or hazardous material, notwithstanding anything contained in any other provision of this License, Licensor may, at its option, terminate this License by serving five (5) days' notice of termination upon Licensee. Any waiver by Licensor of any default or defaults shall not constitute a waiver of the right to terminate this License for any subsequent default or defaults, nor shall any such waiver in any way affect Licensor's ability to enforce any Section of this License. The remedy set forth in this Section 23 shall be in addition to, and not in limitation of, any other remedies that Licensor may have at law or in equity. 23.4 Intentionally Deleted. 24. Surrender of the Premises. 24.11 On or before expiration or termination of this License for any reason, Licensee shall, at its sole cost and expense: 24.1.1 if so directed by Licensor in writing, remove the Improvements, the Pipeline and all appurtenances thereto, or, at the sole discretion of Licensor, fill and cap or otherwise appropriately decommission the Pipeline with a method satisfactory to Licensor; 24A 2 report and restore any damage to the Premises or Licensor's other property arising from, growing out of, or connected with Licensee's use of the Premises; 24.1.3 remedy any unsafe conditions on the Premises created or aggravated by Licensee; and 24.1.4 leave the Premises in substantially the condition which existed as of the Effective Date. Form 424; Rev. 20140801 _1d_ Tracking #17-58865 24.2 Upon any expiration or termination of this License, if Licensee fails to surrender the Premises to Licensor or if Licensee fails to complete its obligations under Section 24.1 above (the "Restoration Obligations"), Licensee shall have a limited license to enter upon the Premises solely to the extent necessary for Licensee to complete the Restoration Obligations, and all liabilities and obligations of Licensee hereunder shall continue in effect until the Premises are surrendered and the Restoration Obligations are completed. Neither termination nor expiration shall release Licensee from any liability or obligation under this License, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination, or, it later, the date when Licensee surrenders the Premises and all of the Restoration Obligations are completed. 24.3 If Licensee fails to complete the Restoration Obligations within thirty (30) days after the date of such termination of its tenancy, then Licensor may, at its election, either: (i) remove the Pipeline and the other Improvements or otherwise restore the Premises, and in such event Licensee shall, within thirty (30) days after receipt of bill therefor, reimburse Licensor for cost incurred, (li) upon written notice to Licensee, take and hold the Pipeline and the other improvements and personal property as its sole property, without payment or obligation to Licensee therefor, or (iii) specifically enforce Licensee's obligation to restore and/or pursue any remedy at law or in equity against Licensee for failure to so restore. Further, if Licensor has consented to the Pipeline and the other improvements remaining on the Premises following termination, Licensee shall,.upon request by Licensor, provide a bill of sale in aform acceptable to Licenser conveying the Pipeline and the other Improvements to Licensor. MISCELLANEOUS 25, Successors and AssitLns. All provisions contained in this License shall be binding upon, inure to the benefit of, and be enforceable by the respective successors and assigns of Licensor and Licensee to the same extent as if each such successor and assign was named a party to this License. 26. Assionment. 26.1 Licensee -may rot sell, assign, transfer, or hypothecate this License or any right, obligation, or interest herein (either voluntarily or by operation of law, merger, or otherwise) without the prior written consent of Licensor, which consent may not be unreasonably withheld or delayed by Licensor. Any attempted assignment,by Licensee in violation of this Section 26 shall be a breach of this License and;'in addition, shall be voidable by Licensor in its sole and absolute discretion. 26.2 For purposes of this Section 26, the word "assign" shall include without limitation (a) any sale of the equity interests of Licensee following which the equity interest molders of Licensee immediately prior to such sale own, directly or indirectly, less than 50% of the combined voting power of the outstanding voting equity interests of Licensee, (b) any sale of all or substantially all of the assets of (i) Licensee and (ii) to the extent such entities exist, Licensee's parent and subsidiaries, taken as a whole, or (c) any reorganization; recapitalization, merger or consolidation involving Licensee. Notwithstanding the foregoing, any reorganization, recapitalization, merger or consolidation following which the equity interest holders of Licensee immediately prior to such reorganization, recapitalization, merger or consolidation own; directly or indirectly, at least 50% of the combined voting power of the outstanding voting equity interests of Licensee or any successor thereto or the entity resulting from such reorganization, recapitalization, merger or consolidation shall not be deemed an assignment. THiS LICENSE SHALL NOT RUN WITH THE LAND WITHOUT THE EXPI'ESS WRITTEN CONSENT OF LICENSOR, SUCH CONSENT TO RE IN LICENSOR'S SOLE DISCRETION. 26.3 Notwithstanding the provisions of Section 26.1 above or anything contained in this License to the contrary, if Licensee sells, assigns, transfers, or hypothecates this License or any interest herein in contravention of the provisions of this License (a "Purported Assignment") to another party (a "Purported Transferee"), the Purported Transferee's enjoyment of the rights and privileges granted under this License small be deemed to be the Purported Transferee's agreement to be bound by all of the terms and provisions of this License, including but not limited to the obligation to comply with the provisions of Section 15 above Form 424; Rev. 20140801 Tracking #17-58865 concerning insurance requirements. In addition to and not in limitation of the foregoing, Licensee, for itself, its successors and assigns, shall, to the fullest extent permitted by law, indemnify, defend and hold harmless Licensor for all Liabilities of any nature, kind or description of any person or entity directly or indirectly arising out of, resulting from or related to (in whole or in part) a Purported Assignment. 26.4 The provisions of this Section 26 shall survive the expiration or earlier termination of this License. 27. Notices. Any notice, invoice, or other writing required or permitted to be given hereunder by one party to the other shall be in writing and the same shall be given and shall be deemed to have been served and given if (i) placed in the United States mail, certified, return receipt requested, or (ii) deposited into the custody of a nationally recognized overnight delivery service, addressed to the party to be notified at the address for such party specified below, or to such other address as the party to be notified may designate by giving the other party no less than thirty (30) days' advance written notice of such change in address. If to Licensor: Jones Lang LaSalle Brokerage, Inc. 4200 Buckingham Rd., Suite 100 Fort Worth, TX 76155 Attn- Permits/Licenses with a copy to: BNSF Railway Company 2301 Lou Menk Drive - GOB-3W Fort Worth, TX 76131 Attn: Senior Manager Heal Estate If to Licensee: City of Fort Worth 200 Texas Street Fort Worth, Texas 76102 284 Survival.,_ Neither termination nor expiration will release either party from any liability or obligation under this License, whether of indemnity or otherwise, resulting from any acts, omissions or events happening prior to the date of termination or expiration, or, if later, the date when the Pipeline and the other Improvements are removed and the Premises are restored to its condition as of the Effective Date_ 29. Recordation. It is understood and agreed that this License shall not be placed of public record recorded in the public real property records of Tarrant County, Texas. The parties further understand that Texas law limits the ability of the Licensee to shield from public disclosure any information given to the Licensee. Accordingly, the parties agree to work together to avoid disclosures of this License or other information which would result in economic loss or damage to Licensor because of mandatory disclosure requirements to third persons. The Licensee shall give Licensor reasonable notice of public records requests for this License or other Licensor documents. 30. Anolicable Law. All questions concerning the interpretation or application of provisions of this License shall be decided according to the substantive laws of the State of Texas without regard to conflicts of law provisions. 31. Severability. To the maximum extent possible, each provision of this License shall be interpreted in such manner as to be effective and valid under applicable law, but if any provision of this License shall be prohibited by, or held to be invalid under, applicable law, such provision shall be ineffective solely to the extent of such prohibition or invalidity, and this shall not invalidate the remainder of such provision or any other provision of this License. 32, Intearation. This License is the full and complete agreement between Licensor and Licensee with respect to all matters relating to Licensee's use of the Premises, and supersedes any and all other agreements between the parties hereto relating to Licensee's use of the Premises as described herein. However, nothing herein is intended to terminate any surviving obligation of Licensee or Licensee's obligation to defend and hold Licensor harmless in Form 424; Rev. 20140801 -f2- Tracking #17-58865 33. Joint and Several Liability. If Licensee consists of two or more parties, all the covenants and agreements of Licensee herein contained shall be the joint and several covenants and agreements of such parties. 34. Waiver. The waiver by Licensor of the breach of any provision herein by Licensee shall in no way impair the right of Licensor to enforce that provision for any subsequent breach thereof. 35. Int ar rptatton, 35.1 This License shall be interpreted in a neutral manner, and not more strongly for or against any party based upon the source of the draftsmanship; both parties hereby agree that this License shall not be subject to the principle that a contract would be construed against the party which drafted the same. Article titles, headings to sections and paragraphs and the table of contents (if any) are inserted for convenience of reference only and are not intended to be a part or to affect the meaning or interpretation hereof. The exhibit or exhibits referred to herein shall be construed with and as an integral part of this License to the same extent as if they were set forth verbatim herein. 35.2 As used herein, "include", "includes" and "including" are deemed to be followed by "without limitation" whether or not they are in fact followed by such words or words of like import; "writing", "written" and comparable terms refer to printing, -typing, lithography and other means of reproducing words in a visible form; references to any person are also to that person's successors and permitted assigns; "hereof", "herein", "hereunder" and comparable terms refer to the entirety hereof and not to any particular article, section, or other subdivision hereof or attachment hereto; references to any gender include references to the masculine or Feminine as the context requires; references to the plural include the singular and vice versa; and references to this License or other documents are as amended, modified or supplemented from time to time. 36, Counterparts. This License may be executed in multiple counterparts, each of which shall, for all purposes, be deemed an original but which together shall gpnstitute one and the same instrument, and the signature pages from any counterpart may be appended to any other counterpart to assemble fully executed documents, and counterparts of this License. may also be exchanged via email or electronic .facsimile machines and any email or electronic facsimile of any party's signature shall be deemed to be an original signature for all purposes. 3T Licensors Reuresentative. .loves Lang'- LaSalle Brokerage, Inc, is acting as representative for BNSF Railway Company. ENO OF. PAGE 7-SIGNATURE PAGE TO FOLLOW Form 424; Rev. 20140801 -13- Tracking #17-58865 This License has been duly executed by the parties hereto as of the date below each party`s signature; to be effective, however, as of the Effective Date. LICENSOR- BNSF RAILWAY COMPANY a Delaware corporation By: 2301 'Loy Menk Drive -- GOB-3W Fort Worth, Texas 76131 3 x By: C }-R . Blaine_°�Bi de iha k _. -- - ----------- Title: Director- Corporate Real --Lal-A.. Date: ILICENSEE: CITY OF FORT WORTH a Texas municipal corporation 200 Texas Street Fort Worth, Texas 76102 gY _- ............ .....- _. _.-.. _.. mnm.r... . Title: Date: - -' —= S`:1 —/ ATTEST: By: Mary Kayser City secretary APPROVEDAS` ORM AND LEGALITY - By:,.,... �� 1 Jessica Sang yang gk Assistant Cit�Attorney Il Form 1295 Certification No. NIA M&G: No: NIA CONTRACT COMPLIANCE MANAGER: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Narn Title: ' ' izo - it /AA MOkAm Farm 424; Rev. 20140801 -14- COORDINATE SYSTEM: TX NG TRACKING NO. 17-58865 -�OALE:1 IN = 100 FT RED RIVER DIV. FT WORTH SUBD1V. L.S. = PAP: 334.3i+ MATE: 10/16/2017 EXHIBIT "A"" ATTACHED TO CONTRACT BETWEEN 13NSF RAILWAY COMPANY ANY AND CITY OF FORT WORTH IMP 334:34- 97'3573311132-58' 154 r Lu a. it SURVEY' H-1UNTQ b,, Sa�,r,�#�nrd�.I�LI�l�rfn, �4ha1} Jq����t+slaP�4ee�rPtt5f�5; sM �7ip�ge. LII; I� erAl i�, aitl57 ar C5f3ma�Ll�lly DESCRIPTION OF PIPELINE PIPELINE SHOWN BOLD CARRIER CASING PIPE PIPE SIZE: 42" 60" LENGTH ON R1W: CONTENTS: SEWAGE WORKING PRESSURE: PIPE MATERIAL: FIBERGLASS CARBON STEEL BURY: BASEIRAIL TO TOP SPECIFICATIONS 1 GRADE: AFTM 0326ZGRaa ASTMAANGRD-6 OF CASING WALLTHICKNESS: .075" 11. BURY: NATURAL GROUND COATING: - COAL -TAR COATING BURY: ROADWAY DITCHES CATHODIC PROTECTION VENTS: NUMBER _ SIZE _HEIGHT OF VENTABOVE GROUND _ NOTE: CASING TO BE DRY BORED CR,OWLEY CARRIER CASING PIPE PIPE ISO, ISO, GRAVITY 34,35' 10.44' 10,44' COUNTY OF TARRANT STATE OF TX lw TR DRAWING NO.71042 GR-0160 00 Product Requirements THIS ]PAGE LEFT INTENTIONAlLLY BLANK CITY OF FORT WORTH Upper Big Fossil Creek STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Drainage Basin Relief Interceptor Revised July I, 2011 City Project No. 02515 FORT WORTH. �a CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT[' 1 1ST t* 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. V. Table 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 FORT WORTHI� Note: All water or sewer pprpe h CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT MST than 15 inch diameter shall be approved for use by the Water Department on a �roject Vecific basis. Special bedding may be F•-JI ._ —�i: :i;F:�'. �_��e �. i1 '.�s�t"19�irrfl.�a Updated: 12/06/2018 for some pips. 0—le-it I . s tar & �ewer�M!nht►leg d �a11ndl mmuogl pts 33,39-10 (Rev 2,'3�T 1 _._....._. a 07/23/97 3305 13 Urethane HvdmDliilic Waterston Asah: KogVo KK Adeka Utra-Seal P-201 ASTM D2240/D412/D792 04/26/00 3305 33 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 3305 13 Profile Gasket for 4' Diam. MR. Press -Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 1/26199 3305 13 NDPE Manhole Adiustment Rings LadteA Inc HDPE Adjustment Ring 5113105 33 05 13 Manhole External Wrap Canusa - CPS WTapidSeal Manhole Encapsulation System Ss MH Non -traffic area * From Original Standard Products List alck to Return to the Tattle of Content i FORT WORIM, Nate. All -water or sewer pipe la CITY OF ]FORT WORTH WATER DEPARTMENT ENT STADMAR D PRODUCT LIST Updated: 12/06/2018 than 15 inch diameter shall be a)3proved for use b - the WatAr De partment on a ro-ect specific basis. Special bedding maybe required for some Tripes. JINater & Sewer -14 - e _ 99-13fIAV131 1126l99 33 3913 Fiberglass Manhole Fluid Containment, Inc. 08/30/06 33 3913 (Fiberglass Manhole I L.F. Matatfacturing , A Flowtite ASTM 3753 I Non-M fixe area Non. -traffic area * From Original Standard Products fist Click to Return to the Table of Content 2 CITE' OF FORT WORTH O RT WO RT H., WATER DEPARTMENT STANDARD PRODUCT LIST Note: All wa r ar sewer I ipe la than 15 inch diameter shall be aWgvej far use by the Water Department on a proJect specil jWxteO & ISetiirir--F4fliiiahulas & BAjuffh=w& C,9v rsTAq�pplar 33-65-13 MAP 213/16s " I 330513 IMaohole F,.m snd Covwq I Weskm iron Works, Bass & Bays Foundry Updated. 12166j2018 basis. Special beddin may be required for some pi es. 1001 24"x40" W➢ " From Original Standard Products List Click to (Return to the Table of Content 3 CITY OF ]FORT T WORTH FoRTWORTH., WATER DEPARTMENT STA DART) PRODUCT LIST Updated: 12/06i20)(3 Note: All water or sewer pipe iar er than 15 inch diameter shall t»ea proved forllse by OR Water Department on a proiect specific basis. Special bedding mnY be reciuired for some pipes. _ j Water S Sen::r - MatLholes & I$�sesll+rames Covers/ ar (oun, I - . 45- OV • 3305 13 Manhole Frames and Covers Western Iron Works, Hass & Hays Foundry 30024 24" Dia. "' 3305 13 Manhole Frames and Covers McEduley Iron Works luc.: A 24 AM 24" Dia. 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 3305 13 Manhole Frames and Covers Neenah Foundry R- 165-LM (Hinged) ASTM A48 & AASHTO M306 24" Dia. 0"4/18 3305 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Din 08;24118 3305 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged) ASTM A48 & AASHTO M306 30" din 3305 €3 Manhole Frames and Covers Sigma Corporation MH-I44N 3305 13 Manhole Frames and Covers Sigma Corporation MH-€43N 3305 13 Manhole Frames and Covers Pam-A-Mausson GTS-STD 24" dia 3305 I3 Manhole Frames and Covers Neenah Casting IV dia 10/31/06 3305 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Din 7/25103 3305 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamreu/rexus) RF32-RSFS 30" ]pia, 01/31/06 3305 13 30" DI MH Ring and Cover Eat Jordan Iron'Works V 1432-2 and V1483 Designs AASHTO M306.04 30" Dia. 11/02/10 33 05 13 30" DI MH Ring and Cover Sigma Corporation M141651FWN & M1116502 50" Dia 07/19/11 330513 30' DI MH Ring and Cover Star Pipe Products MH32FT4WS5-DC 30" Dia 08/10/11 3305 13 30' DI MH Ring and Cover Aceucest 220700 Heavy ➢utv with Crasket Rine 30" Dia 30'ERGO XL Assembly 10/14/13 33 05 13 30" DI MH Ring and Cover (Hinged & Lockable) Fast Jordan Iron Works with Cam LockIMPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 34 05 13 30" DI MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. SCDH 3000, Std. Dbl HinvNon Metalic Ring 08/24/17 33 05 13.01 30" DI MH Ring and Cover (Hinge & Lock) Composite SewperCover and Cover w/Lock HD/FRP Composite 30, Dia. ' From Original standard Products List 4 Clock. to Return to the Table of Content 4 CITY OF FORT WORTH O RT O ITT R, WATER DER PART rIENT STANDARD PRODUCT ]LIST Note: ,All water or sewer rPipe larger than 15 inch diameter shall be approved for use by ythe Water Department on a prolect specific basis. Special bedding may be Water & Sewer - .Mashokii ck ympyrames -& CpversAVater Tj& & Prr,{iku C$, Tight 33-05-13eav:tqq -Pamtiaht " 3305 13 Manhole Frames and Covers Pont-A-Mousson " 3305 13 Manhole Frames and Covers Neenah Casting " 33 05 13 Manhole Frames and Covers Western Iron Works.Bass & Hays Foundry 300-24F �k * 3305 13 Manhole Frames and Covers MtKinlev Iron Works Im. WPA24AM 1 03/0B/00 3305 13 Manhole Frames and Covers Acevcast RC-2100 04/20/01 330513 Manhole Frames and Covers (S1P)Seramnore Industries Private Ltd 300.24-23.75 R N and Cover 3 Updated: 12/06/2018 for son$e ASTM A 46 ASTM A 48 24" Dia. 24" Dig. 24" Dim. 24" Die. 24" Dia. 24" Dia " From Original Standard Products List Click to Return to the Table of Content 5 crry OF TORT WORTH STANDARD PRODUCT LIST z Nate: Vl aiater or sewer pkm lag er than 1,5 inch diameter shalt be, aaproved fo r lse by the Water Denartment on a project. -Tecifac basis, Special bedding may be ' 33 3910 Manhole, Precast Concrete Hvdro Conduit Cop SPL Item 949 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co, Inc. 33 39 10 Manhole, Precast Cancrete Forterra(£oimerly Gifford -Hill, Haman) 04/26/00 33 3910 MR, Single Offset Seal 3oint Forterra(frnmerly Gifford -Hip- Hanson } Type F Dwg 35-0048.001 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone 05/09/18 333910 Manhole, Precast Concrete The Turner Company 48". 60" I.D. Manhole w/ 32" Cone 10/27/06 3339 10 Manhole, Precast Concrete Oldcastle Precast Inc. 48" I.D. Manhole w124" Cone 06/09/10 3.S39 10 Manhole, Precast (Reinforce Polymer)Concrete - ITS Composite Pipe Reinforced Polymer Concrete Updated. 12/06/2018 for some Pipes. ASTM C 478 I 48" ASTM C-443 48" ASTM C 478 48" ASTM C 478 48" Diam ME ASTM C 478 48" w/32" cone ASTM C 478 48", 60" ASTM C 478 48" Diam w 24" Ring ASTM C-76 48" to 72" ' From Original Standard Products List Click to Return to the Table of Content 6 CITY OF FORT WORTH FORTWORTH., WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/66/2018 Note: All at r or sewer ppipe Iar er than 15 inch diameter shall be ajj Paved For use by the Water Department on a project specific basis. Special bedding maybe required for some pipes. Iii. I HitT'i,l '"�� ��l, a ��Yr 11E+e s^€•1?fitlT'1■nti ��r,.d.��.ri ..,��,� r• i _-.m.. r,i i_'--ci ■i 1Water & Uu * E1-14 Manhole Rehab Svstems Ouadex 04/23/01 E1-14 Manhole Rehab Svstems Standard Cement Materials. Inc. E1-14 Manhole Rehab Svstems AP/M Permaform V20101 El-14 Manhole RehabSvstem StrongCompaav 5l12/03 E1-14 Manhole Rehab Svstem (Liner) Poly-trirlex Technologies OW0106 General Concrete Renair F1exYTete Tecbnoloaies s Relvter MSP Strong Seal MS2A Rehab Svstem MH repair product to stop infiltration Viral Polvesw ReoairProduct ASTM D5813 Misc. Use * From Original Standard Products list Click to Return to the Table of Content 7 CITY OF FORT WORTH o T" WO T H.0 WATER DEPARTMENT STANDARD PRODUCT (LIST Updated: 12/96/20IN ]te: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department +on a snecific basis. Special bedding may be required for soma pi es. fralect Water & Sian - Yan6 e9 � fyisest'Rehab Systems/MaCt merllififias 05/20/96 E1.14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 * E1-14 Manhole Rehab Systems Sun Coast For Elderior Coating of Concrete 12/14/O L Coating for Corrosion protection(Exterior) __. __. ERTECFI Series 20230 and 2100 (Asphatic Emulsion) Structur+s Only 01/31 /06 Coatings for Corrosion Protection Chesterton Arc 791, S 1HB, S1, S2 Acid Resistance Test Sewer Applications 8/2812006 Coatings for Corrosion Protection W open Environmental 5-301 and M-301 Sewer Applications 08/30/06 Coatings for Corrosion Protection Citadel SLS-30 Solids E Sewer Applications 33 05 16, 33 39 10, 33 RR&C Dampproofinon-1'Y red Spray g N' For Exterior Coating of Concrete 03/19/18 3920 Coating for Corrosion protection(E#erior) Sherwin Williams Grade (Asphatic Enmision) I Structur+s Only * From Original Standard Products List . Clack. to Return to the Table of Content a CITY OF FORT WORTH Fo TWO M3 WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/06/2018 Note:�Al�l w� r of sewer tpe lamer than 151nch diameter shall be s> approved for use by the Watei Department on� raject specific basis, Special bedding maY be required Forsamepi es. i 3 t ,C i�.: ..-ail r i ► u. '". ��,'"i iiY �'; 1 � ':`—= •�' i s - 9'1� t- ti _ lWater & Sewer - Manhole Inserts - Ine1j),0nee•atlans Use iOnjy (Rev_ 213116) * 33 0513 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1249 For 24" dia. * 3305 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1249 For 24" dia. * 33 05 13 Manhole Insert Noflow-laflow Made to Order - Plastic ASTM D 1249 For 24" dia. 09/23/96 3305 13 Manhole lased Southwestern Packing & Seals, Inc. Lifesaver - Stainless Steel For 24" dia. 09/23/96 3105 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLak - Stainless Steel For 24" dia * From Original standard Products List Clock to Return to the Table of Content 9 oRTWORTt CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT ]LIST Notr.: All water or sewer pipe larger than 15 ine.h dizu eter shill be approved far use by the Wate. Department oct sFecific basis. SFecial beddinF, yr Sew -vr - Fipa-I &Srua&ra 334LS44/VJ.iJ M 11104l02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model 9SI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09114l10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casiu Spacers 05/10/11 Stainless Steel Casing Spacer Powerseel 4810 Powerchock 03/19/18 Casing Spacers BWM SS-12 Casing spacet(Stainless Steel) 03/19/18 Casing Spacers B4yM pB-12 Casing Spacer (Coated Carbon Steel) for - Non_pressure Pipe and Grouted Casing Updated: 12/06/2018 y be required for some pipes. Up to 48 Up to 48" Up to 48" • From Original Standard Products List Click. to Return to the Table of Content 10 CITY OF FORT WORTH FORT OITTH:,, WATERDEPARTMENT - ►°-�` STANDS PRODUCT LIST Note: All water or sewer pipe lamer than 15 inch diameter shall be approved for use by the Water Department on a rayed specific basis. Special ! i I Y• `� l}7 v� L Y I !' _ - f' li' J i I Ir,r L i [ faJ'��CJLJ! 7 r1. 111 L7i}�;� ■��■ re Water & Ferrer-Pini.Ds/Ductft Ira,R 33-11-1fl(118/1.31 * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-?ite Ductile Iran Pressure Pipe, l 08124/18 33 11 10 Ductile Iran Pipe American Ductile Cron Pipe Co. American Fastite Pipe (sell Sp ) j 0=4118 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Resuaiaed Fomt) t " 331110 Ductile Iron Pipe U.S. Pipe and Foundry Co. * 33 1110 Ductile iron Pipe Mowane Cast iron Pipe Co. Updated. 12/06/2018 may be required for some p AW WA C150// C151 3" tbru 24" AWWA C150, C151 4" tbru 30' AW WA C150, C151 4" tbru 30" AW WA C150, C151 AW WA C150, C151 • From Original Standard Products List Click to Return to the Table of Content 12 CITY OF FORT WORTH FORT Wopt'T .. WATER DEPARTMENT � STANDARD PRODUCT ]LIST Note: l 11 r s w r e lar er than 15 i?zch diameter shall be appruve.i for use by the Water Water & Sewer - Utllliv Line Marko' (08f241201$) j i Updated: 12/06/2018 required for some pipes. * From Original Standard Products List Click to Return to the Table of Content 12 CITY OF FORT WORTH FORT OI T U, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/0612018 Note: All water or sewer pipe Sewer- CgkitingsJErvi�( "9-60 jql 08/131 02/25/02 Ennxv Lining System Sauereisea Inc SewerGard 21011E LA Cotmty #210-1.33 12/14YO1 Fnoxv Lining System Extech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Duedle Iron Pine Coating lnduron Protecto 401 ASTM B-117 Ductile lion Pine only O]!31/06 Coatings for Corrosion Protection Chestertan Arc 791, S1HB, Sl, S2 Acid Resistance Test Sewer AnDlicaaons 8/28/2006 Coatings for Corrosion Protection Waxen Environmental S-301 and M-301 Sewer Applications • From 0rlginal Standard Products List Clock to Return to the Table of Content 13 FORT WORT.I-I.. Not:: All water or sewer pipe lar than 15 inch diameter shall be sfPolvurethane CITY OF ]SORT WORTH WATER DEPARTMENT STANDARD. PRODUCT LIST for use by the Water Department on a nroiect specific basis. I - i Updated: 12/06t2018 jin m barequiredforsorapipes. * From Original Standard Products List Click. to Return to the Table of Content 14 Note: All water or sewer CITE'' OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT ]LIST Updated. 12/06/2018 inch diameter shall by approved for use by the Water Department on a project specific basis. Special bedding may be required for some pies. �4'.Y.. _`-: mil. �y:�. �.i.i. _i$.�L. .rv.—h - _ _ _ �►r�J.I�.�r���j- .ae�im�''ry.��.��iSri.�' _ ... - .. .:.i t, JSewtr - Combination Air Valves 05/25/1S 33-31-70 IAitRelease Valve A.M. USA, Inc. it D0251,TP02(Comoosite Body) 2" * From Original Standard Products List Click to return to the Table of Content is Dote All water ar sewer CITY OF )FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 1210612O18 than 15 inch diameter shall be approved for fume by the. Water Department on a project specific basis. Special bedding may he required for some Pi es. r-Sewer - Plim/CeAerete * Ei-04 Cana Pipe. Renoforced El-04 Conc. Pipe, Reinforced * EI-04 Conc. Pipe, Reinforced * EI-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Tnc. Hydro Conduit Corporation Hanson Concrete Products' Concrete Pipe & Products Co. Inc. Class III T&G SPL Item 477 ASTM C 76 ASTM C 76 ASTM C 76 ASTM C 76 * From Original Standard Products List Click to Return to the Table of Content 16 CITY OF FORT WORTH i,-,-T WO RT Hk,, WATER DEPARTMENT STANDARD PRODUCT LAST Updated: 12/06/2018 Note: AU water or sewer pipe Larger than 1S inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. 11 1 1 J J t t J — li' I11 �• It Y`�'� _.t• s Sew -ZWe Eirlargment 5vsJAw1Methbd133-31-23.flili 3Y PIli 14i Svatem PM Carnoratior! � Polyethylene I PEM Coro., Placate Wa_v_. N.J. Arruroved Previously cCotmell Systems McLat Constnutinn Polyethylene f Houston. Texas AUaroved Previously TRS Systems TrewhIcss Reolacement System Polvethvlene ! Calgary, Canada ABProved Previously " From Original Standard Products List Click to Return to the Table of Content 17 CITY OF FORT WORTH F R.TWO ` f s. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/06/2018 Note: All water or sewer i e la er than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special beddinga maybe required for some pipes. . . �t s i ,'s s e I - -. ! In r'`tir ._. -sr a - - i ii„` isX Se**r-PiDWFiberylass Relhfereed FW3 1- 7l21197 3331 13 Cent. Cast Fiberglass Hobas Pipe USA, Inc. 03/22/10 3331 13 Fiberglass Pipe Ameron 10/30/03 Glass -Fiber Reinforced' Polymer Pipe Thompson Pipe Group 4114/05 Polymer Modified Concrete Pipe Amitech USA 06109I10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Hobas Pipe (Nan -Pressure) _ _ ASTM D_5262ID3754 Bondstrand RPMP Pipe ASTM D3262ID3754 Flowtite ASTM D3262M3754 Meyer Polyarate Pipe ASTM C33, A276, F477 Reinforced Polymer Concrete Pine ASTM C-76 8" to 102"_ Class V * From Original Standard Products List Click to Reftlrn to the Table of Content 18 CITY OF FORT WORTH (ART WORTH. WATER DEPARTMENT STANDARD PRODUCT ILIST Updated. 12/06/2018 Note: Allwater or sewer Pipe lamer than 15 inch diameter shall be approved for use by the Water Department on a rcoiect specific basis. Special bedding maybe required for some pi S. .y k'1 f - i1�1 �i 1 ti.-�- F 1} S- -J_ _ Lam+ 1 1' i,IT- r itiM Sewer - PIRts/MPE 33-31 f11$f13) * Hieh•densiiv polvethvlene nice Phillms Driscoripe, Inc. 013dwre Ductile Polvethvlene Pine ASTM D 1248 8" " High -density nnlvethvlene pipe Memo Inc. ASTM D 1248 B" ` Hieh-density nohrethvlene nine Pollv Pica Inc. ASTM D 1248 8" Higb-densitv polvethylene nine CSR Hydro Conduit/Pineline Systems McConnell Pipe Enlargement ASTM D 1249 * From original Standard Products List Clock to Return to the Table of Content is u WORT , CITY OF ]FOIST WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Notes All wa*er or sewer pipe lar er than 15 inch diameter shall be approved for use by the Ware- Department on a & cr - )OesF c flPress�jre Sewep3 33- 12102/11 33-11-12 Dlt 14 PVC Press=11pe Pipelife Ietstream 1{1122/14 33-11-12 IbR-14 PVC Pressure Pipe, Royal Building Products dr. Updated: 12/06/2018 basis. Special bedding rnav be required for some PVC Pressure Pipe AW WA C900 4" thru 12" Royal Sea] PVC Pressure Pipe AWWA C900 V. d"u 12" " From Original Standard Products List Click to Return to the Table of Content 20 'SORT WO RT H Note: All water or sewer CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/06/2018 than 15 inch diameter shallbe approved for use byY the Water Department on a ppreject specific basis. Special bedding may be required for some -_�+�L•to ._�_-, r_ "..-,. _--,, , A-... ti ...4W - 0A - F —---='��eas.: bes/PVC* 33-31- 20 7 . 33.31.20 PVC Sewer Pine • 33-31.20 PVC Sewer Pipe " 33-31.20 PVC Sewer Pipe 12123/97* 33-31.20 PVC Sewer Pipe " 33-31.20 PVC Sewer Pipe 33-31-2e PVC Sewer Pine 01118/18 33-31-20 PVC Sewer Pipe 11111/98 33-31-2D PVC Sewer Pipe " 33-31-20 PVC Sewer Pine 09/11/12 33-31-20 PVC Sewer P e 05106/05 33-31-20 PVC Solid Wall Pipe 04/27/06 33-31-20 PVC Sewer Fittings 33-31-20 PVC Sewer Fittings 11/17/99 E 100-2 Closed Profile PVC Pipe 3/19/2018 33 31 20 PVC Sewer Pipe 3/191MIS 33 31 20 PVC Sewer Pine MEEIMMEUMIE Certain -Teed Products Coro Napeo Manufacturing Corp J-M Manufactutina Co., Inc. OM Eagle) Diamond Plastics Corporation Lamson Vvion Pine Rnval Buildinu Products Vmyltech PVC Pipe Diamond Plastics Corporation 7-M Manufacturing Co, Inc. VM Eacic) Pinelife Jet Stream Diamond Plastics Corporation Turco Plastic Trends, Imc Diamond Plastics Corporation Pinelife Jet Stream Procter Jet Stream ASTM D 3034 4" thru 15" ASTM D 3034,1) 1784 4" & 8" ASTM D 3034 4"- 15" SDR 26 and SDR-35 ASTM F 789, ASTM D 3034 4" ihru 15- ASTM F 789 4" thru 15" Koval Seel Solid Wall Pine SDR 26 & 35 ASTM 3054 4" thru 15" Gravity Sewer ASTM D3034 4" thru 15" "S- Gravity Sewer Pine ASTM F 679 18" to 27" ASTM F 679 18" - 27- SDR-26 and SDr-35 ASTM M79 18" PS 46 ASTM F-679 18" to 481 SDR-26 and SDR-35 Gasket Fittings ASTM D-3034. D-1784, etc 4" -15" Gasketed PVC Sewer Main Fittings ASTM D 3034 ASTM 1803/F794 18" to 48" SDR 35 ASTM F679 IV-24" SDR 26 ASTM D3034 4"-15" " From Original Standard Products List Click to Return to the Table of Content 21 CITY OF FORT WORTH FORTWORTH. WATER DE'itRTMIENT STANDARD PRODUCT LIST Updated: 12/06/201.8 Note--fillwater orsew-,rpipe Largerthan15 inrh diamets!r -shall beapproved for ase-by tht Water Demart.mellit or) 'I Tol . ect spe-4fic basis. Special bedding may be required for some p�p". � Sewer - Pines/R.ehab/CTPIP 33�3 na) :—1- 11 ffl 1P Cured in Flwc Pipe insadarm Texark, 1W 05103199 Cured in Place pipe National Envirotech Group 0.5129196 iCured in Place Pipe Reynolds IncAnliner Technnlgy (Inhner USA) National Lin". (SPL) Item 427 Inliner Technology ASTM F 1216 ASTM F-1216/D-5813 ASTM F 1216 * From Original Standard Products List Click to Return to the Table of Content 22 CITY OF ]FORT WORTH FoRTWORM, r WATER DEPARTMENI STANDARD PRODUCT LIST Note: All wa er or sewer pipe larver than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special beddirli maybe Slgzver - Fives/Rehab/Fold & Form Fold and Form Pine 11/03/98 Fold and Form Pine Fold and Fora Pine 121D4/00 Fold and Form Pine 06/09/03 Fold and Form Pine Cullum Pine systems, Inc. Insituform Technologies, Inc. American Pine & Plastics, Inc, Ultraliner Miller Poeline Corp. Insituform'NuMoe' 11tralmer PVC Anon Pivelmer EX Method Updated. 12/06/2018 for sorip ASTM F-15O4 ASTM F.1504, 1871, 1867 ASTM F-1504, F-1947 Demo. Pumase Only Unto IV diameter , * From Original Standard Products List Clock to Return to She Table of Content M Note: All Vger of sewer pkpe larger than 15 inch diameter shall be _ -_ -- DAAI1_ete Pilb IR �>rvi II1�01' 09/26/91 E100-2 PVC Sewer Pipe, Ribbed 0912619l E100-2 PVC Sewer Pipe, tubbed E100-2 PVC Sewer Pipe, Ribbed 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall 05/16111 Steel Reinforced Polyethylene Pipe CITY OF FART WORTH WATERDEPARTMENT STViDARD PROD ACT GIST for use by the Water Etepartment on a r iect 5Tecific basis. Special beddinff i w Y Lamson Vylon Piee Carlon Vylon H.C. Closed Profile Pipe, Exrpsion Technologies, Inc, TAtra-Rib Open Profile Sewer Pipe Upenor ETC Company Advanced Drainage Systems'(ADS) SaniTite HP Double Wall (Corrugated) Advanced Drainage Systems (ADS) SaniTite HP Triple Wall Pipe ConTech Construction Products Durmaxc Updated. 12/06/2018 be reQuired for some pipes. ASTM F 679 18" to 48" ASTM F 679 18" to 48" ASTM F 2736 24"-30" ASTM F 2764 30" to 60" ASTM F 2562 24" to 72" " From Original Standard Products List Clock to ltetpen to the Fable of Content 24 CITY OF FORT WORTH Fo T _ ORTH, WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/06/2018 Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required four some pi es. r t[ 7- .': 1 Water - ekgotutenauces 33-1240 107101M) 01/18/19 33-12-10 Double Strap Saddle Roman 202NS Nylon Coated AW WA C800 1"-2" SVC. uo to 24" Pipe 0MV02 Double StraD Saddle Smith Blair *317 Nylon Coated Double Strap Saddle 07l23/12 33.12.10 Double Strap Service Saddle Mueller Comvan_Y DR2S Double {SSI Strap DI Saddle AW WA C800 V-2" SVC, up to 24` Pine 10/27/87 Curb Stops -Ball Meter Valves McDonald 61001AWOOMT & 61OMT 3/4" and 1' 10/27/87 Curb Stoos-Ball Meter Valves McDonald 4603B, 4604B, 6100M 610OTM and 61DIM IA" and2" FB600-7NL, FB1600-7-NI, FV23-777-W NL, 5/25/201 S 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-77NL AW WA C800 2" FB600-6-NL, FB 1600.6-NL, FV23-666-W-NL, 5/25/2018 33-12-10 Curb Stops -Ball Meter Valves Ford Meter Box Co., Inc. L22-66NL AW WA C800 1-I/2" FB600-4-NL, FB16004-NL, El IA44-WIL NL, 5/25/2018 33-12-10 Curb Stops -Bail Meter Valves Ford Meter Box Co., Inc. BM444-WR-NL, L28-44NL AW WA C800 V B-250DON, B-24277N-3, B-2020014-3, 13- AW WA CBDD, ANSF 61, 5/25/201 B 33-12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd. 15DOON., ., H-1552N. H142276N ANSLNSF 372 2" I l B-25000N, B-2020ON-31 B-24277N-3,H- AWWA C800, ANSF 61, 5/25/2018 33-12-10 Curb Ston_ s-Sall Meter Valves Mueller Co., Ltd 15D00N.. H-14276N, H-15525N ANSIINSF 372 1-1/2" B-25000N, B-20200N-3,H-15000N, H. AW WA C800, ANSF 61, 5%2a'2018 33.12-10 Curb Stops -Ball Meter Valves Mueller Co., Ltd 15530N ANST/NSF 372 1" 01i26(00 Coated Tappin¢ Saddle with Double SS Straps JCM Industries, Inc. N406 Double Band SS Saddle 1"-2" Taps on up to 12" 015121/12 33-12-25 Tanning Sleeve (Coated Steel) JCM Industries, Inc. 412 Tanpiw Sleeve ESS AW WA C-223 Uv to 30" w/12" Out 05/10/11 Tapoina Sleeve (Stainless Steel) Powerseal 3490AS (Flance) & 3490MJ 41-8" and 16" 02/291l2 33-12-25 Tanoiaq Sleeve (Coated Steel) Romeo FTS 240 AW WA C-223 U v to 42" w/24" Out 02/29/I2 33-12-25 Tanning Sleeve (Stainless Steel) 11,QMM SST Stainless Steel AW WA C-223 Uv to 24" w/12" Out 02/29/12 33.12.25 Tauoing Sleeve (Stainless Steel) Romac SST III Stainless Steel AW WA C-223 Uv to 30" w/12" Out 051101,1 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Commsite Ltd DFW Plastics Inc. DFW37C-12-IEPAF F7W Plastic Meter Brno w/Composite Lid DFW Plastics Inc. DFW39C-12-IEPAFFTW 08/30/06 Plastic Meter Box w/Composite Lid DPW Plastics iac. DEW65C-14-lEPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-13121118 LID-9 Concrete Meter Box Bass & Hays CM346-Dual 1416 LM-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 • From Original 5tandard Products List Qrk to Return to the Table of Content 25 FORT WORTH. CITE' OF ]FORT WORTH WATER DEPARTMENT STMWA]RD PRODUCT LIST Updated: 12/06/2018 Note: All water or sewer inue-larp-er than 15 inch diameter shall be anproved for use by the Water Department on .a vroiect specific basis. ecial bedding may be required for some pipes. r r r r f Water - Rolti, Naas. and Gaskets 3341-a5 f0.11/0811M � I I * From Original Standard Products List Clock to Return to the Table of Content 26 CITY OF FORT WORTH RT WORTH, DEPARTMENT EPARTMENT f STANDARD PRODUCT (LIST Note: All Ovate; or sewer ge larger than 1S inch diameter shall be approved for use bythe Water Deparnnent on a pxolect specific basis. Special Water - Corelrbinatiorz iir Tlelca%e 3MI-70 ('OLW131 * E1-11 Combination Air Release Valve E1-11 Combination AuRelcasoValve " E1-11 Combination Air Release Valve Updated: 12106=18 be required for -some pipes. 1 ' ! L . GA ladus:nes, lne. Empnr Au and Vacuum Valve, Model 935 ASTM A 126 Class 3, ASTM A 240 - float, ASTM A 307 - Cover Bolts hlultinlex Ylanufacturic- Co. Crispin Air and Vacuum Valves, Model No. Valve and Pruner Coro. APCG 4143C., #145C and 4147C 1b 1" & 2" 1!2" 1" & 2" 1" 2" & 3" ' From Original Standard Products List Clack to Return to the Table of Content 27 CITY OF FORT WORTH 4 b STANDARD ]PRODUCT LIST Updated: 12/06/2018 12) Note: All water or sewer pipe larger tbau tS inch dlamerpr shall be approved .'or use by tb a Water Department o> a roEect s�tecific basis. Special beddil g may be required for some dip F.; 1716117mk Water -. Dry Barred Fire Hvati2 nits 3342146 (811151141 10/01/97 E-1-12 Dry Barrel Fire Hydrant American -Darling Valve DrawingNos.9048608,94-18560 AWWAC-502 03/31/88 8-1-12 Dry Barrel Fire Hydrant American Darling Valve Shoo Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AW WA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/98 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435I D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant TrT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 F-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shoo DrawinlzNo. 13476 AWWA C-502 Shop Drawings No. 6461 10/14/87 E-1-12 Div Barrel Fire Hydrant Mueller Company A-423 Centurion AWWA C-502 Shop Drawing FH-12 O1/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop DrawingNo. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant 1Vamrous Company Shop Drawing No. SK740sw AWWA C-502 08/12/16 33-1240 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 * From Original Standard Products List Click to Return to the Table of Content 28 F �ORTIL Note: All water or sewer pipe la CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT ILIST than 15 inch diameter shall be approved for use by the Water Department on a l Water -:Meters 02!05/93 E101-5 Detector Check Meter 08105iO4 1 1Magnetie Drive Vertical Ti rbioe Ames Company Hersey specific _-,1jN6 Model 1000 Detector Check Valve D4agpaic Drive Vertical Updated. 12/06/2018 may be required for some pipes. AWWA C550 I 4" - l0" AWCl WA C701, ass 1 3/4" - 6' * From Original Standard Products List Click to Return to the Table of Content 29 CITY OF FORT WORTH F f"b h 1ii. WATER DEPARTMENT STANDARD PRODUCT LIST Nate; All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a pro;ert specific basis. i1 wm _ (Pressure wita ri 3 317Q (91108lOL:1= 01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe 3/19/2018 3311 12 PVC Pressure Pipe Pipelife Jet Stream 3/19/2018 3311 12 PVC Pressure Pipe Pipelife Jet Stream 5125/2018 331112 PVC Pressure Pipe DiamcadPlastics Corporation 512512018 3311 12 PVC Pt,vure Pipe Diamcmd Plastics Carnaration c2l%iar Alt 331112 PLlCgrpWMprpe J'-+t' Gu,.Cncabp EMErytrs 13J6=18 17 11 12 PL'[ Frmw= l� X3o � . Lar d�'RIM 6gg1G 0 Updated: 12106120:18 bedding may be required for some r AW WA C900, AW WA C605, ASTU D1784 4'42" DIL14 AW WA C900 4'-12" DR1 B AW WA C900 16"-24" DR 14 AW WA C900 4"-12" Tim21. DR 14 DR 18 A"'A C900 _ 16"-24" AWWA C9Qrrld DR 14 UL M" -nbe l knurl ANSiiNW d L FM 16 i2 AWWA Cv300.16 DR ! 1 1JL 1295 -010A tut8` film -4sFal FNi 1612 • From Original Standard Products List Clidi to Return to the Table of Content 30 CITY OF FORT WORTH FORT WORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 12/O612018 Note: All water or sgwer Pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project sp�cinj basis. Special beddin may be required for some pk es. L � L � • r L ",a �L'Il ►�' , ..Y _ _.. L F � I � r +�� I Water - P ELN. e�ivej� & i'i�{rinQs/y?uetiie frou L+`kUi #sus 33-i i41 01/48113) 07/23/92 E1-07 DLsZe iron Fittings Star Pipe Products, Ina Mechanical Joint Finings AW WA C153 & C110 * E1-07 Ductile Iron F-tttinas Grtliln.Piae Products, Co. Mechanical Joint F' s AW WA C 110 * EI.07 Ductile Iron Fittims McWane/Tvler Noe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AW WA C 153, C 110, C 111 la/I 1198 E1.07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AW WA C 153. C 110, C 112 02/26/14 E1.07 MJFittinas Accucast Class350C-153MYFittings AWWAC133 4"-12" 05/14/98 El-07 Ductile iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AW WA Cll l/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box CoJUni-Flange Uni-Flange Series 1500 Circle -Lock AWWACIII/C153 4"to24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc, One Bolt Restrained Joint Fitting AWWA C111/CI16/Ci53 4" to 12" 0V29112 33-11-11 Ductile hum Five Mechanical Joint Restraint EBAA-Iron, Inc. Megalug Series 1100 (for DI Pipe) AW WA CI I IIC1161CI53 4" to 42" 02a9/12 33-11-11 PVC Pine Mechanical Joint Restraint EBAA Iron, Inc: Mepalug Series 2000 (for PVC Pipe) AW WA C111/C1161C153 M to 24" 08/05/04 EI-07 Mechanical Joint RetainerGlauds(PVC) SittmaCo, Sigma One-LokSLC4-SLC10 AWWAC111/C153 4"to10" 08/05/04 E1-07 Mechanical Joint Retainer Glaads(PVC) Siena, Co. Sigma One-Lok SLCE AW WA Cl 11/C153 12" to 24" 08/10/93 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E 1-24 Interior Restrained Joint System S & B Tecbncial Products Bulldog System (DiamondLok 21 & JM Eagle ASTM F-1624 4" to 12" 08116/06 BI-07 Mechanical Joint Fittings SIP Indust ies(Seramnore) MCCIU1331041 Joint Fittings AW WA C153 4" to 24" 11107/16 33-11.11 Mechanical Joint Retainer Glands Star Fire Products, Inc. PVC Stargrip Series 4000 ASTM A536 AW WA Cl 11 1110W16 33-11-11 Mechanical Joint Retainer Glands Star Pioe Products, Inc. DIP Stargrip Series 3000 ASTM AS36 AW WA C t l l 03119/19 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Seramoore) EZ Grip Joint Restraint (EM) BlackFor DIP ASTM A536 AV WA C111 3"-48" 03/19/18 33-11-11 Mechanical Joint Ruiner Glands SIP Industries(Scrampore) EZ Grip Joint Restraint (EZD) Red for C90D ASTM A536 AW WA C I l l 4"-12" DR14 PVC Pipe 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ G#p Joint Restraint (EZD) Red for C900 ASTM A5M AWWA CI l i 16"-24" DRIS PVC Pipe ' From Original standard Products List dick to Return to the Table of Content 31 CITY OF FORT WORTH ORTWORTH. WATER DEPARTMENT STAlMARI) PRODUCT LAST Updated: 12/06/2018 Note: All water of seyveV pipe larger than 15 inch diarneter shall bs ar.w oved fur use by thin Water be±farbnen. on a project specific basin, Special bedding may be required For some pipes. Water_ firiegNaives. & FittingsiResilient ;Seatsedl Gate Vain* 33-L -20 M 131i_4 - - Resilient Wedged Gate Valve w/no Czars American Flaw Control Series 2500 Drawing 9 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Mow Control Series 2330 and Series 2536 AW VA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AW WA C515 20" and 24" 05/18/99 Resilient Wedge Crate Valve American Flow Control Series 2516 (SD 94-20247) AW WA C513 16" 10/24/00 E1.26 Resilient Wedge Crate Valve American Flow Control Series 2500 (Ductile Imo) AW WA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AW WA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seated GV AW WA C509 4" to 12" 01/24/02 EI-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller " E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" " E]-26 Resilient Seated Gate Valve M&H 4" - 12" * E1.26 Resilient Seated Gate Valve Mueller Co. 4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co_ Series A2361 (SD 6647) AW WA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 1.8"-24" (SO 6709) AW WA C515 24" and smaller 05/131G5 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36"- C-515 AW WA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AW WA C515 42" and 48' O1/28168 E1.26 Resilient Wedge Gate Valve Clow Valve Co. AW WA C509 4"- 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AW WA C515 16" 11/08/99 E1-26 Resilient Wedge Gabe Valve Claw Valve Co. Clow. RW Valve (SD D-21652) AW WA C515 24" and smaller 1 V29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AW WA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedgj Gate Valve Clow Valve Co. Claw Valve Model 2638 AWWAM5 24" to 48" Wote 3) 05/08/91 EI-26 Resilient Sea a Gate Valve Stock -ham Valvo5"& Fittings AW WA C 509, ANSI 420 - stem, 4" -12" ASTM A 276 Type 304 -Bolts & * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co. Metrosed 250, requirements SPL 974 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iro,t Works) EJ nowlAwter Gate Valve & Booms 08/24A8 Mateo Gate Valve • Mateo -Notes 225 MR AWWA/ANSI C115/An21.15 4" to 16" * From Original Standard Products List Click to Return to the Table of Content 32 FoRT WORTH,, Note: All water or sewer pipe w 1/11/99 06/12/03 04l06107 03/19/18 CITY OF FORT WORTH WATER DEPARTMENT STANDARD. PRODUCT LAST Water Pjpes/Valves &e �'intttw/Rubbe r Seated BuU erf{v Valve 33-12 2j (071101141 E1-30 Rubber Seated Butterflv Valve Hence Pratt Co. E1-30 Rubber Seated Butterflv Valve . Mueller Co. E1-30 Rubber Seated Butterfly Valve Dezunk Valves Co. E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturige Com. E1-30 Rubber Seated ButterflvValve M&HValve 33 1221 Rubber Seated Butterflv Valve G. A Industries (Golden Anderson) Updated: 12/06/2018 bedding may be required for some pipes. Vaimatie American Butterfly Valve. M&H Style 4500 & 1450 AW WA C504 Butterfly Valve AW WA C-504 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C-504 AW WA C-504 24" 24"and smaller 24" and lareer Ua to 84" diameter 24" to 48" 30"-54" From Original Standard products List i Jick to Return to the Table of Content 33 Note, All water or sewer pipe 1; —.1. _�..�_�.:: -z a CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated; 12/06/201.8 than 7 5 in ch diameter shall be approved for use by the Water Department- on a project speci@c basis, Sperixl bedding may be required for some pi S. r I K JZJ{�]i Winter - Polvetbvlene Encasement 3341-10 (01/081131 05/12/05 EI-13 Polyethylene Bacasment Flowl Packaging Fulton Enterprises 05/12/05 B1-13 Polyethylene Bncasment Mountain States Plastics (MSPI and AEP Ind. Standard Hardware 05/12/05 B1-13 Polyethylene Bncasment ABP ln&utrA,a BullstronA by Cowtown Bolt & Gasket AW WA C105 8 mil LLD AW WA C105 8 mil LLD AW WA C 105 8 mil LLD ` From Original Standard Products List Click to Return to the Table of Content 34 FORTWORTH,,, Note: Ail wa r or sews pipe 1: 1 i a 4 CITE' OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT (LIST 15 inch dialpeter shall be approved flor use by the Water Department on a rolect speci sam2ling Station I! 3112196 lWatcr Sasolin�: Station ! Water Plus Updated: 12/06/2018 basis. Special bedd[na maybe reauired for some Dines. f B20 Water Sampling Station * From Original Standard Products List Crick to Return to the Table of Content 35 II ODOR CONTROL SEWER VALUE The 1800 Odor Control VentValve connects to a candy cane style pipe, and is designed to allow for ventilation in the open posidon.The valve body may be easily disassembled with two quick release Iockable metal Iatches.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 contains blue Indicator pellets that turn white when the media is spenr-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' aluminum body. Metric flange upon request Tamper proof lockable laiehec -W., ..,,.... + vVager lnecila contains Media Lice Indicator pallele Recyclable iransparent canister for easy replacement 4 3 PARTS LIST Q III I CTEM QTY FART NUMBER t Q>3CRIFnON I 1 1 1804A "r- I LUMLNUM FLANGED BASE I 2 1 18048 ALUMINUM RASICE7 I I 3 1 18O4G I MEDIA GASKET I 4 1 1850-G BASKET GASKET I 5 1 Oa -MEDIA MEOIAFILTER j 6 2 91-500-52. i5S LATCH CATCH 7 10 SCRW-B-32 AS LATCH PH. H0. SCREWS I 8 2 91-532-52 LATCH ',SS LATCH C I i0.B4 I - ' t I [i a 1534 [ f SEMON M NOI[t�4L1NVERTEtT SCALE 1/3 MOUNTING POSiTTON PN* 4-I800FAPC 2_ I � SECDON A A SCALE 113 1 1 A OPTIONALVERTIC4L -rip— MOUNTING ORIEFTATION (RAIN SHIELD RfIRED) ! pN4 4.1800fApC-R f!i 3 D Ii i I I f i PARTS UST I ITEM Qil PART NUMBER mrRIPTION I 1 1 1B04AFFPC AWMINUM FLANGED BASE I 2 1 1304B ALUMINUM BASKET I 3 2 91-600.52 55 LATCH CATCH I 4 2 91-532-52 LATCH SSLATCH 6 1 1 1804-8 MEDYA(,� I 7 1 pain Shield - A SS RAIN SHIELD I 8 1i1 S 10 IkRW-8-32 SS LATCH PH: HD. SCREW I I 9 1 MEDIA FILTER I to 1 1560-30 Sw Did. RAIN SHIELD JCCI-MEDIA MOUNTING ROD 11 1 BOLT-1/4-314 SS 1/4-20 z 1" M, HEAD j a IS tv27tto1z OECKED ROBERT H. WAGER CO. Tcru CtiKY,E6 ]] Q" 14-1800 VERTICAL AND A MIS INVERTED SEWER VENT APAR4YW S� mwo REY 14-1800FAK-4-1800FAK- I 1 3 Product Description/Overview: What is a Sewper COSOr' and why is it unique? The SOWpOCr COVOP is a Heavy Duty FRP composite manhole ;w-tr cover that is engineered to remove ALL { negative aspects of ikcast iron, such as: o Corrosion / Seizing ® Weight for Safer Handling • Scrap Metal Theft • Infiltration/Odor Seal Product Guide and Specification Testing and Strength: Multiple SeWplewCot+cli'TM' units have been tested by an independent 3rd party and signed off by a US registered licensed Professional Engineer. The US Department of Transportation requires gratings and manhole covers to be tested for load rating under AASHTO, M-306. In order to be 'I classified H/HS-20 Heavy Duty product must withstand 16,000lbs for 60 seconds without cracking or breaking. A 2.5 times safety factor is required which brings the total proof load to 40,000ibs. 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 SBWpCr CO!lCIRr"' Test Results: owners who want to protect their employees as well '3;4Jp k: }HralingSe2ng;hsA [hc 3cskJ 33afdx.ls C,xur — as better manage daily operational risks thus 33=83xemeat -, � rnonhale ~ fi el F.T.e 131.�L"16, 7rs;A�aarmom l:remank making the SOWpOP COMO }" the preferred option. Cover lo.,J ur,d: 1 140009 350 29,13 115 33.25 1.23 1 Sewper Covers are used for municipal Sewer & 2 _3M3 345 M54 133 17.88.- _.1-13- � 1 3 11:643 I 2a1 1 2118 °.91 28.79 1.13 Storm water manhole applications, underground " cable/electrical vaults, and/or any structure L3atl Vs- ilsplaetarr3"� requiring a secure access point for human entry, 1°oe Standard Sizes: =°°a . ___ _ ...... , SliWlll0i CDVBfr'' comes in the two most common 80,000 --.--............................................ ' � standard sizes a 24" and 30" clear opening which MOO accommodate 95% of what's used or required for new and/or existing construction today. These are MOO the most common sizes and we mass produce them ° `" ` to lower the cost as much as possible. OSHA has U 5 10 15 ao 29 30 35 adopted a 30" clear opening for human entry fi�sp?acement, mm confined spaces and State agencies are slowly 3'iy .It.R-Jis[lis3!lacenert<\c.-c ia. AWW 5j.W.—. integrating that into design requirements. We meet this requirement and are fully compliant. The SOWp111f CDVOF"" was able to average 130,000lbs *See Detail Sheetfor Dimensions total force weight before failure. That's 90,000lbs over the requirement for Heavy Duty/ HS-20 rating. Spervi>Ficaiion: *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 ISO degree opening. A rubber gasket seal is embedded into the ring so that it provides a means of preventing inflow. BlueC- Municipal solutions bluegreenmunicipal.com/sewper-cover/ 832.384.5542 3� �T r 1 190`� �-� Double Hineed Lav-Flat Opening The double hinge provides a safer guided way to open the access cover. Unlike standard un-hinged units that can fall and roll off 3600 uncontrollably, our unit is guided and keeps worker in a 100% safer position. H25 caRRosWE Anti -Corrosive Material Corrosion and rust are inherent to all metals as a natural occurrence. When exposed to higher than normal levels of corrosion this process only speeds up causing negative effects to the structure. Our composite material is inert to the corrosion meaning it will not have a negative reaction like seizing which is a major issue. Optional i.ockina Latch Anti -Theft Our units have an option of a secure locking latch built in to the unit. Since our units are not made of metal they have zero scrap metal value as a natural theft deterrent. Toxic Gas and Odor Seal 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 health hazards to humans and surrounding environments. ®® 6 %mmmoo Heavv Dutv Traffic load Rated 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 in the United States could ever support. 41444 %ftomenso Infiltration Water Seal Water will make its way into just about anything and can be a huge problem especially for sewer system. Our rubber gasket seal is able to greatly reduce storm water inflow. Product Guide and Specification Installation Recommendation: Unit installation method is the same as traditional standard cast iron manhole ring and covers. However you have the option with our units to secure and/or fasten them down through various methods utilizing the bolt holes in the ring flange: 1. Anchor bolt them down using. the ring bolt holes at the various locations. Z. Rebar/J-Hooks can be placed through bolt holes on ring to secure into uncured concrete or grout. Once the ring and cover is set flush with final support/resting surface, grout or concrete can be used to hold the unit in place and protect it from any outside forces. When installing in asphalt paved areas it is highly recommended that concrete or high strength grout be used to create a square or circular apron no less than 12" from the outer edge of the cover. This will protect the unit from any side wall damage as asphalt has a tendency to derogate and corr#pact faster than concrete leaving the edge walls exposed. -- to direct impacts. Additional Product Images: Rues Municipal Solutions bluegreenmunicipal.coat/sewper-cover/ 832.384.5542 I A 1.=� Manhole Restoration VAR -1 -1 ENVIRONMENTAL High -Build 100 Solids Epoxy INCORPORATED 25 Years Experience 'in Manhole Restoration Sava Iht�9ff�da �[ nl I ] r stiat�r atnd ¢ ?,+� ? � ►,f l tmakwrA coals '+;' Ft 11 Er+'r:- go II sftI:tural Ord no raf p oE9 E III'he hoot pipe atone !ams U in 11I6la r a mda:;�ian In t 41. E uv Po h-eaa walar b-.lYI [be hagl pi" al4 lira her. Ern:totlrrlralal wayldaa a :1 1,gll1 ZN ffe3 Iik©r riln !ia?r; Idtt lh� �rar#r '>as, :afiLdI ng if; a Ito% NI1L'Etim n l & 1, IsItmtglk fin ng5paierrrsirll mIII M14kiap applIm.ran puGa.5% wipom tm"rD of ci&Fwq mdurts ara app d trr li'Ie 9"Lm tray hrm, an ltmpermamile beer f Uu*11mIUl P4 raid nvvl.% Adam, lydlvlrlLW IwI mru QfWM C IT*UIW+ 101 grII FI140ir1P and COW mwmaft that cox. cum. :'Fa hanP! 9e4wew -11.49 liorkwe lhVs, l ausing Pee-.01 arrd 4 amirwilon Vr' I A'armp I Utp fin cod l aPp:lcANM IF91ir<71 3wifh mml AWm,0pikV AtOco" ,`f4F111b1 Yooftir 61 I". rh m&V .�W-i 4 R,Vta :mVI&^*[yap 4lwmi4 Wall Robabilitatinq trio Invert CahamI WI -mad in UpwUrre U.ypdpeora{+4JH&. jk-6— "P m IAFV&W [fsnnmad IF rl& d, VI rfrr k1 Ps orr EFttwrw*r III I IftAwl rr gL rw 1II rr i~P'" ta,Iterr iryri" txar�ntixr �ra�ss�a,rlc�r, r� ,^M ue&am& Alk maakc1r &0 rra �tr� i ptirnallms fIff s !(b coot r PP&AUCA to Md. Umar &00 w1k ' h _s c,-mar's mmums Pa p5asib1::y of dr t; wUW l rr Msa rj, p"ides & ausxora proWcuan aq rr.)T- t hTr*I Chetnfr End go9&sar th hA sa! [Vq, Um aPA rtWag olzx +.�s� l We. r b3 tea atic��. h�uFll�yy+rr ��tlrrxtrm� MIwH'�11k1ef ,y��W ,y�,r7s #�Fsw WWQA ftwuw twom k1iat Pdwarf WI rnrrlFwmV. jTr t*- KIII l4FIrW F4 OWMIM44 UZre0 rhri—;Qh G.A' d@2&3grP 3m1m ao15e7fow f€sr.T orp Aw1cw rtak TAN" Mai JAMM dmI ermdcadr aff a4r4�lr srvhF(ha►t rof+d artwt+karr end ��::rr ' F,�r riFyr-nr } * — FOr JITQ II rm !i. I or> 1 l fr ifs t��lkl'tltllt I�rti1L'� � xjr cl �ilr�gi7 - l�. Manhole Restoration S,-0 -1 ugh.- oil 1 �6.. adds Epdxy OE3CRiIPTIO , Typical Properties A W qwt, ht W,1�'wtmc 6"!x r6m fvrnr Ad ftfw...ir =. .lquid F rope rtlela (Systems) Warren Fmofr nrn4nlA lnr,'a paWed V-swills �e!e+r�rnix �,or�y sq�;pmmnl, �h�ctr�t� lti�� �.d-�,p +�d r t FIesA Pull. hiClowd CUP) :-Us'fir CHARACTER S CLOir lr `ef mialad vallh igp€ aal 1d as and me lA an inn l l"fie [2004@770F) wMUO ,fra mabr fcaWWA dwxial rmaiOmna_ and IA Th a Film &t f'%' � j ! i umP. sLrnng+h ik +r rialjr O� ai dues 9 wu{I d6145 viii+ Ir.�err<;0 T" fl" :54t (-Im 4WF) 3i115ur, slrurngUi. Tyra Kgh ll'a4a =N irtdexa5awe',ar up is I ..' mf"p m Yarilcet !rqfaeas wilhdFLmg- Physical Praperflov, APFi. CAT ', Oacl%rfed W we *4h FrOm �l"� 1 f� ;`�argl� �1157�1 D�3 &} 7�OU ��+ 'ir�:mr, rAx find r�prij e4L pmanL -Pia f el rW" t ler ray U �Ih (5 ,► I}79 d� 'I'MO nai . -' �lilkxes park ba�� GO 1 fir# atlNralar F-!axarw �*dUIue I�ji]. KV 5m-lkd0 p31 Sfn �ASV.i07W-96)I -_ . • r h4 ,. �,' -� ',�*!um'�. ?hla paadaesi is said and Ir�1+rn bj• Ca?rwrew�vo Slrarj"Lb f lackwmws mpaaWrWNOW and ftenved In our �. ?AgTM 0$1W$f l " "': oaLgnlad Ir�lCrliquel� - ADVANTAGER kcing Opidl �Ra klr '�ftlenl To�vaedln� Tarule Elcngoion k gmgk 4 EN y fxca&R CLW� a a LTOMpsMre -fh Fllrn del { nol +'s 5hora f3 Ja[dnG# y �'� bra IrwiWlDn rs" CFtter,!'lical Resistance A VMS (a coy f MMIOSOF11 r I I*% Sods Lmg ftrklrg nTw RcdaM+vurl Time chamical Weight Gain J'/") Reedy lo-Use'yhi0 �{'h1f ing f1e 1l�� Ighrera} 0.L'4 BCE94N YI B%F W. "Ci:a,T dal fe.5412nta W11h ElK,eriaj �. ba apMblerd pone 1 G�io- Acutk �VCId 3,i6 :dwvaWg[-baaldb6mea5eswikulsag TA SuUr,Aad i W%SoWum lAyftxida ,C�l DIA11A Water �.1t * ' cERTNFICA�"O : kiethamol .55 Mw,,h�l Nhyl Kamra 11.19 SPECIAL S FEi1f A EY ."A1�11C3LIFFIG: Ift Lade �x.;d 3,24 T"m ata nu 5F6Gldi 5 alw or haa� IriA pr dune siaadl 11,53 3"rid ihace ptlt a and ihs rawel-se and tFfa 1,1,1 fri�hl¢I alFanx ,4 Vabalal S.�Itely D91M SheelF, IA N kAdd 2.05 f=(j r, -rt i ore'lnformiadvr :r'Na.,Mrl F51Qi mnfn o rital cosalm.11 Ca 1.1 2"7 7 3 IC p" 1 Ww *) Ufq lrnrin roof o1